Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2005 FBO #1231
SOLICITATION NOTICE

20 -- Collection Removal and disposal of metallic and non-metallic ship debis.

Notice Date
4/8/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Division of Contracting and General Services U.S. Fish & Wildlife Service 911 NE 11th Avenue Portland OR 97232
 
ZIP Code
97232
 
Solicitation Number
101851R400
 
Archive Date
4/8/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Fish and Wildlife Service, Pacific Remote Islands National Wildlife Refuge Complex, Honolulu, HI, has a requirement for the Collection, removal and disposal of metallic and non-metallic ship debris and Reef Crest Debris where necessary. Solicitation number: 101815R400 may be viewed at "http://www.fedbizopps.gov" or "http://www.nbc.gov" on or before 12 April 2005. The solicitation response date will be approximately 10 days This will be a "best value" procurement with award to be based on past performance and experience, and price. Estimated Contract Time is 30 days. Prospective contractors must deliver written and signed bids within 10 days of receipt of the bid package from the Contracting Officer. The bid should include a brief statement of the scope of the cleanup and the cost for the reef slope debris removal and disposal. The bid should also include a daily unit rate for the cost of optional work involving the removal and disposal of "new" debris that may have washed up on the reef crest or into the lagoon since the last Government inspection on 21 January 2005. Telephone inquiries will not be accepted. TECHNICAL REQUIREMENTS The Contractor shall provide the passenger and work vessels (if they are not the same), all equipment, supplies, and the personnel for salvage operations on site at Rose Atoll. The Contractor shall be responsible for removing all metallic debris from the Reef Slope Debris Removal Area. Other contractor-provided equipment may include but may not be limited to cutting torches, cranes, acetylene tanks, Caricable ?, wheel barrows, sleds, small work boats, skiffs, floating equipment, rafts, lift bags, cables, blocks-and-tackle, diving equipment, hoists, A-frames, davits, winches, lines, chains, tools, cargo netting, etc. The Contractor shall be responsible for loading debris on the vessel or towing debris by the vessel for ocean transport and disposal of the debris. The Contractor shall be responsible for dumping the debris at the designated ocean disposal site using his own equipment or other equipment attached or installed on the work vessel by the Contractor. The Contractor shall be responsible for furnishing and installing equipment, if any, needed for disposal of debris from the vessel. The Contractor will be responsible for disposal of all debris at the above defined ocean disposal site. The Contractor shall insure that all proposed divers are fit and certified to dive and have prior similar work experience involving debris removal, safety training, use of lifting equipment and other procedures to be proposed and used by the Contractor. The Contractor shall ensure and assume the liability for all non- U.S. Fish and Wildlife Service divers. The Contractor's vessel(s) shall be licensed to accomplish work for hire, be current in U.S. Coast Guard safety and loads-and-lines certifications, carry sufficient liability insurance, carry sufficient safety equipment in compliance with SOLAS, and be piloted by licensed captions and crew. A Government Contracting Officer Representative (GCOR) and an assistant shall accompany the Contractor's vessels and remain on site at Rose Atoll until clean-up operations and the final inspection are completed. The GCOR shall help specify on-site the reef slope area from which all metal debris must be removed. The GCOR) shall participate in the final inspection, accompanied by the master diver of the Contractor. The Government shall certify and ensure that debris is disposed at the designated Ocean Disposal Site (above). The Government shall be responsible for obtaining all applicable permissions, if any, for use of the above sites. The Government's Refuge Field Dive Officer shall suggest improvements and approve of a dive safety and evacuation plan to be followed during dive operations. The Government shall ensure that all Contractor divers are certified, fit to dive, and have prior similar work experience involving debris removal, safety training, use of lifting equipment, and other procedures to be proposed and used by the Contractor.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144851&objId=200135)
 
Place of Performance
Address: South-Western Seaward Ocean Reef slope of Rose Atoll National Wildlif Refuge. Pacific Remote Islands
Zip Code: 96850
Country: US
 
Record
SN00785263-W 20050410/050408212637 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.