Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2010 FBO #3106
MODIFICATION

B -- Marine Mammal Vessel Charter - Solicitation 1

Notice Date
5/25/2010
 
Notice Type
Modification/Amendment
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F-10-RP-0094
 
Point of Contact
Mona M. Ash, Phone: 206-526-6384
 
E-Mail Address
mona.m.ash@noaa.gov
(mona.m.ash@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
IDIQ Commercial Item for services - Vessel Charters in Hawaiian Waters THIS IS A PRE-SOLICITATION NOTICE The National Marine Fisheries Service, Pacific Island Fisheries Science Center in Honolulu, Hawaii requires following: A) A small research vessel (SRV) that can support a variety of marine research including but not limited to; marine mammal population survey, coral reef survey work, oceanographic sampling, remote field research support, and conducting various fishing methods (bottom fish, handline, longline, trolling, etc.) to collect samples. Research work may be conducted from the SRV or from skiffs/small boats deployed from the SRV. The SRV must be a vessel suitable for distant open-ocean work with sufficient fuel, sewage, water, and food stores to transit and operate in the Papahanaumokuakea National Monument as well as within the main Hawaiian Island waters. The vessel shall be in proper working order with all required USCG approved safety, navigation and communication devices. Vessel shall be compliant with existing Papahanaumokuakea National Monument regulations, and the captain shall have experience operating in Monument waters. B) This will be an Indefinite-Delivery, Indefinite-Quantity type contract. Cruises will range in duration from seven (7) days to 20 days with a minimum of one (1) cruise per year, and a maximum of five (5) cruises per year. The base period of performance is from June 2010 to March 2011 with four (4) one-year option periods. C) The Contractor shall furnish the necessary personnel/crew, equipment, and services to support the research projects. Scientific equipment will be furnished by the program. In addition, the program may require minor modifications to deck space or removal/re-location of equipment to accommodate the project. D) Vessel Requirements: 1. Vessel must be over 60' Length Overall (LOA) but not more than 300 gross tons. 2. Vessel must be able to maintain a minimum cruising speed of 8 knots in average sea conditions within the operating area. 3. Vessel must have fuel capacity for at least 21 days at sea and a range of at least 2400 nautical miles. 4. Electric power (110/115 V.A.C.) outlet near on-deck work area. 5. Hydraulic ports near on-deck work areas. 6. Seawater and freshwater deck hose for cleaning gear and processing samples. 7. Crane capable of lifting at least 2000 lbs. for deploying and recovering small boats and oceanographic equipment. 8. Deck storage area of at least 200 sq ft for storing and transporting scientific gear and accessories. Deck storage area may be continuous or separated into sections throughout the vessel. 9. Dry storage area of at least 100 cu ft in the interior of the vessel for holding scientific equipment and electronics. Dry storage area may be continuous or separated into sections throughout the vessel. 10. A minimum of 25 cu ft of freezer storage exclusive of space for ship's stores for stowing scientific samples and supplies. Freezer space must be reasonably and safely accessible from the deck and must be available at all times to the scientific party. 11. A suitable dedicated dry counter work space at least 2 X 4 ft with adjacent 110/115 volt power outlets for installation of Government-supplied computers, printer, and scientific electronic equipment. 12. A suitable dedicated wet counter work space at least 2 X 4 ft with access to saltwater hose/faucet for processing samples. A foldable table may be acceptable for the wet counter as long as it does not interfere with deck operations and can be secured to the deck while in used. 13. Access to and use of a suitable chart table. 14. Able to carry, launch, and recover two (2) small boats for scientific and emergency purposes. 15. A desk area (exclusive of galley and accessible at all times) with adjacent 110/115 volt power outlets for data management and analysis. 16. Baitwell, livewell, and/or the ability to secure portable holding tanks on deck for the ability to transport live fish. 17. Clean and sanitary accommodations for crew and scientific field party (minimum of five scientists) which may include both male and female scientists. Stateroom and berthing arrangements must allow for separate rooms for male and female scientists. Bunk areas shall contain at least one drawer or closet per occupant for storage of clothing and personal gear. 18. Potable fresh water supply adequate for vessel and personal use (including showers and laundry) for all personnel aboard for at least 25 days. A minimum of 6,000 gal is required. 19. Clean mattresses with clean fitted covers, pillows, and linens for the scientific field party. 20. A minimum of two heads and two showers shall be available to the scientific field party. Soap, toilet paper, and paper towels shall be provided by the vessel. 21. Workspaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. 22. Washer and dryer for personal laundry. 23. A skiff, inflatable, or rigid hulled inflatable boat (RHIB) measuring at least 5 m (16.5 ft) LOA with an outboard motor (minimum 40 hp). Skiff to be rated at minimum of 400 kg (880 lbs) total carrying capacity; must be stored away from the work area but be readily and easily deployed. A RHIB or inflatable type skiff is preferred. Gasoline fuel for the outboard motor must be stored in Coast Guard and/or DOT approved tanks or containers. 24. 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. Fuel oil considered as ballast should not be considered in the vessel's fuel-endurance estimation. 25. In an effort to reduce marine debris pollution, the Captain shall comply with waste management regulations as described in Section V of MARPOL and as regulated by the Papahanaumokuakea Monument. 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. 26. VHF Radio; a minimum of two radios, one of which must be fixed mounted in the bridge. Two additional radios are required for each skiff. The program will provide VHF radios for the scientist and program supplied boats. 27. Single side-band unit. 28. Plotter (flatbed and/or CRT) with capability of plotting input from GPS. 29. GPS (Global Positioning System) 30. Radar--2 units with a minimum range of 38.6 km (24 miles). 31. Depth sounder; color scope unit with minimum range of 1,100 m (600 fm) and operating in the 38-50 kHz range. 32. An electronic charting system that will allow for continuous recording of position and depth by the scientific staff. 33. Satellite telephone with internet access. The Government will reimburse the Contractor for transmission costs of Government messages and calls. 34. Vessel Monitoring Equipment The North American Industry Classification Code (NAICS) is 532411 with a size standard of $7 million. A Request for Proposal (RFP) solicitation may be posted on or about May 14, 2010 at http://www.fedbizopps.gov/. The proposed contract is 100% set-aside for small business concerns. The estimated response due date is May 26, 2010; however, the actual date offers are due will be stated within the solicitation documents. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential contractor is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Mona Ash at Mona.M.Ash@noaa.gov. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all contractors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires contractors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-10-RP-0094/listing.html)
 
Place of Performance
Address: Northwest Hawaiian Islands, United States
 
Record
SN02158951-W 20100527/100525234602-66d25c663595021c98afaadf399df792 (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.