Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2006 FBO #1847
SOLICITATION NOTICE

V -- Vessel Service in Gulf of Mexico

Notice Date
12/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
483113 — Coastal and Great Lakes Freight Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Data Buoy Center, National Data Buoy Center Building 1100, Room 360F, Stennis Space Center, MS, 39529-6000, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NWWG9502-7-RQ-0077
 
Response Due
12/29/2006
 
Archive Date
1/13/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. This announcement is a Request for Quote (RFQ). The solicitation number is QA1330-07-RQ-0077 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2001-22. The National Data Buoy Center (NDBC) Stennis Space Center, MS 39529 requires the deployment of one (1) Tropical Atmosphere Oceans (TAO) Buoy Station 42B70 and service Buoy Station 42A70 in accordance with the following statement of work (SOW): Deploy Tropical Atmosphere Oceans (TAO) Buoy Station 42B70 and Service Buoy Station 42A70 (Buoys located near NOAA Station 42040, SE Pass Buoy) 1.0 PURPOSE 1.1 This Statement of Work (SOW) provides contractor information necessary to prepare bids to deploy one Tropical Atmosphere Oceans (TAO) buoy for the National Oceans and Atmosphere Administration (NOAA) National Data Buoy Center (NDBC) off shore of Southeast Pass, Louisiana near NOAA weather station 42040. The buoy will be moored in 3900 feet of water at location 29o 01? 00? N, 088o 08? 00? W on or about 08 January 2007. A service visit including dive operations will also be conducted to TAO-II station 42A70 located at 28o 56? 00? N, 088o 16? 00? W. 1.2 The contractor shall submit bids to load at the ships home port, and return to home port or a port chosen by the contractor that has facilities to off load all NDBC equipment and personnel, provided no additional cost are incurred. 2.0 SCOPE 2.1 Deployment is scheduled to commence 08 January 2007 and shall conclude with return to the designated port. Once at deployment site, the ship shall deploy the buoy and mooring (near station 42040) per attached sketch. After deployment, the vessel is required to remain on station a minimum of three hours for system testing. 2.2 The buoy is 1.8m foam TAO Toroidal shaped buoy. The sensor mast extends 12.5 feet above the deck. The buoy?s total weight is approximately 2500 pounds with the upper mooring attached. The anchor weighs approximately 3600 pounds. See Section 8.0 for attached reference mooring diagram. 2.3 There are maximum sea states in which the vessel is expected to operate. The decision whether to go or no-go when considering weather conditions shall be made by mutual agreement between the NDBC representative and the vessel Captain, with the Captain having the final authority to postpone, cancel, or delay a mission. Due consideration will be given to the safety of the vessel and personnel aboard at all times. A no-go decision because of weather will not be considered cancellation of the contract. 2.4 Dive operation will be conducted at station 42A70 to replace the IM coupler and cable. This dive is expected to be less than 5 meters depth, requiring simple hand tools to unbolt the coupler and replace with a new coupler. The total expected dive time less than an hour. 3.0 REQUIREMENTS 3.1 The contract will be a firm fixed price, per day charge. The per day charge will include all costs necessary to perform the contract, including but not limited to the following: estimated transit times from port to site and port-of-return, vessel rental fees (if applicable), vessel reconfiguration and restoration costs (if applicable), fuel/ oil consumption, and food and accommodations for 4 NDBC representatives. 3.2 Captain shall be licensed for offshore transportation to the location specified (less than 50 nautical miles from land). The vessel must meet all United States Coast Guard/ABS requirements. Vessel specification sheets shall be provided with the bid. 3.3 The contracted vessel will load the NDBC gear, personal, and buoy at vessels home port and preferably return to the same location. Or, as stated in paragraph 1.2 above, depart and return from/to, an alternate location at no extra cost to NDBC. 3.4 The ship requires a minimum working deck area of 30 feet x 30 feet, having a Crane/Boom with the ability to reach 12 feet from ship?s side or stern and capable of lifting a minimum of 5 tons. It must have sufficient pad-eyes or hold-downs on the deck to accommodate equipment during transit and for the conduct of operations. The hold-downs or pad-eyes must be capable of supporting 4800 lbs. A capstan is required during the buoy deployment. 3.5 On-board equipment: electrical power of 120/208 VAC. Communications equipment to maintain contact with shore based personnel. 3.6 The ship must have the ability to hold position (within 10 meters) and have GPS for marking the position of the anchor. 3.7 The ship will have an echo-sounder with the following capabilities: Full Ocean Depth Capable to at least 2000 meters, beam width of approx. 11 degrees, nominal operating frequency between 10-20KHz, capability to record/display raw acoustic and processed depth, display of seabed (digital and/or paper analog), resolution enhancement capability preferable, sound speed adjustment capability preferable. 3.8 The amount of notice needed to ship equipment: 5 days. The number of personnel traveling to station: three (3) NDBC support contractors and one (1) NDBC government representative. The ship will provide a crane operator and sufficient personnel to assist in handling of tag lines while on-station. Time on station: 6 - 8 hours. 3.9 The ship must be capable of conducting deck operations in Beaufort Force Sea State 4. 3.10 Comfortable/adequate quarters and mess facilities for as many as 4 NDBC personnel for the duration of the trip. 3.11 NDBC reserves the right to conduct a survey of the vessel prior to awarding the contract. 3.12 The contractor must carry adequate liability to cover persons, equipment, and any damage/loss that might result from operations during the course of the trip. Note: Complete replacement cost of a TAO weather buoy is $125,000. 3.13 If contract vessel is not capable of providing divers, NDBC will either have to provide a dive team, have SAIC contract for the divers, or conduct dive services at a later date. 4.0 TASKS 4.1 Prior to the commencing operation, NDBC technicians will conduct a meeting with all vessel personnel to assure everyone understands the details of the operation and what each person must do to assure a safe and successful mission. Agreement between the ship?s operator(s) and NDBC personnel regarding safety and operational procedures shall be reached prior to commencement of the trip. Inability to settle any disagreement between parties to the satisfaction of NDBC as a result of failing to follow NDBC procedures that could lead to personnel injury or damage/loss of a buoy(s) could result in cancellation of the contract. 4.2 Transit to the deployment site 49NM SE of Southeast Pass, LA at GPS coordinates 29o 01? 00? N, 088o 08? 00? W. Deploy the buoy and mooring. After deployment, the crew will need three hours on station to verify the operation. 4.2.1 Buoy Deployment ? As the upper mooring is being deployed it must be rigged in a manner that allows NDBC personnel to attach sensors to the mooring cable. 4.2.2 The first 110m of upper mooring will be deployed with the buoy. 4.2.3 After the last module is installed, ensure that the ? m chain and the swivel are on correctly as is shown in the mooring diagram. 4.3 Conduct service visit at station 42A70 located at 28o 56? 00? N, 088o 16? 00? W. 4.4 Return to port and unload equipment. 5.0 OPTIONS 5.1 The Contracted vessel will provide divers for replacement of IM coupler at station 42A70. 6.0 DELIVERABLES Proof of insurance. A vessel capable of the requirements listed in section 3. Captain/Vessel?s certifications. Buoy and mooring deployed at station 42B70 (near station 42040). Dive operations conducted at station 42A70 (near station 42040). 7.0 GOVERNMENT FURNISHED EQUIPMENT Buoys Moorings Spare components Test equipment. 8.0 ATTACHMENTS 42B70 Mooring Diagram cannot be displayed here. Call 228-688-2825 for a copy of the diagram or e-mail kurt.weilbaecher@noaa.gov for an electronic copy of the diagram. All offerors shall submit a firm-fixed price quote on the schedule page 2 of the RFQ. The following FAR provisions or clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial; 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities;52.204-7 Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration, 52.247-21 Contractor Liability for Personal Injury and/or Property. Quotes may be faxed to 228-688-3153 or emailed to kurt.weilbaecher@noaa.gov Attn: Kurt Weilbaecher; or mailed to the National Data Buoy Center, Attn: Kurt Weilbaecher, Building 1100 Room 360, Stennis Space Center, MS 39529. This solicitation is 100 percent set aside for small business. The NAICS Code is 483113 and the small business size standard is 500 employees.
 
Place of Performance
Address: National Data Buoy Center (NDBC), Bldg 1100, Stennis Space Center, Mississippi
Zip Code: 39529
Country: UNITED STATES
 
Record
SN01197332-W 20061217/061215220301 (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.