Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2005 FBO #1273
SOLICITATION NOTICE

T -- The U.S. Department of Commerce, National Ocean Service, Beaufort, NC is in need of the services of a research vessel and captain to survey specified areas within the Kachemak Bay, AK area.

Notice Date
5/20/2005
 
Notice Type
Solicitation Notice
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NCNS3000-5-00085CMM
 
Response Due
6/1/2005
 
Archive Date
6/16/2005
 
Description
The contractor will captain a marine vessel for the purposes of mapping sea grass in the vicinity of Kachemak Bay, AK. Data collected from this investigation will be used to create habitat maps and determine change in sea grass communities. Sampling will occur in the Kachemak Bay area during periods of low and high tide. SPECIFICATIONS: Vessel Draft & Maneuverability 1. Vessel must be able to maneuver in minimum of 4 feet of water depths. 2. Vessel must be able to embark / disembark scientists and gear on shore via ramp or attached ladder. 3. Vessel needs to be moored at either Kasistna Bay or Jakalof Bay. 4. Vessel must be able to access sample area. 5. On an irregular basis the vessel must be prepared to conduct open water sampling collections of marine life and water chemistry. GPS 1. GPS with radar, depth finder and VHF are required. Captain Experience 1. Captain needs to have demonstrated experienced in running research cruise vessels and have extensive knowledge of the Kachemak Bay Area. Other Vessel Specifications 1. Total length of vessel will be between 30 ? 35 feet. 2. Deck space is needed for sampling equipment (minimum 60 sq ft). 3. Dry interior working area is needed for laptop and other miscellaneous electronics equipment. 4. Power Inverter (minimum 2500 watts). 5. Twin engine propulsion for added safety with at least one spare prop on board at all times. 6. Ability to accommodate 4 scientists and 40 cubic feet of gear, including wet samples and persons in dry suits. 7. A second small (zodiac type) vessel will be used in conjunction with this larger research vessel. This research vessel must be equipped with a hydraulic lifting davit to be able to recover and launch ? 13? inflatable boats with motor. Daily working schedule ? Vessel and captain must be willing to work 10 ? 12 hour days and in adverse conditions. CONDITION REQUIREMENTS: Data collection will take place with the following environmental conditions have been met: Tidal Stage ? Mission shall coincide with low tides during June and August 2005. Season ? Sampling will be conducted only during the period of high sea grass biomass (between June and September). Weather ? Winds and sea state must be within reasonable working parameters. Captain will be consulted for local knowledge on best working location based on environmental conditions. DELIVERY REQUIREMENTS: Scientists will be bunking at the Kasitsna Bay Marine Laboratory (KBML). Daily pick-up and drop off will occur from KBML. Ease of embarkment and disembarking is critical as some heavy equipment will be loaded during the sampling period. RECORDS AND DOCUMENTATION: Vessel log and any site coordinates collected during sampling would be provided to scientists upon request. LAWS, REGULATIONS, PROCEDURES, AND PERMITS: Contractor must meet all Coast Guard regulations and provide survival suits and emergency equipment for 4 persons, in addition to the vessel?s captain. Additionally, the contractor shall comply with all applicable laws, ordinances and regulations, and procedures (federal, state, county, city, or otherwise), and shall be responsible for obtaining all necessary permits for work performed under this contract and shall include all costs, if any, of such compliance in the prices quoted in its proposal. The contractor shall delineate any such costs in the cost proposal. GOVERNMENT FURNISHED PROPERTY: The government will provide a small second vessel (zodiac or similar) and all associated electronics/emergency equipment for that vessel. The government will also provide needed sampling equipment and miscellaneous electronics for sample collection. The contractor shall provide all other necessary staff, equipment, material, and supplies to satisfactorily complete proposed sampling project. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. Any business capable of providing this service is encouraged to respond to this announcement within 15 calendar days after publication of this notice. The NAICS code for this action is 483114. This service is being procured under the guidelines of FAR Part 12, Commercial Items Procedures. The Central Region Acquisitions Management Division, requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following website: 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 (DUN). A DUN number may be acquired free of charge by contacting Dun & Brandstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. A copy of the Request for Quote (RFQ) will be issued on or about June 1, 2005. Requests may be faxed to 816-426-5067. Attn: Carey Marlow. Point of Contact Carey Marlow, Contract Specialist, Phone (816) 426-7460, Fax (816) 426-5067, Email carey.m.marlow@noaa.gov.
 
Record
SN00812678-W 20050522/050520213328 (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.