Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2008 FBO #2529
SOLICITATION NOTICE

B -- Quote for scientific research vessel and crew

Notice Date
10/27/2008
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region III, Contracts Branch (3PM10), Environmental Protection Agency, Contracts Branch, 1650 Arch Street, Philadelphia, PA 19103
 
ZIP Code
19103
 
Solicitation Number
RFQ-PA-09-00001
 
Response Due
10/31/2008
 
Archive Date
11/30/2008
 
Point of Contact
Point of Contact, Jeffrey Fang, Purchasing Agent, Phone (215) 814-5312<br />
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 541712Description:NAICS Code 541712. Provide quote for a scientific research vessel and crew of for the collection of hydrographic profiles and sediment collection samples off the Coast of Virginia Beach. A scientific research vessel is needed with a fully staffed, experienced and trained technical crew to perform sampling. A minimum of six crew members with at least three crew members on watch at all times. The crew must be well versed in the collection and interpretation of hydrographic profiles and sediment collection in order to operate equipment including trawls and dredges to meet these objectives. The vessel must be able to withstand seas of at least 8 feet while still being able to operate the appropriate equipment to perform the necessary sampling. A ship designed to meet ICES noise standards for fisheries is required. The sampling locations are: the Norfolk Ocean Disposal Site (located approximately 17 miles east of the mouth of the Chesapeake Bay)(site is a circle with a radius of 4 nautical miles), a control site (located 5 miles north and 2 miles east of the Norfolk Ocean Disposal Site)(site is a circle with a radius of 4 nautical miles), and the Fish Waste Site (located 10-15 miles to the east of Ship Shoal Inlet) (the site is a 25 square nautical mile area with the center at 37 degrees, 18.50 minutes latitude). The estimated number of samples consists of: 8 to 10 CTD samples, 55 sediment samples, eight (8) 20-minute trawls, and eight (8) 20-minute dredges. The ship must also have the following equipment on board and operational: a certified, calibrated instrument capable of collecting water quality parameters (i.e. CTD and rosette); a calibrated dredge capable of collecting 8 - 10 centimeters worth of sediment from the surface of the ocean floor at a depth of at least 45 feet; and at least one (1) 20' trawl net. The vessel must also be equipped with lines, cables, winches, and accessories required to operate all of the equipment necessary for the completion of this sampling effort. The vessel shall conduct CTD profiles and sediment collection simultaneously. An electronic copy of all data collected during the cruise shall be made available to the EPA research crew prior to leaving the vessel upon the mission's completion at no additional cost. A separate (not "hot") berth for each EPA research crew member, bathing facilities, a chef, and all of the food required for three (3) hot meals per each 24 hour period on board shall be provided to the EPA research crew of at least 8 people for the entirety of the sampling expedition at no additional cost to the Government. Due to the timeliness of this data collection, and the pending winter weather, the vessel and crew shall be available to conduct this survey during the period from date of order through the estimated completion date of November 10th, 2008, but no later than December 31, 2008. Quoters shall provide a proposal including a fully loaded hourly rate. The rate shall include the captain and crew's services for operating the vessel and equipment for the sampling trip. The Captain and crew services include, but are not limited to associated costs such as docking fees, picking up and dropping off the research staff at a mutually agreeable (between the EPA and quoter) port(s), port fees, initial mobilization and final demobilization costs, fuel, provisions for the research staff, and use of the required equipment and vessel for the entirety of the sampling effort. The fully loaded hourly rate shall apply from the time the vessel enters the first sampling area, to the time it leaves the last sampling area. The same fully loaded hourly fixed rate shall apply from a guaranteed minimum of 12 hours through an estimated seventy-two (72) hours, up to a maximum of 96 hours. The Government aims to complete all of the sampling in one continuous effort. However, if conditions warrant a break in the mission, requiring the contractor to demobilize the vessel from one of the sampling areas, demobilization/remobilization may be required. The demobilization/remobilization lot price is fully loaded to include but is not limited to associated costs such as docking fees, dropping off and picking up the research staff at a mutually agreeable (between the EPA and quoter) port, port fees, initial mobilization and final demobilization costs, fuel, and use of the required equipment and vessel for the entirety of the demobilization and remobilization. The same demobilization/remobilization rate applies for up to two demobilization/remobilization events. During any demobilization/remobilization event, no CLIN001 charges may be billed. CLIN001Fully Loaded Hourly Rate (The fully loaded hourly rate shall apply from the time the vessel enters the first sampling area, to the time it leaves the last sampling area.) $_____________ per hour XNTE 96 hours =$________________________ CLIN002Demobilization/mobilization after the vessel enters the first sampling areaNTE 2 Lots @ $_____________________ =$________________________ The Government intends to make one (1) award. The following factors will be used to evaluate quotes: Technical capability and price. The evaluation will consider technical capability as a pass/fail factor. Quoters shall submit documentation that the quoter is technically capable of providing all of the following features/capabilities for this requirement:1)a trawl net; 2)vessel meets ICES noise standard;3)rosette and CTD on board;4)a dredge capable of collecting 8-10 centimeters of material at an ocean depth of at least 45 feet;5)lines, cables, winches, and accessories on board to operate the dredge, CTD, rosette, and trawl net;6)at least 8 berths for the EPA scientific crew; and 7)a minimum vessel crew of 6, with at least 3 on watch at all times. The quantities are maximum quantities. The same unit price shall apply for each item up to the maximum quantity of each item. The total evaluated price shall be the sum of all of the extended amounts of all of the line items. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-26. This acquisition is being conducted under Acquisition of Commercial Items, FAR Part 12. This is a Firm Fixed-Price contract. All interested parties must be registered in the Central Contractor Registry (CCR) to be awarded this order. Quotes shall provide the following information: Vendor Name, Telephone Number, contact person's name, phone number, and e-mail address, Company Business Size, Company's Taxpayers' ID number, Company's DUNS number. Your quotation must be received by 11 a.m., Eastern Time, Friday, October, 31, 2008 to fang.jeffrey@epa.gov Questions regarding this acquisition must be received by 11 a.m., Eastern Time, Wednesday, October 29, 2008. The following provisions are hereby incorporated by reference: FAR clause 52.212-1 Instructions to Offerors (June 2008), 52.212-3 Offeror Representations and Certifications (June 2008), 52.212-4 Contract Terms and Conditions (October 2008), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (October 2008), and 52.232-18 Availability of Funds (Apr 1984). This is an unrestricted requirement under NAICS 541712.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=341201a3b74b04e053cb51d571164c33&tab=core&_cview=1)
 
Record
SN01696551-W 20081029/081027214535-341201a3b74b04e053cb51d571164c33 (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.