Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2010 FBO #3100
SOLICITATION NOTICE

19 -- Barge Experiments: Entrainment of Carp into Tanks

Notice Date
5/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1 Chelsea Street, New London, Connecticut, 06320-5506, United States
 
ZIP Code
06320-5506
 
Solicitation Number
HSCg32-10-Q-E04088
 
Point of Contact
Joyce L Overton, Phone: 860-271-2886
 
E-Mail Address
joyce.m.overton@uscg.mil
(joyce.m.overton@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combine 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; quotations are being requested and a written solicitation will not be issued. The Solicitation No. HSCG32-10-Q-E04088 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-41. This solicitation is set-aside 100% small business and the associated NAICS code is 532411 and small business size standard is 500 employees. The contractor shall furnish a hopper barge and services to the U.S. Coast Guard Research and Development Center (RDC), as part of the Barge Ballast Water Working Group, who intends to conduct experiments to determine whether eggs, larvae, and fry of Asian carp can be drawn into barge tanks and survive there. The contractor shall provide a firm fixed price proposal. Barge Experiments: Entrainment of Carp into Tanks Background: As Asian carp migrate closer to the Army Corps of Engineers fish dispersal barrier located in the Chicago Shipping and Sanitary Canal (CSSC), there is a concern that eggs, larvae, and fry in tanks on barges and towboats could be transported over the barrier and released upstream. As a result of this concern, the U.S. Coast Guard Research and Development Center (RDC), as part of the Barge Ballast Water Working Group, intends to conduct experiments to determine whether eggs, larvae, and fry of Asian carp can be drawn into barge tanks and survive there. RDC will contract with an independent contractor to conduct several experiments aboard barges and towboats. Experiments will include modifying a barge ballast tank with a through-hull valve assembly(ies) with remote actuators to allow river water to enter the ballast tank. The modified barge will be positioned in the CSSC or in another area known to have Asian carp. The valve will be opened to allow approximately 80 cubic meters (~ 17,600 gallons) of water into the tank. Using a trash pump, the water will then be pumped out through a 55 micrometer net and discharged in the same area where the water was taken aboard. A second set of experiments will involve pumping river water into the barge tanks and securing mesh cages containing small fish and fry in the tanks. The mesh enclosures will be retrieved after timed exposures within the tanks to determine the likelihood of survival during normal barging operations. Upon completion of all experiments, the valve assembly will be removed and the hull penetration(s) permanently patched to restore the barge to its normal condition. Requirements: The RDC therefore intends to lease a hopper barge and services to: • modify the barge with a through-hull fittings, • confer with RDC and of the Barge Ballast Water Working Group on final development of experimental plans • move and operate the barge to an area with Asian carp • provide trash pump and hoses to empty flooded barge tank • provide access to barge during experiments • provide transportation from shore to barge at sampling location for members of experimental party A licensed commercial towboat operator and appropriate commercial insurance for towboat and barge are required. Timeframe: Use of barge is required for periodic experiments May - August 2010. Location: Sampling experiments will take place at locations between the downstream end of the fish dispersal barrier in the CSSC and downriver as far as Henry, IL. Experiments may take place in area with currents (channels or off channel) or in quiet water (shoreward of channel, harbors or slips). Experiments may take place while moored or underway. The selected offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition, FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representative and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Item; FAR 52.212-5, Contract Terms and Conditions required to Implement Statutes or Executive Orders-CommerciaItems, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. 52.212-2 Evaluation - Commercial Items. (JAN 1999) (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, considering price and other price-related factors. CONTRACT AWARD. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. ADDITIONAL CLAUSES HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH EXPATRIATES (JUNE 2006) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) HSAR 3052.204-71 CONTRACTOR EMPLOYEE ACCESS FAR 52.249-4 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (SERVICES) (APR 1984) FAR 52.228-7 Insurance-Liability to Third Persons (MAR 1996) (a) The following types of insurance are required in accordance with the clause entitled, Insurance - Liability to Third Persons (FAR 52.228-7), and shall be maintained in the minimum amounts shown: (1) Comprehensive General Liability: $200,000 per person and $500,000 per accident for bodily injury. No property damage general liability insurance is required. (2) Automobile Insurance: $200,000 per person and $500,000 per accident for bodily injury and $20,000 per accident for property damage. Comprehensive form of policy is required. (3) Standard Workmen's Compensation and Employer's Liability Insurance (or, where maritime employment is involved, Longshoremen's and Harbor Worker's Compensation Insurance) in the minimum amount of $100,000. (b) Each policy of insurance shall contain an endorsement that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the insurer or the Contractor gives written notice of cancellation or change to the Contracting Officer at least 30 calendar days prior to the aforementioned actions. When the coverage is provided by self-insurance, the Contractor shall not change or decrease the coverage without the Contracting Officer's prior approval.The date, time and place offers are due. QUOTES ARE DUE ON 1 June 2010 AT 2:00 PM (EASTERN TIME), PLEASE SUBMIT YOU QUOTE TO: KRISTIN LEMS, CONTRACTING SPECIALIST, USCG RESEARCH & DEVELOPMENT CENTER, 1 CHELSEA STREET, NEW LONDON, CT 06320-5506 Contact information regarding the solicitation - Kristin Lems at (860)271-2665 or kristin.l.lems@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCg32-10-Q-E04088/listing.html)
 
Record
SN02154633-W 20100521/100519235411-34794708ac1df451144119f2b46b815b (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.