Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
SPECIAL NOTICE

V -- Trawler for Alaska Bycatch Research

Notice Date
6/14/2007
 
Notice Type
Special Notice
 
NAICS
487210 — Scenic and Sightseeing Transportation, Water
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AB133F-07-RP-0116
 
Response Due
6/18/2007
 
Archive Date
9/18/2007
 
Description
The National Marine Fisheries Service, Resource Assessment and Conservation Engineering Division is conducting a market survey to determine the availability of small business concerns for a requirement for a trawl vessel to conduct studies of gear performance and fish behavior in trawls, as well as studies of trawl modifications to reduce effects on seafloor habitat features. The charter will consist of 10 days of charter, with an option for the Government to extend the contract for up to 12 additional charter days. This is a multi-year charter, which can be extended for similar work for any of the three subsequent years at the Government?s option. Activities may include both pelagic and bottom trawling (the vessel may return to port to change gear if necessary). Some tows may result in capture of commercial amounts of groundfish. The contractor will arrange the handling and sale of any such fish, deducting proceeds of such sales from the charter fee. Studies may also include towing a camera/sonar sled across the seafloor at speeds as slow as 2 knots. The vessel must have the capability to navigate designated tow paths at such a slow speed. The first period of charter will be a 1-2 day gear test during September 2007. Exact timing of this test can be very flexible. The remainder of the work will occur between May 1 and September 30, 2008. Vessel specifications should be as follows: 1. Minimum overall length 36.5 m (120 ft). 2. Minimum main engine continuous horsepower of at least 1000. The vessel must be able to tow the provided pelagic trawl at 3.5 knots or faster. The vessel must have a demonstrable capability to maintain a speed of at least 16.8 km/hr (9 kts) cruising speed in reasonable seas. Vessel must have sufficient fuel holding capacity to conduct scientific operations for at least 20 days without refueling. 3. Completely rigged and ready to fish, including the following: a. Commercial scale trawl rigging. b. Two net reels, one with at least 6.1 m (20 ft) of clear deck between it and a stern ramp. Both net reels must have sufficient capacity to fish the contractor-provided pelagic trawl. c. Split trawl winches with a minimum of 1372 m (750 fm) of 1.6 cm (5/8 in) diameter or larger trawl cable in good condition on each drum. Winches should be capable of retrieving the research trawl at a rate of at least 61 m (200 ft) per minute and capable of paying out the cable between 30 to 91 m (100 to 300 ft) per minute. d. Trawl cable runs must be directly from the winches to the gallows trawl blocks. 4. One commercial pelagic trawl with headrope and footrope each at least 61 m (200 ft) in length, in good repair, rigged and ready to fish, with all commercial scale accessories (i.e. doors, tailchains, sweeps, weights, and bridles) necessary to fish in the Alaska midwater pollock fisheries. Offerors shall supply full net and rigging plans for proposed gear and a listing of the midwater fisheries in which it has been used. 5. One commercial bottom trawl with headrope and footrope each at least 24 m (80 ft) in length, in good repair, rigged and ready to fish, with all commercial scale accessories (i.e. doors, tailchains, sweeps, bridles, and codend) necessary to fish in the Alaska bottom trawl fisheries. (It will not be required to have all equipment (including doors and trawl) for both bottom and pelagic trawl on-board at the same time, as they will be used for separate parts of the research. If necessary, the vessel will return to port to change gear.) a. Contractor will allow and assist installation of government-provided experimental modifications to the trawl. Such modifications will be removed before the end of the work. b. Offerors shall supply full net and rigging plans for proposed pelagic trawl and associated rigging and a listing of the midwater fisheries in which it has been used. 6. A clean, flush deck area for scientific sampling and stowage of gear components that is at least 74 sq. m (800 sq. ft) and has the following characteristics: a. Relatively clear of running gear, equipment and stowage. b. Adequate illumination to enable scientific operations under all conditions. c. Adequate space for one (1) 1 m x 2 m (3 ft x 6 ft) specimen table. d. Seawater deck hose for cleaning of sampling gear; must have capability to reduce water pressure if needed; and, the On/Off switch should be readily available from the working deck. e. Freshwater deck hose for occasional use to wash scientific instruments and other sensitive gear. 7. The vessel must have the ability to navigate designated tracks at speeds as low as 1.5 knots while towing a seafloor sled. The vendor will describe how this will be accomplished (For example, using a variable pitch propeller and bow thruster). 8. A hydraulic crane and lifting gear for handling fishing gear, as much as 4.5 mt (5 t); must have capability to extend out 3 m (10 ft) past the side of the vessel; and must be capable of raising or lowering anywhere on the working deck. 9. Dry storage areas a. At least 5.4 cu m (190 cu ft) in the deck house for holding scientific supplies. 10. Protected work spaces a. A sheltered area (covered from above and forward) on or adjacent to the fishing deck for storage, staging and handling of Government owned equipment. This area shall be at least 1.2 m x 2.4 m (4 ft x 8 ft) and shall not include any space needed for emergency passage or used during routine fishing operations. b. A dry, heated and lighted area preferably measuring 3 m x 4.6 m (10 ft x 15 ft), or 13.8 sq. m (150 sq. ft) overall, with a 1 m x 0.5 m (3 ft x 1.5 ft) desk/bench top space. The desk space requirement could be reduced with adequate space above for stacking equipment and need not be contiguous. This area must be suitable for computer/electronic equipment and be adjacent to 110/115 VAC power outlets. The area may be located either in the deck house, deck locker or fully enclosed shelter deck, but must have easy access to the deck; provide easy, safe access for routing cables with connectors in and out of the area. c. One suitable desk or shelf area at least 0.6 m x 1.2 m (2 ft x 4 ft) with adjacent 110/115 VAC power outlets for installation of Government supplied personal computers and printers. The desk or counter space should be located in an office space, which can be used almost exclusively by the scientific staff for entry and analysis of data on computers. Note: The dry, heated, and lighted spaces identified in Items b. and c. above can be met by one area if it can accommodate both needs. d. A suitable desk or dry counter work space of at least 0.6 m x 1.2 m (2 ft x 4 ft) on the bridge with adjacent 110/115 VAC power outlets for installation of Government supplied personal computers and printers; trawl mensuration equipment; and a GPS receiver. Access to and use of a suitable chart table is also required on the bridge. e. The requirements for protected work spaces described in a, b, and c can be eliminated if there is room on the fishing deck for a government-provided shelter, measuring 3.7 long x 2.1 wide x 2.1 high (12 ft x 7 ft x 7 ft) that is clear of all running gear and not required for during fishing or sampling operations. 11. Clothes washer and dryer in proper working order for personal laundry. 12. Potable fresh water supply adequate for vessel and personal use (including showers and laundry) by as many as 12 people for about 4 weeks. If a water maker is not available, then a minimum of 23 kl (6,000 gal) is required and the vessel should be prepared to replenish water within 24 hours round trip transit of the study area. 13. Clean and sanitary accommodations for crew (5 including Captain) and scientific field party (maximum of 5 scientists) which may include female scientists. There must be adequate flexibility in berthing arrangements so men and women are not required to share staterooms. 14. Clean mattresses fitted with clean covers for all personnel. 15. Work spaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke, hydrocarbon fumes and excessive engine noise. 16. Vessel must be ballasted to maintain sea kindliness during the charter. If crab tanks are used to ballast or trim the vessel, overboard (not on deck) discharge must be provided. Adequate ballasting must be independent of fuel and fresh water supplies required for the charter period. 17. Two heads and at least one shower shall be available for use by the scientific field party. Soap, toilet paper, and paper towels shall be provided by the vessel. 18. In an effort to reduce marine debris pollution, the captain is expected to follow waste management regulations as described in Section V of MARPOL. The vessel shall be required to have a storage facility, with or without a trash compactor, to retain all refuse (except food and paper materials) or a means to incinerate this refuse so that it is not disposed of at sea. Reference Clause H.14 Control of Plastic Discharges. B. ELECTRONIC EQUIPMENT REQUIREMENTS 1. Radios: a. VHF, 2 sets b. Synthesized single side band (1 18 MHz), 2 sets. c. A system for switching to battery power for radio operation in the event of interruption of the normal power supply. 2. Inmarsat C with e mail capability for sending and receiving messages and a cellular telephone or satellite telephone. The Government will reimburse the Contractor for transmission costs for Government messages and calls. 3. A GPS (Global Positioning System) with at least six channel, sequential capability to track satellites. 4. A GPS plotter. 5. Radar two sets, minimum range of 77 km (48 mi.). Radar must be equipped with an alarm system and a night watch by the vessel crew must be maintained. 6. Depth sounders with minimum range of 366 m (200 fm). 7. Trawl mounted sonar to determine operating depth of trawl and position relative to fish schools. C. CREW REQUIREMENTS 1. The crew of at least four (4) shall consist of: a. Captain, b. Cook fisher c. Engineer fisher, and d. Lead fisher. 2. The captain shall have a minimum of four (4) years of commercial pelagic trawl fishing experience as a master of a comparably sized trawler in Alaskan waters and at least eight (8) years total fishing experience as a master. 3. The Captain shall be competent in the use of modern navigational and fish detecting equipment (depth-sounder and fathometer). 4. The lead fisher shall have a minimum of five (5) years experience in otter trawl fishing and in building, rigging, repairing, and operating bottom trawls. 5. The cook fisher shall have a minimum of two (2) years commercial fishing experience and shall have a minimum of two (2) years experience in the planning and preparation of three daily meals for a group of at least ten (10) people. 6. The engineer fisher shall have a minimum of three (3) years experience as an engineer on a trawl vessel and three (3) years experience in trawl fishing and be competent in trawl gear repair. 7. Previous experience participating in the conduct of fisheries research is highly desirable for the Captain, lead fisher, and other crewmembers, though not required. The intended procurement will be classified under NAICS code 487210 with a size standard of $6.5 million. NOAA intends to negotiate a firm fixed price contract for the work described above. Firms responding to this market survey should provide only focused and pertinent information. Offerors should include a description of significant collaboration and subcontracting that will be required to provide technically acceptable deliverables. Responding firms should provide their capability statement to Contract Specialist, Crystina Elkins by email at Crystina.R.Elkins@Noaa.gov no later than Monday, June 18, 2007. Capability Statements received after this date will not be considered. All questions regarding this announcement should be addressed to the Contract Specialist at 206-526-6036.
 
Record
SN01318720-W 20070616/070614220534 (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.