Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SOURCES SOUGHT

V -- VESSEL CHARTER FOR CONTINENTAL SLOPE BOTTOM TRAWL SURVEY OF GROUNDFISH IN THE GULF OF ALASKA AND EASTERN BERING SEA

Notice Date
11/17/2010
 
Notice Type
Sources Sought
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
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
NFFR7400-11-00710
 
Archive Date
11/30/2010
 
Point of Contact
Crystina R Elkins, Phone: (206) 526-6036
 
E-Mail Address
crystina.r.elkins@noaa.gov
(crystina.r.elkins@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Oceanic and Atmospheric Administration (NOAA) is conducting a market survey to determine the availability and potential technical capability of businesses to provide a charter vessel to conduct the biennial continental slope bottom trawl survey of groundfish resources in the Gulf of Alaska and Eastern Bering Sea. The NAICS code for this procurement is 483114 with a corresponding size standard of 500 employees. The objective of this requirement is to: assess groundfish resources on the continental shelf (and slope) from the Islands of Four Mountains (1700 W long.) eastward to Dixon Entrance. Deliver: (1) annual quantitative estimates of groundfish and crab biomass and population size and (2) biological, habitat, oceanographic, and acoustic data for the continental slope areas of the eastern Bering Sea and Gulf of Alaska. The survey period consists of a base charter planned to span 70 days with the option of up to 15 additional days to ensure completion of the survey and one (1) option period. The base period is scheduled to begin on or about May 18th, 2011 and the option period on or about June 1st, 2012. This charter will begin in Dutch Harbor, AK and end in Ketchikan, AK. Contractor must be able to provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform these services. The survey will use a high-opening Poly Nor'Eastern trawl equipped with roller gear and fished with (6 X 9 ft) V-doors weighing 535 kg (1,800 lb) at pre-selected stations ranging from 15 to 1000 m (8-550 fm) in depth. The contractor will be required to provide a vessel which can accommodate a scientific party of up to six (6). The resulting contract will have a base survey period beginning on or about May 1st, 2011 lasting up to 75 days. There is one (1) option period for the resulting contract. Minimum overall vessel length required is 120 feet and the vessel shall have been actively used for commercial trawling or research where trawl gear was used in the past 12 months. Minimum continuous horsepower output from main engine, 1,000hp. Minimum cruising speed of 10 knots. Submittal Requirements: Firms responding to this market survey should provide only focused and pertinent information. Responding firms should provide a capability statement which should include sample and information which relates to this requirement to Contract Specialist, Crystina Elkins by email at Crystina.R.Elkins@noaa.gov by Monday, November 29, 2010 at 1:00 PST. All questions regarding this announcement should be addressed to the Contract Specialist at Crystina.R.Elkins@noaa.gov. The Government intends to negotiate a firm fixed price contract with the period of performance commencing approximately May 1, 2011. An official notice of the Government's intent to procure the above services will be posted at www.fbo.gov on or about November 30, 2010. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Interested firms should submit in writing, (1) its name, address, a point of contact, telephone number, Data Universal Numbering System (DUNS) number, and a brief narrative regarding its capability to provide the services as described above; (2) provide at least 3 examples of current and/or recently completed projects of the same or similar type of service described above. Include projects within the past 3-5 years, a brief description of the project, customer name, customer contact point and telephone number, timeliness of performance, customer satisfaction, and dollar value of the project; (3) State if your company is a Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business and provide proof of Small Business Administration (SBA) HubZone certification; (4) Indicate whether your firm will submit a proposal for this project, if this project is set-aside for HubZone Small Business,or Service-Disabled Veteran-Owned Small Business; (5) Indicate all applicable personnel and sub-contractors proposed to work on the contract. Firms submitting responses shall provide information that proves you can meet the qualification criteria listed above. The capabilities will be evaluated solely for the purpose of determining if a Set-Aside is appropriate. The Government must ensure there is adequate competition among the potential pool of firms which can operate in the areas of consideration as specified above. Detailed information must be submitted by email to Crystina Elkins at Crystina.R.Elkins@noaa.gov by Monday, November 29, 2010 at 1:00 pm, local Pacific Standard Time, Seattle, Washington. Questions of any nature may be addressed in writing to Crystina Elkins at the email address noted above. NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFR7400-11-00710/listing.html)
 
Record
SN02328709-W 20101119/101117234009-a62d856e29490b640840c71d7f7da44a (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.