Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2006 FBO #1523
SOLICITATION NOTICE

V -- PROVIDE CHARTER VESSEL TO CONDUCT ABALONE SURVEY IN MEXICO

Notice Date
1/25/2006
 
Notice Type
Solicitation Notice
 
NAICS
487210 — Scenic and Sightseeing Transportation, Water
 
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
WASC-6-0292
 
Response Due
2/14/2006
 
Archive Date
3/1/2006
 
Description
This requirement is being procured in accordance with FAR Part 13, Simplified Acquisitions Procedures. The office of NOAA Southwest Fisheries Science Center (SWFSC), National Marine Fisheries Service (NMFS) located in La Jolla, CA is seeking a charter vessel to conduct fifteen (15) days abalone survey in Mexico, approximately between April 1, 2006 to May 30, 2006, with option to conduct additional fifteen (15) days survey cruise between June 1, 2006 to Sept 30, 2006. A firm- fixed price order will be issued with performance period of six months from date of award. Charter Vessel Requirement: 1.) The vessel must be a minimum of 60 feet in length 2.) The vessel must have hull mounted transducers or will need to install hull mounted transducers per SWFSC specifications prior to survey 3.) The vessel must have 200 square feet of open deck space to support the ROV activities. 4.) Vessel must be equipped with a davit capable of lifting and deploying a ROV weighing approximately 300 lbs. The vessel must also have a side deployable ?A? Frame for deploying a 300 lb clump weight in support of ROV activities and must have a winch capable of managing the clump weight to depths of 1800 feet and a winch with 3/8 inch cable is desired 5.) Vessel must be capable of supporting a hull mounted sonar transducer array. The array is approximately five feet long and two feet wide at minimum. 6.) The vessel should have two work areas with tables that are 3 feet by 4 feet each. 7.) The vessel must have adequate galley space to support a science team of 4 to 7 persons in addition to crew. 8.) Vessel must have water maker or water capacity to stay sea for periods of up to eight days. The capacity includes the ability for each person aboard to take shower everyday. 9.) The vessel must have fuel capacity to stay at sea for up to eight days with transit distance to not exceed 900 miles per trip. 10.) The vessel must be equipped with two radars, a side scanning sonar for locating habitat, a depth sounder with two VHF radios, two DGPS Receivers a satellite telephone and a navigation computer system with Nobeltech Software or an equivalent for navigating accurate transect courses 11.) The vessel must posses a valid US Coast Guard Certificate of Inspection. 12.) The vessel must have a 110 Volt Generator with 30 amp plug for the ROV to receive power. 13.) The crew must have a Master, Mate and two deck Crew. The Master and Mate must possess USCG licenses and all required certifications. The intended acquisition is for services for which the Government intends to acquire from one source under the authority of 41 USC 235 (c) (1), Only One Responsible Source. The government identified Ken Franke Fishing Company as the only qualified source who can complete work under this project, because its vessel M/V Outerlimits is equipped with specific mounting poles and hull mounts for transducers required for the survey. The accuracy of the maps depends on precisely knowing the angle of each echo, without hull mounting the maps are blurred. The government reserves the right to solicit bids based on the receipt of affirmative responses to this notice or issue an order to Ken Franke Fishing Company, without further notice. All interested parties must respond to this announcement within fifteen (15) calendar days of its publication. All responses must be in writing and may be faxed to (206)526-6025, attention Maria Mendoza. This is a simplified acquisition with an estimated value of less than $100,000.00. ****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) and complete online Representations and Certifications at http://orca.bpn.gov. NO award can be made unless the vender 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 www.dnb.com/eupdate or by phone at (800) 333-0505.
 
Record
SN00972692-W 20060127/060125211748 (fbodaily.com)
 
Source
FedBizOpps 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.