Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2008 FBO #2310
SOLICITATION NOTICE

V -- V - GLBA HARBOR SEAL RESEARCH VESSEL CHARTER

Notice Date
3/22/2008
 
Notice Type
Solicitation Notice
 
Contracting Office
ARO - ALASKA Regional Office** 240 West 5th Avenue, Room 114 ANCHORAGE AK 99501
 
ZIP Code
99501
 
Solicitation Number
Q9815080506
 
Response Due
4/4/2008
 
Archive Date
3/22/2009
 
Point of Contact
Marichu Relativo Contract Specialist 9076443311 marichu_relativo@nps.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a separate written solicitation will not be issued. Firms doing business with the Federal Government must be registered in the Central Contractor Registration (CCR), website: www.ccr.gov. The solicitation number for this request is Q9815080506 and the solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-15) and Federal Acquisition Regulation (FAR). This is a small-business set-aside procurement under NAICS classification code: 483114, and PSC: V124. The small business size standard is 500 employees. B. 1. BASE BID ITEMS: Base Bid Item One and Two: To provide research vessel charter services in support of the National Park Service (NPS) harbor seal research program. This includes providing a vessel charter, meals and lodging for 11 passengers, and associated technical expertise to facilitate the safe capture and handling of harbor seals in Glacier Bay National Park in southeastern Alaska, in accordance with the SPECIFICATIONS and SCOPE OF WORK. Complete the bid items below: Base Bid Item 0001 - 10-Day Trip *September 2008 (TBD): $__________ Total Base Bids: $______________ * The specific dates will be identified by the Government at least 30 days prior to the required charter dates. Departure Location: Begin in Auke Bay, Juneau, Alaska, travel to Glacier Bay and return to the Auke Bay port at end of charter. B. 2. UNIT PRICING FOR INCREASED OR DECRCREASED QUANTITIES A. The following provides estimated quantities, unit prices, and the extended totals for the unit prices for the increased of decrease quantities that are increases or decreased form work set forth in these specifications, all of which is included in the lump sum base bid set forth above. In order to be considered for payment as "Increased quantities"- those increases must be authorized by the Contracting Officer in writing prior to accomplishing any "increased quantity" work. In the event that there is a difference between a unit price and the resultant extended total, the unit price will be held to be the intended bid and the total re-computed accordingly. If a bidder provides a total, but fails to enter a unit price, the total will be divided by the specified increased or decreased quantity and will be the intended unit price. B. The bidder proposes to perform increased or decreased quantities work for stated resulting additions, increases or decreases, to the Base bid. Additions shall include all modifications of work or additional work that the bidder may deem to be required to perform by reason of field additions or changes specifically authorized by the Contracting Officer. Bid increased or decreased quantities work shall include allowances for overhead and profit, and within the established time for completion. 1) Unit price per day for vessel charter (including fuel): $_______ per day x 1 day = $__________ 2) Unit price per day for meals for eleven (11) passengers: $_______x 3 meals per day x 11 passengers = $___________ Total Increase/ Decrease Bid Items: $__________ Total Overall Bid (Base Bid Item One + Increase/ Decrease Bid Items 1+2) $______________ SCOPE OF WORK AND EQUIPMENT REQUIREMENTS: 1. Background: The National Park Service has initiated efforts to address hypotheses associated with the decline of harbor seals in Glacier Bay NP. Glacier Bay has historically supported one of the largest breeding populations of harbor seals in Alaska. Harbor seals are an important apex predator and the most numerous marine mammals in the park; however, harbor seals have declined by up to 75% in Glacier Bay since 1992 when monitoring efforts began. In 2004, the National Park Service initiated research aimed at addressing hypotheses associated with the decline of harbor seals in Glacier Bay National Park. The research requires the capture of harbor seals to assess survival, body condition, health and disease status, and movements. 2. Contractor shall provide a research vessel in support of the National Park Service harbor seal research program. This includes providing a vessel charter, meals and lodging for eleven (11) NPS passengers/personnel and associated technical expertise to facilitate the safe capture and handling of harbor seals in Glacier Bay National Park in southeastern Alaska. Vessel must be able to depart Auke Bay, Alaska in early September 2008 (dates to be determined later) for approximately 6-10 days. The vessel must be able to travel from Auke Bay to Glacier Bay on the first day of the charter and be at the study site ready for capture efforts to begin on the morning of the second day of the charter. 3. The National Park Service (NPS) will pay for only those days the charter will be utilized for the two charter periods in April and September and cannot guarantee a minimum or maximum number of days. The length of charter is estimated and can be terminated at any time by NPS due to unforeseen circumstances. Area of operation will be Glacier Bay, Alaska. 4. The vessel will be required to provide sleeping areas for 11 passengers, 3 meals per day, fuel for chartered vessel, adequate deck and laboratory space, a utility (hydraulics) crane to load and off-load seals and Government owned equipment and gear, and enough water for drinking and showers for passengers and crew for at least 10 days. 5. Research passengers/personnel will meet the vessel at Auke Bay, Juneau, Alaska to load equipment and supplies on the day before departure. Research crew will be responsible for loading supplies aboard the vessel in Auke Bay. Vessel must be available for loading of gear the day prior to charter and staterooms will be available for sleeping quarters (no food is provided on the loading day). SPECIFICATIONS: 1. Provide name and detailed description of the vessel designated to be used under this contract, and a vessel survey that is not more than five (5) years old. NPS must approve any change in the named vessel listed in the contract. 2. Current color photograph of the vessel and of the inside spaces and staterooms must be provided. 3. Provide name, proof of U.S. Coast Guard license, and a description of the watercraft experience of the Captain. Captain shall have at least (5) years of experience operating vessels of the size being offered in the following geographic region of Alaska: Glacier Bay and Icy Strait, Alaska and shall have experience working with previous research charters. 4. The vessel must be made available for inspection by NPS prior to deployment for operation on the project/contract scope of work. Additional inspection should be made available within 1 day after proposal submission and prior to contract award. Vessel shall be made available for inspection in Auke Bay, Juneau, Alaska following the proposal deadline date and prior to contract award. Arrangements for this inspection shall be made with the contracting officer. 5. Vessel must meet U.S. Coast Guard standards for either an "uninspected vessel" or "uninspected research vessel" for safe operations at sea in the geographic area of the Glacier Bay and Icy Strait, Alaska. 6. Contracted vessel shall have marine and general public liability insurance with limits of liability in accordance with Department of the Interior insurance regulations, 1452.228-70 LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JUL 96). 7. The pilot house of the vessel will be accessible to the research crew unless the Captain restricts access due to safety concerns. 8. The length of the work day will be jointly determined each day by the Captain and the NPS project leader. In the event of a disagreement, the NPS project leader has final authority, except for work stoppage due to uncontrollable circumstances, such as unsafe weather or sea conditions, or other safety-at-sea considerations as determined by the Captain. The Captain will have ultimate authority and responsibility for the vessel and all personnel aboard and therefore retains the right to operate the vessel in a safe manner based on his/her best judgment. 9. Vessel shall be of compatible length, (at least 60 feet), to carry all equipment and personnel listed within this section, and all contractor employees needed for support. Vessel must also be willing to safely navigate in glacial ice filled waters within the Glacier Bay National Park, Alaska. 10. Vessel shall be fully licensed by the US Coast Guard as required by law and shall have passed all appropriate US Coast Guard requirements for safety and seaworthiness. Proof of certification shall be provided with the offer resulting from this solicitation. 11. Vessel shall be willing to move each day to a new mooring spot as agreed upon directed by the project leader and Captain. Areas of safe anchorage will be identified by the vessel master or Captain. 12. Vessel shall be equipped with radar, Loran C, or GPS, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, and two VHF radios. Must have US Coast Guard approved emergency life raft on board with capacity for all research and vessel personnel. In bid response, specify number of survival suits available for research crew. 13. Contractor will be responsible for all fuel requirements for the vessel being chartered during the vessel's time at sea and during work of the period of performance of the awarded contract. 14. The vessel must have a lifting crane (hydraulics) with operator to lower and raise equipment from shore to the main deck of the vessel and transfer seals from skiffs to vessel. Additionally, in order to enhance efficient and safe transfer of personnel, equipment, a section of the starboard or port side railing should be able to be removed and replaced with a latched gate. 15. The crew onboard the vessel shall consist of a minimum of 2 people, including: 1) licensed vessel master (Captain) 2) cook/deckhand 16. Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel. Fuel, lubricants, and other consumables for operating government owned skiffs will be provided by government. 17. Mechanical breakdown that causes rescheduling of the NPS operational schedule shall require the contractor to deduct the daily cost for that period of time from their final invoice. 18. Vessel shall carry enough fuel, potable water (at least 3,000 gallons), and food sufficient for up to 10 days at sea without a port call. All port calls must be prearranged with the NPS Project Leader before contract begins. 19. Vessel must have large deck (at least 20 X 35 feet) for holding and processing animals, deck loading skiffs, and equipment. 20. Vessel must have a 10 x 14 feet or larger covered deck space (with heat source) with electrical outlets and lighting. Within covered area must be able to rig and secure 2 sturdy tables (~6' x 2.5', and ~38" high), 2 small instrument tables, and place to secure 1-2 large oxygen cylinders and anesthetic machines. 21. Vessel must have a dry, indoor laboratory space for processing of biological specimens (e.g., centrifugation and pipetting of blood samples). The laboratory space must have a working counter space of at least 14 X 3 feet that can be used by up to 3 persons simultaneously. This space requires adjacent electrical outlets and a large sink. 22. Vessel must have access to refrigerator and chest freezer (~33"x 24"x 33") with ample storage space for biological specimens during vessel charter. 23. Vessel must have dry place to store surgical supplies, laboratory and biological specimen collection supplies. 24. Vessel must have laundry facilities (washer and dryer) that are accessible to research crew 25. Vessel must have water supply and hose on deck for cleaning of work area. 26. Vessel must have air hose on deck for inflating Zodiacs. 27. Vessel must have ability to tow a skiff (~22') from Auke Bay to Glacier Bay and return and to and to safely deck load inflated Zodiacs (3) with outboard motors attached. 28. Contractor must abide by all Glacier Bay National Park vessel regulations (http://www.nps.gov/glba/planyourvisit/boat.htm) and conditions specified in the project research permit. GENERAL GUIDELINES: 1. All areas of the vessel shall be accessible to the scientific staff, unless agreed to beforehand. 2. No alcohol will be permitted on the vessel. 3. No smoking will be allowed on the vessel. 4. The vessel master or designee will, at all times, maintain radio contact with research passengers/personnel working in small boats from the vessel, according to a pre-arranged radio schedule to assure their safety. In event of a problem or an accident, immediate steps will be taken for a pick-up. 5. Safety orientation will be given on the first day by the vessel master to all research passengers/personnel aboard, including location of exits, locations and operation of life rafts, communications, storage of survival suits, man overboard procedures, and procedures for evacuation of vessel in the event of an emergency. ACCOMMODATIONS: 1. Vessel must have Sleeping space for 11 passengers/personnel and additional space for required crew members. 2 Vessel shall be clean and provide quality living conditions. This includes being free from extreme noise levels in the living and work areas and from undesirable and noxious odors. 4. Vessel lights, heat, hot water, sanitation facilities (including wash basins, toilet, and shower), galley, and cooking and eating supplies shall be appropriate to support up to eleven (11) passengers/personnel and vessel's crew members. Berthing spaces, heads, sinks, and showers will be thoroughly cleaned routinely by a vessel crew member. 8. Vessel shall have a flat, dry space available for setup and operation of laptop computers. 9. Vessel shall have 110-volt AC electricity to recharge computers and VHF radios. MEALS: 1. Three meals per day (breakfast, lunch, and supper), snacks, and drinks for eleven (11) research passengers/personnel shall be provided by the contractor during the voyage. Meals must be well balanced, nutritious, palatable and varied. If special dietary needs (e.g., low-sodium, vegetarian, diabetic, etc.) are required, NPS will notify the contractor at least five (5) days prior to scheduled departure of the nature and number of special dietary requirements. DELIVERY POINT (FOB): The date and place of delivery and acceptance and FOB point shall be Auke Bay, Alaska, September XX, 2008, at 8:00 am. NPS passengers/personnel will meet the vessel at the port for boarding and loading of equipment. The specific dates for the September 2008 charter will be identified by the NPS/Government at least 30 days prior to the required charter dates. OTHER: 1) PUBLIC AFFAIRS: The Contractor shall not make available to the news media or publicly disclose any data generated or reviewed under this contract. When approached by the news media, the Contractor shall refer them to the Contracting Officer or her representative for response. Project reports and data generated under this contract shall become the property of the government and distribution to any other source by the Contractor, unless authorized by the Contracting Officer or her representatives, is prohibited. 2) CONTRACTING OFFICER AUTHORITY: The Contracting Officer is the only person with the authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (a) direct or negotiate any changes in the Statement of Work or specifications; (b) modify or extend the period of performance; (c) change the delivery schedule; or (d) otherwise change any terms and conditions of this contract. The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract and not withstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the Contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in costs incurred as a result thereof.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NP144302&objId=2866415)
 
Place of Performance
Address: GLACIER NATIONAL PARK & PRESSERVE, GUSTAVUS, ALASKA
Zip Code: 998260000
Country: USA
 
Record
SN01539426-W 20080324/080322223351 (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.