Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2010 FBO #3016
SOLICITATION NOTICE

V -- Vessel Charter for Sea Otter Captures

Notice Date
2/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
10WRQQ0114
 
Response Due
3/5/2010
 
Archive Date
2/24/2011
 
Point of Contact
CHERYL FITCH CONTRACTING SPECIALIST 9162789331 ;
 
E-Mail Address
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 in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation Number #:10WRQQ0114 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect throughout Federal Acquisition Circular: 05-38, dated Dec. 10, 2009. This combined Synopsis /Solicitation is set-aside 100% for small business. The NAICS code(s) is / are 483112, Size Standard: 500. REQUIRED PERIOD OF PERFORMANCE: MAY 6, 2010 THROUGH MAY 25, 2010 DELIVERY/PERFORMANCE LOCATION(S): The area of operation will be western Vancouver Island and the cruise will originate and end in Vancouver, Nanaimo, or Victoria, British Columbia if the vessel is of Canadian registry. If the registry is U.S., then Bellingham, Seattle or Port Townsend, Washington. CLIN 0001: 1 Each, VESSEL CHARTER FOR SEA OTTER CAPTURES. ALL TASKS SHALL BE ACCOMPLISHED IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK STATEMENT OF WORK: DESCRIPTION OF VESSEL CONTRACT SPECIFICATIONS The United States Geological Survey (USGS) is interested in chartering a seaworthy vessel for a minimum of 14 days and a maximum of 20 days, between the dates of 6 and 25 May 2010. The area of operation will be western Vancouver Island and the cruise will originate and end in Vancouver, Nanaimo, or Victoria, British Columbia if the vessel is of Canadian registry or Bellingham, Seattle, or Port Townsend, Washington if the vessel is of U.S. registry. Depending upon availability and pricing of vessels, the vessel will provide transportation and support for at least 7 scientists and as many as 10. Project objectives include: 1.Capturing sea otters in the vicinity of Nuchatlitz Inlet and Tofino for the collection of blood and other body condition parameters so comparisons can be made among study sites.2.Collecting sea otter foraging observations using high-powered spotting scopes to characterize sea diets. Vessel suitability as determined by a USGS project leader/inspector will be a main factor in selecting the contract vessel. DEFINITIONSFor trip planning and billing purposes, a day is defined as a 24-hour period starting at a time agreed upon by the skipper and the USGS project leader prior to the beginning of the trip; the day ends 24 hours later. The trip officially ends when all USGS gear is off-loaded from the charter vessel. The vendor will be paid for the minimum number of days stated above plus any additional days (rounded to the nearest quarter day) the vessel was used by USGS. VESSEL OPERATIONAL SPECIFICATIONS TO BE PROVIDED FOR USGS 1.Name and detailed description of the vessel designated to be used under this contract, and a vessel survey that is not more than two (2) years old. USGS must approve any change in the vessel designated in this bid document. 2.U.S. vessels may be required to have an "oceanographic research vessel" designation by U.S. Coast Guard in order to carry enough fuel and passengers. 3.Current color photographs of the vessel and of inside spaces shall be provided. 4.The vessel shall be made available for inspection by USGS within 30 days after bid submission and prior to contract award. Vessel shall be made available for inspection in one of the following Canadian ports: Vancouver, Nanaimo, or Victoria, British Columbia or U.S. ports: Bellingham, Seattle, or Port Townsend, Washington. 5.Name, proof of either a Canadian Coast Guard or U.S. Coast Guard license, and a description of the watercraft experience of the Captain. Captain shall have at least 3 years of experience operating watercraft of the size being offered in the following specific region of British Columbia: Vancouver Island. 6.Contract or Vessel shall have marine and general public liability insurance with limits of liability for: i) bodily injury of not less than $100,000 for each person and $500,000 for each occurrence, and ii) property damage of not less than $100,000 for each incident and $500,000 in the aggregate. Proof of insurance shall be provided after contract award. VESSEL REQUIREMENTS 1.Vessel shall be fully licensed by the Coast Guard as required by law and shall have passed all appropriate Coast Guard requirements for safety and seaworthiness. Proof of certification shall be provided with the bid offer. 2.Vessel shall be capable of maintaining a cruising speed of at least 6 knots and be willing to move each day to a new mooring spot as directed by the project leader. Areas of safe anchorage will be identified by the vessel master. 3.Vessel shall be equipped with radar, GPS, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, two VHF radios, and enough U.S. Coast Guard approved immersion suits to outfit 7-10 USGS personnel in addition to vessel crew members. 4.The contract vessel must be capable of deckloading up to three 16-foot long inflatable skiffs. 5.When the crew is not required for the vessel operations, as determined by the vessel master, the crew will assist USGS personnel with loading and off-loading gear, supplies, and skiffs and maintenance of government-owned equipment. 6.Contractor shall be able to carry at least 100 gallons of unleaded gasoline for USGS boats; either in 55 gallon barrels or up to 500 gallons in Coast Guard approved tanks. USGS will pay separately for gasoline. Contractor will be responsible for fueling before leaving port. Contractor shall supply gasoline containers. Gasoline containers must be clean and rust-free, and a fuel pump with a water separating fuel filter must be provided for the pumping system. 7.Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel. USGS will provide gasoline, oil, and other consumables for government boats. 8.Any mechanical breakdowns in excess of 24 hours that cause rescheduling of the USGS operational schedule shall require the contractor to deduct the operational costs (daily contract rate) for that period of time from their final invoice. 9.Vessel shall carry enough fuel, potable water (approximately 100 gal/day), and food sufficient for up to 10 days at sea without a port call. All port calls must be prearranged with the USGS Project Leader before contract begins. 10.Vessel shall reserve at least 350 square feet for USGS workspace and gear storage with at least 200 square feet of this space on outside deck. Gasoline containers may be stored within this area. A fully functional freshwater washdown pump and hose with at least 25 gallons of freshwater/day must be available for rinsing dive gear in this area. 11.Vessel shall reserve at least 20 square feet of lab workspace with dimensions approximating 4 by 5 feet. This space must have 110-volt AC electricity and be dry, clean, and available 24 hours a day (ie. not in galley) as blood must be processed immediately via centrifuge. 12.Vessel must provide at least 4 cubic feet of freezer space for the storage of USGS biological samples. 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.The vessel master or designee will, at all times, maintain radio contact with USGS 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 to assist USGS personnel. 4.Safety orientation will be given on the first day by the vessel master to all USGS personnel aboard, including location of exits, locations and operation of life rafts, communications, storage of immersion suits, vessel evacuation and man overboard procedures. 5.The length of the work day will be jointly determined each day by the Captain and the USGS project leader. In the event of a disagreement, the master of the charter vessel has final authority per Code of Federal Regulations (CFR). The Captain has the ultimate authority and responsibility for the ship and all personnel aboard and therefore retains the right to operate the ship in a safe manner based on their best judgment. With this responsibility in mind, the Captain must ensure that enough crew members are on the vessel to run a safe 24-hour operation. Sea otters are sometimes captured at night and need to be brought back to the contract vessel for immediate processing. For this reason, it must be agreed upon beforehand that some reasonable and safe level of support is available around the clock. ACCOMMODATIONS1.Vessel must have at least 7 permanent bunks with mattresses and bedding available for USGS personnel and additional permanent bunks for required crew members. Bunks shall be a minimum of 76 inches in length and 30 inches wide and, if stacked, there will be a minimum space of 24 inches between upper and lower bunks. 2.Berthing area(s) shall be separate from the galley, wheelhouse, and deck areas, and shall be heated and have adequate ventilation. 3.Vessel shall be clean and provide quality living conditions. This includes being free from continuous noise levels greater than 80 db 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 7-10 USGS personnel and vessel's crew members. Berthing spaces, heads, sinks, and showers will be thoroughly cleaned daily by a vessel crew member. 5.Vessel shall be capable of providing a hot water shower for each USGS person every two days. 6.Vessel shall have heated drying area separate from living accommodations and routine work areas, and must be capable of drying wet clothing, rain gear, and dive gear overnight for 7-10 people. Drying area must be large enough to hang these items away from walls. 7.Vessel shall have a flat, dry space available for setup and operation of an USGS laptop computer. 8.Vessel shall have 110-volt AC electricity to recharge USGS computers and radios. MEALS1.Three meals per day for 7-10 USGS people shall be provided. The intended work will require odd working hours and, thus, flexibility in meal times and provision of snack food throughout the day. Breakfast and lunch may be either hot or cold meals, but dinner must be a hot meal. Meals must be well balanced, nutritious, palatable and varied. If special dietary needs (e.g., low-sodium, vegetarian, diabetic, etc.) are required, USGS will notify the contractor at least 10 days prior to scheduled departure of the nature and number of special dietary requirements. The selected Offeror must comply with the following commercial item terms and conditions: FAR 52.212-1, Instructions to Offerors - Commercial (Jun 2008). The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at https://orca.bpn.gov. If however, an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of the provision. The following additional FAR Clause is Incorporated by Full Text: 52.212-02, Evaluation - Commercial Items (Jan 1999), Evaluation Factors: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Quotes submitted in response to this RFQ shall be evaluated and awarded based upon best value to the Government to include technical capability, past performance and price. The Contractor's proposal shall include sufficient information to demonstrate the Contractor's ability to meet the required vessel operational specifications and requirements as stated in the Statement of Work included herein. The Offeror shall identify at least three (3) relevant vessel charters similar to this job. For each contract list: a. Contract number and customer point of contact (including two (2) points of contact with telephone numbers/email addressb. Dollar value of the contract (Original and Final)c. Type of service providedd. Required completion date for the contracte. Date the services were actually completed Technical and past performance, when combined, are approximately equal to cost or price. Local Department of Interior Clause, 1452.228-70, Liability Insurance - Department of the Interior (JUL 1998), (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $100,000.00 each person*$500,000.00 each occurrence*$100,000.00 for property damage* (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. *These amounts to be set by the Contracting Officer.{End of Clause} The following additional FAR Clauses are Incorporated by Full Text: 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Sep 2009), 52.222-25, Affirmative Action Compliance (Apr 1984), and 52.252-2, Clauses Incorporated by Reference (Feb 1998). The following FAR are incorporated by reference: 52.204-7 Central Contractor Registration APR 2008 52.219-28 Post Award Small Business Program Representation APR 2009 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor-Cooperation with Authorities and Remedies AUG 200952.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-36 Affirmative Action for Workers with Disabilities JUN 1998 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade ActJUN 2009 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 200352.222-41, Service Contract Act of 1965 (NOV 2007) In performance of this contract, the contractor shall comply with the requirements of U.S. Department of Labor Wage Determination number: 94-0196 (Rev. -23), dated 12/22/2009. This wage determination is incorporated and made a part of this combined synopsis/solicitation. The following information is required with your quotation package: DUNS Number, Shipping, handling, freight, installation fees identified, Payment Terms and Federal Tax ID Number. Also a picture of the vessel should be provided with your quotation (Inside and Outside of Vessel). The full text of the above-mentioned FAR clauses may be electronically accessed at http://www.acquisition.gov/far/ or http://www.doi.gov/pam/aindex.html, as per 52.252-2, Clauses Incorporated by Reference. CCR Requirement - All interested Companies must be registered with the Central Contractor Registration (CCR). To register with the CCR, go to the CCR web site at http://www.ccr.gov. POC for this award is Cheryl A. Fitch at 916-278-9331. All questions and concerns shall be submitted in writing to cfitch@usgs.gov. All questions must be submitted NLT 3/3/2010. Quotes can be e-mailed to cfitch@usgs.gov. In the event your email is 15mb or bigger, than please mail them to U.S. Geological Survey, Branch of Acquisitions and Grants, ATTN: Cheryl Fitch, Modoc Hall, Ste. 2002, CSUS Campus, 3020 State University Dr. East, Sacramento, CA. 95819; or fax them to 916-278-9339. Quotes will be considered late if not received by March 5, 2010 no later than 4:00pm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0114/listing.html)
 
Place of Performance
Address: Anchorage, Alaska
Zip Code: 995084626
 
Record
SN02073142-W 20100226/100224234502-4fb2de35eccfa6af082846c36c8714d1 (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.