Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2004 FBO #0907
SOLICITATION NOTICE

V -- Stock Assessment Improvement Vessel Charter, June/July 2004

Notice Date
5/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133A-04-RP-0071
 
Response Due
6/2/2004
 
Archive Date
10/2/2004
 
Point of Contact
Paul Reed, Contract Specialist, Phone (206) 526-6034, Fax (206) 526-6025,
 
E-Mail Address
paul.j.reed@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation AB133F-04-RP-0073 is being issued as a Request for Proposals. This solicitation document and incorporated provisions are in effect through Federal Acquisition Circular 2001-23. This procurement action is 100% set-aside for small business. The associated North American Industrial Classification System code is 488390. A firm is a small business for the purpose of this requirement if its size standard is 1,000 employees. Stock Assessment Improvement Study - Juvenile Fish/Zooplankton Assessment General Description of Work - Fishing vessel to conduct 3, 4 day mid-water to near-surface trawl surveys of juvenile fishes off Newport, Oregon starting in June 2004. This is a pilot study before a full study in 2005. This is a 1-year contract (2004). The Government will supply the trawl net, doors, and floats. See Statement of Work for detailed information. Exact dates of cruises are still yet to be determined but will be in June and July. The Government will work with the contractor to identify specific dates. STATEMENT OF WORK - Stock Assessment Improvement Study - Juvenile Fish/Zooplankton Assessment - The Government has a requirement for a fishing vessel to conduct a mid-water to near-surface trawl survey of juvenile fish and zooplankton off Newport, Oregon in 2004. This is a 1-year contract. The Government will supply the trawl net, doors, and floats. At the Government's prerogative, the charter will begin in Newport, OR on or about 15 June 2004. The duration of each charter will be 4 days approximately every 15-20 days for a total charter in June/July 2004 of 12 days (3 charters). Sampling (mid-water trawling) will be conducted primarily at night. Some zooplankton sampling will also be done during the day and night. The primary sampling areas occur along two transects, one off Newport, OR, and the other off Cape Perpetua, OR. All transects sampled begin nearshore and continue out to approximately 60 NM, with sampling approximately every 5 NM (~12 stations/transect). The fishing vessel?s net-sonde equipment shall be used during mid-water trawling to identify head rope depth. The Government will repair or replace net-sonde equipment damaged or lost while performing this charter. VESSEL REQUIREMENTS ? (1) Minimum overall vessel length, approximately 20 m (85 ft), although smaller vessels that meet all other requirements will be considered. (2) Minimum continuous horsepower output from main engine, approximately 500 hp. (3) Vessel must be able to tow standard Hake trawl gear at a continuous speed of 7.5 km/hr (4 kts) under normally expected fishing conditions. However, NMFS will provide smaller surface trawl gear and doors. (4) Vessel should be able to maintain a minimum cruising speed of at least 15 km/hr (8 kts) in low sea states. (5) Vessel should be completely rigged for mid-water trawling. (6) Ideal vessel would have an accessory winch/boom with approximately 600 ft of 3/8? cable to deploy CTD and other oceanographic instruments. If vessel does not, NMFS would be willing to provide a winch/boom to be installed for the duration of sampling period. Vessel must provide a appropriate deck location where winch could be placed. (7) A clean, flush deck area for sampling equipment including an area (approximately 8 x 8 ft2) where a sampling table for working on catches and obtaining biological data can be set up. The work area shall have easy access to scuppers to discard catch, and deck bins described in Item 9 used to hold catches. On-deck work area (s) shall be clear of running gear, equipment, vertical obstructions (i.e., hatch combings), and stowage. (8) Dry storage area in the main deck house for holding scientific supplies. (9) Seawater deck-hose for cleaning sorting table and sampling gear and for supplying fish holding tanks. On/off switch shall be readily available from the working deck. (10) A minimum of two deck bins for storage of sampling equipment and holding catches. Bin boards shall be in good condition; easy placement and removal is essential. (11) Crane or boom capable of lifting and handling catches and fishing and sampling gear. Crane or boom system must be capable of vertically raising and lowering codend anywhere along centerline of working deck. (12) Access to and use of a suitable chart table. (13) A suitable dedicated dry counter with adjacent 110/115 volt power outlets for installation of Government-supplied personal computer(s), printer, and various electronics. (14) Approximately 4.2 m3 (100 cu ft) of freezer storage exclusive of space for ship's stores for stowing scientific samples and supplies should be available. However, NMFS will supply a freezer if needed. Freezer space must be reasonably and safely available from the deck and must be continuously available to the scientific party. (15) Potable fresh water supply adequate for vessel and personal use for crew and scientists. (16) Clean and sanitary accommodations for crew and scientific field party (maximum of 5 scientists) which may include female scientist(s). The ideal vessel will have bunk space for 5 scientists. However, the vessel must have a minimum of 3 bunks for scientists. (17) Head shall be clean and operating appropriately; toilet will not emit odors or back flush; shower will operate correctly. (18) Work spaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. (19) Bunks shall be clean and comfortable. (20) In an effort to reduce marine debris pollution, the Captain shall comply with waste management regulations as described in Section V of MARPOL. The vessel shall be required to have a storage facility, with or without a trash compactor to retain all refuse (except food and paper materials) or a means to incinerate this refuse so that it is not disposed at sea. (21) The vessel shall have been actively used for commercial trawling or research in the past 12 months and pass Coast Guard inspection. ELECTRONIC EQUIPMENT REQUIREMENTS - (1) Radios: a. Two VHF sets; b. One single side-band unit; c. A system for switching to battery power for radio operation in the event of interruption of the normal power supply. (2) Plotter (flatbed and/or CRT) with capability of plotting from either GPS or LORAN C. (3) GPS (Global Positioning System) - a minimum of one unit with at least six channel, sequential capability to track satellites. (4) Radar, at least one unit with a minimum range of 77.2 km (48 miles). (5) Depth sounders: Color scope unit with minimum range of 914 m (500 fm) and operating in the 25-50 kHz range. (6) Functional net sonde system with either acoustic or third wire telemetry. CREW REQUIREMENTS ? (1) The minimum fishing crew shall consist of (3) Captain, engineer-fisherman, and cook-fisherman. (2) The Captain shall have a minimum of five (5) years of trawl fishing experience as master of a comparable-sized trawler. (3) The engineer-fisherman shall have a minimum of three (3) years experience in trawl fishing. (4) Experience in the conduct of research surveys is highly desirable for the Captain and lead fisherman, though not required. (5) Offerors shall complete the attached forms indicating pertinent employment experience for each crew member for the years 1995 to present. Similar documentation shall be submitted to the Contracting Officer's Technical Representative (COTR) for approval of all replacement personnel hired during the charter. SCIENTIFIC PERSONNEL ? (1) The Government field party shall consist of at least 3 individuals (possibly up to 5 if room is available) and may include women. (2) One Government employee will be designated Field Party Chief. That person will be responsible for implementation of the Cruise Plan, compliance to the charter terms, disposition of catches and the conduct and performance of Government personnel aboard the vessel. (3) Government personnel will provide their own bedding, towels, and survival suits. OPERATING PROCEDURES ? (1) The Contractor shall provide nutritionally balanced meals each charter day. Meal times will be coordinated with the Field Party Chief to accommodate both the need to complete sampling work and the time required to prepare meals by the cook. (2) Workday length and hours will be determined by the Field Party Chief in consultation with the Captain. Working days may average over 12 hours. The decision will be based on the type of activity expected (in-port preparations, running, fishing, jogging, etc.) as well as on prevailing weather conditions and the Cruise Plan. The Field Party Chief has the final authority except in matters relating to safety of the vessel and vessel personnel. (3) The Field Party Chief and Captain will meet a minimum of twice a day to discuss survey operations and resolve any problems that occur. A meeting should occur a the start of the day before fishing operations begin to discuss the planned activities for the day and at the end of the day to review the work completed that day and any problems which occur. (4) The Field Party Chief and Captain will work together to resolve all problems which occur regarding the survey. In the event the Field Party Chief and Captain are unable to resolve any problem which has the potential for invalidating the survey or threatens the safety of the field party, The Field Party Chief will direct the vessel to return to port where an acceptable solution will be arranged between the Government and the Contractor or the charter will be terminated. The vessel will be off charter if required to return to port and will remain off charter until the problem has been resolved. (5) The crew, when not required by the Captain for vessel operations, shall assist the Government field party in sorting the catch and obtaining biological data; the Captain may be asked to assist scientific personnel with navigational and fishing record keeping. (6) All fish and shellfish taken in the trawl remain the property of the Government. The Field Party Chief is responsible for their disposition. Present NOAA policy specifically prohibits retaining any portion of the catch for commercial purposes or retaining specimens from survey catches for personal use and consumption. (7) The Captain and crew shall exercise due caution and follow safety procedures as directed by the Field Party Chief to help prevent damage or loss of Government gear and equipment. Specific safety procedures may be presented in writing to the Captain by the Field Party Chief. If loss of or damage to Government equipment is the result of negligent disregard of such instructions and procedures, repair or replacement costs may be deducted from charter payments. (8) The Contractor shall provide for all operating expenses of the vessels incurred during charter days. Communications costs such as use of cellular phones or FAX/Telex costs to conduct official survey business will be reimbursed. SAFETY ? (1) The vessel Captain is responsible for all matters relating to safety of personnel, the vessel, and equipment operation. The Captain will adhere at all times to Navigational Rules and Rules of the Road whether it be while towing, running, drifting, or when at anchor. He/she shall review safety procedures and equipment with the scientific party at the beginning of each cruise leg. Reference Clause H.11 - Vessel Safety. (2) The Contractor shall provide U.S. Coast Guard-approved survival suits for all vessel personnel (Government personnel will provide their own suits). Adequate dry, topside storage for all survival suits shall be provided. (3) The Contractor shall provide U.S. Coast Guard-approved life jackets for all personnel aboard. (4) The Government will provide a first-aid kit and a small boat emergency kit. (5) At the time of submission of the proposal and bid, the contractor shall provide (if available) the Stability Letter from the vessel's Stability Report, certified by a licensed naval architect/marine engineer, which describes the vessel's stability characteristics for the intended charter operations. Recent stability or marine survey reports, pictures, drawing or blueprints should be included along with other required information (Vessel Characteristics Questionnaire and Crew Questionnaire) to assist in the evaluation. (6) A Category I 406 MHz EPIRB (Emergency Position Indicating Radio Beacon) must be affixed to the exterior of the vessel in a manner approved by the U.S. Coast Guard. (7) At least one crew member should have formal survival and fire fighting training equivalent to that offered by the North Pacific Vessel Owner's Association. (8) The Contractor will have a life raft large enough for 6 people and rated for this type of operation. GOVERNMENT-PROVIDED EQUIPMENT AND SUPPLIES ? (1) Echo-sounder paper and LORAN-C plotter paper (if needed). (2) All scientific sampling equipment and supplies. POST-AWARD AND POST-SURVEY MEETINGS ? (1) Upon award of contract and prior to the start of the charter, a post-award meeting will be held at the NOAA Fisheries office, Newport, OR to discuss issues relating to the charter and survey. The vessel manager, the Captain, and the crew member who has primary responsibility for mending and maintenance of the nets are required to attend the meeting. The date and time of the meeting will be scheduled by the Contracting Officer upon award of the contract. (2) After completion of the survey, a post-survey debriefing will be held at the NOAA Fisheries office, Newport, OR. The purpose of the debriefing is to provide the charter operator an evaluation of the performance of the vessel and crew during the charter. At a minimum, the vessel manager is required to attend the debriefing. The date and time of the meeting will be scheduled by the NOAA Contract Officer Technical Representative upon completion of the survey. COAST GUARD INSPECTION - NOAA?s issuance of a Notice to Proceed will depend on the vessel?s passing a Coast Guard fire and safety inspection. Unless the Coast Guard?s inspection is performed no later than two weeks before the vessel?s scheduled departure and Coast Guard certification obtained no later than one week before scheduled departure, the Government may terminate this contract without any payment to the Contractor. Furthermore, the Contractor, in the event of such termination, may be liable to the Government for excess re-procurement costs. The cost for bringing a vessel to passing standard shall be borne by the Contractor. MECHANICAL BREAKDOWNS OR NON-PERFORMANCE OF THE VESSEL - Mechanical breakdown or other non-performance periods of 24 hours or more shall not be considered charter days and the Contractor shall not be compensated for such periods. Mechanical breakdown periods which sum to three (3) days or more may be grounds for termination of this contract. POSSESSION OF LIQUOR OR ILLEGAL DRUGS - During the charter period, the possession or use of intoxicating liquor and/or illegal drugs by any person is not permitted and may be grounds for termination of this contract by the Government. KEY PERSONNEL - The key personnel for this contract shall be the Captain and Engineer-Mate. The Contractor shall make no substitutions of key personnel unless the substitution is necessitated by illness, death, or termination of employment and written approval for the substitution has been granted by the Contracting Officer. The Contractor shall provide a written explanation of the circumstances necessitating the proposed substitutions and submit any additional information requested by the Contracting Officer. Proposed substitutes shall have comparable qualifications to those of the persons being replaced. EVALUATION - Evaluation shall consist of the following technical factors ? Safety of vessel, Experience/qualifications of Captain/Crew, and Adequacy of Vessel and Equipment. The remaining evaluation factors are past performance and price. The technical factors and past performance are considered substantially more important than price. PROPOSAL INSTRUCTIONS - The proposal must be done in two parts: A technical proposal and a business (price) proposal. Each of the parts shall be separate and complete in itself so that the evaluation of one may be accomplished independently from evaluation of the other. The technical proposal shall include proposed Captain?s work experience, relevant vessel characteristics, a copy of the Stability Letter from the vessel?s Stability Report certified by a licensed naval architect/marine engineer, a description of the deck configuration, and information on any research surveys the vessel and/or Captain have performed in the past, including the date of the research, type of research, and a contact name and phone number for whom the research was performed. Any other pertinent information provided with the technical proposal concerning the vessel and/or crew will also be considered in the evaluation. The price proposed must contain all costs associated with the above defined charter including the vessel, captain and crew, fuel, and equipment. The price shall be proposed as a daily rate for the stated 14 days. Unbalanced bids will not be considered. FAR 52.212-2, Evaluation - Commercial Items, is applicable to this acquisition. Offerors shall also include a completed copy of the provision at 52.212-3, Offerors Representation and Certifications - Commercial Items, with its offer. The provisions at FAR 52.212-1, Instruction to Offerors - Commercial Items, FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, apply to this acquisition and there are no addenda to these clauses. In addition, the following FAR clauses are applicable to this acquisition: 52.215-5, Facsimile Proposals, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Concerns (15 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.225-3, Buy American Act - Supplies (41 U.S.C. 10) and 52.229-5, Buy American Act-Trade Agreements Act-Balance of Payments Program (41 U.S.C. 10, 19 U.S.C. 2501-2582). Full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov. Proposals may be faxed to (206) 527-7756, or mailed to DOC, NOAA, AMD, 7600 Sand Point Way NE, Seattle, WA 98115 Attn: Paul Reed, or sent via email to Paul.J.Reed@noaa.gov. Emailed proposals shall be readable by Microsoft Word. Offerors which email proposals, shall fax or deliver a hard copy of a statement with an original signature, of their intentions to be bound by the email proposal. Deadline for receipt of offers is 2:00 PM June 1, 2004. Late or incomplete proposals will not be considered. *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. for additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.*****
 
Record
SN00588202-W 20040521/040519211810 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.