Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOLICITATION NOTICE

V -- Biennial Continental Slope Bottom Trawl Surveys of Groundfish Resources in the Gulf of Alaska and Eastern Bering Sea

Notice Date
4/26/2011
 
Notice Type
Presolicitation
 
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
AB133F-11-RQ-0559
 
Archive Date
5/4/2012
 
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
Total Small Business
 
Description
The National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center (AFSC) in Seattle, WA has a requirement for a vessel to conduct the biennial Continental Slope Bottom Trawl Survey of groundfish resources in the Gulf of Alaska and Eastern Bering Sea. This requirement is for a chartered fishing vessel to conduct the continental slope portion of the 2011 Gulf of Alaska biennial bottom trawl survey, in coordination with two other charter vessels that will conduct the major portion of the bottom trawl survey that covers the continental shelf. Objective: Provide a safe, comfortable, and capable platform to conduct the surveys in order to continue to 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. This work is conducted under the auspices of the Magnuson-Stevens Fishery Conservation and Management Reauthorization Act of 2006, first enacted in 1979 and amended in 1996, as needed for setting annual harvest levels for groundfish and crab stocks. Project performance is determined by the successful completion of each charter necessary for generation of up-to-date estimates of biomass, abundance, distribution, and population structure of groundfish and crab populations for inclusion in stock assessment analyses and ecosystem forecast model efforts. The survey period consists of twenty-five (25) base charter days with an option for fifteen (15) additional charter days. The charter is scheduled to begin on/about June 1, 2011, but no later than July 1, 2011. Optional days, if exercised, shall begin immediately following the base days of the charter. The vessel shall have been actively used for commercial trawling or research where trawl gear was used in the past 12 months prior to charter operations. A minimum continuous output from the main engine of 1000HP is required as well as fuel capacity to allow continuous survey operations over the entire charter period. Vessel must be able to maintain a minimum cruising speed of 16.5 km/hr (9 nm/hr) in low sea states. Vessel must be completely rigged for bottom trawling operations including a stern ramp and gallows or gantry, net reel with capacity for one 27.4/36.5 m (90/120 ft) Poly'NorEastern bottom trawl equipped with roller gear, split trawl winches holding 2.53 cm- (1 in-) diameter die-formed steel-core trawl cable in good condition and free of signs of excessive wear (frayed, burrs, broken strands, corrosion). A minimum of 1,830 m (1,000 fm) trawl cable available for fishing on each drum (not total capacity). Berthing space for up to six scientists, which may include males and females, is required. The proposed contract is set-aside for small business concerns. The NAICS code for this procurement is 483114 and the size standard is 500 employees. Any vendor desiring to be considered for award must be registered in CCR and ORCA using this NAICS code. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about Wednesday, May 11, 2011 at http://www.fbo.gov/. 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 proposer 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.fbo.gov/. The estimated response due date is May 19, 2011; however, the actual date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Crystina Elkins at Crystina.R.Elkins@noaa.gov or via fax at (206)527-3916. 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 offerors 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 offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-11-RQ-0559/listing.html)
 
Place of Performance
Address: Gulf of Alaska and Eastern Bering Sea, United States
 
Record
SN02433583-W 20110428/110426234712-44196c22c59ea30ee250376f9d6fbaa4 (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.