Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2006 FBO #1564
SOLICITATION NOTICE

R -- Research Vessel Time

Notice Date
3/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN7110-6-00024SLW
 
Response Due
3/21/2006
 
Archive Date
3/21/2006
 
Description
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division (CRAD), 601 East 12th Street, Room 1756, Kansas City, Missouri 64106. This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Request for Quote for the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries (NMFS), Panama City, FL is in need of research vessel time for collecting information in marine protected areas. This constitutes the only Request For Quotation (RFQ), written offers are being requested; and a written solicitation will not be issued. This notice is hereby issued as RFP No. NCND6011-6-00024. This is not small business set-aside as historically, vessels have been provided by Universities. The NAICS code for this action is 561990. Size standard $6,000,000.00. The period of performance is 7-10 days in late April- early May 2006. Offers are due 15 calendar days after the date of this notice. SECTION B - SOLICITATION CLAUSES AND PROVISIONS This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. Services are to be provided in accordance the following clauses. The FAR clauses incorporated into this acquisition, shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Sept 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Apr. 2005) (Sections 14, 15, 16, 17, 18, 19, 20, 26, 31, and , (c)(1),(2),Equivalent Rates for Rigger WG-10, The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference in accordance with 1352.252-70 Regulatory Notice (March 2000) and are also located in Section B: 1352.228-70 Insurance Coverage (March 2000) 1352.228-72 Deductibles Under Required Insurance Coverage (March 2000)Contractor shall have bodily injury liability insurance coverage of at least $500,000 per occurrence, Property Damage Liability Insurance of at least $500,000 per occurrence, Vessel collision liability and protection and indemnity liability insurance of at least $500,000 per occurrence. The full text solicitation provisions may be accessed electronically at these address(es), www.acqnet.gov and http://oam.ocs.doc.gov Line Item Description Qty Unit Price Total Per Day Amount 01 Research Vessel Time 10 Days $________ $_________ Total: $_________ SECTION C ? STATEMENT OF WORK Technical Specifications: Research Vessel Requirements A research vessel needed for investigating five proposed marine protected areas (MPAs) in the U.S. South Atlantic. MPAs are located up to 100 miles off the coasts of North Carolina, South Carolina, Georgia, and north Florida. The government will collect information on habitat and fish populations using a small Remote Operating Vehicle (ROV), benthic grab, stationary camera array, and chevron fish traps. The cruise will be 7-10 days in late April - early May 2006. A copy of Captain?s Logbook entries for the duration of the cruise will also be required. Requirements for the research vessel include: - greater than 27.5 m (90 ft) in length - berths for at least 12 scientists - be able to stay out for at least 10 days - onload and offload ship at a port between Charleston, SC and Cape Canaveral, FL - articulating crane for launching all gear types - max weight of 225 kg (500 lb) - hydro winch with 300 m of small diameter cable capable of lifting 100 kg (220 lbs) with a metered readout displaying the amount of wire out - open spinning drum for retrieving camera array and fish trap capable of hauling back at a rate of approximately 100 ft / minute - open drum and open blocks are needed because equipment will be at both ends of the line (a high flyer on one end and the gear at the other end), and it is preferable to not disconnect the high flyer to run the line through a block for retrieval - DGPS and fathometer for locating relief areas for dive sites - freshwater supply for rinsing off cameras - work bench or lab table (~8?) for ROV operating station and extra dry lab space for computers and camera staging area, with at least 6 120 VAC electrical outlets - small table on deck for working up fish and processing grab samples - 120 VAC 30 Amp electrical service for ROV - Freezer space for 150 lbs of bait (squid or mackerel) - 200 sq ft of deck space for equipment storage (4 items measuring 6 x 6 ft, plus several smaller items) SECTION D ? FAR PROVISIONS The FAR provisions, incorporated into this solicitation shall be:1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures, The government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation result in the best value to the Government. The following will be used to evaluate quotations (1) Personnel Qualifications- Provide resumes and level of experience in similar projects of key personnel proposed; (2) Technical Capablity-Provide sufficient information to demonstrate ability to meet the Governments requirement. Address proposed management of program and plans to provide seamless support; (3) Past Performance- Provide list of contacts, including phone numbers, to conduct firm?s past performance in successful accomplishing activities similar to those identified in the Statement of Work. 1352.209-73 Key Personnel (March 2000) Captain and two (2) Deckhands, Award will be made on the basis of best value, 52.212-3 Offerors Certification and Representations-Commercial Items (Mar 2005). Certs and Reps shoud be returned with quotation. SECTION E ? ADDITIONAL INSTRUCTIONS TO OFFEROR The Central Region Administrative Division (CRAD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR) No award can be made unless the vendor is registered in 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. 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. Responses should be faxed to 816-274-6893. Attn: Sharon Walker. Quotes must include the following: 1) Schedule of Pricing (See Section B) 2) Technical Proposal 3) Proof of Insurance Coverage 4) Certification and Representations (Far Part 52.212-3) 5) Three references in which the offeror has previously performed this type of service. Include, company name, address, phone number and point of contact.
 
Record
SN01001241-W 20060309/060307211826 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.