Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

V -- FULL-TIME FIRST MATE AND PART-TIME RELIEF CAPTAINS AND MATES TO OPERATE THE 67-FOOT RESEARCH VESSEL R/V FULMAR AND 41-FOOT RESEARCH VESSEL R-4107 - WORD DOCUMENT OF POSTING

Notice Date
7/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NCND6000-11-03225SRG
 
Archive Date
7/29/2011
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
WORD DOCUMENT OF POSTING COMBINED SYNOPSIS/SOLICITATION FULL-TIME FIRST MATE AND PART-TIME RELIEF CAPTAINS AND MATES TO OPERATE THE 67-FOOT RESEARCH VESSEL R/V FULMAR AND 41-FOOT RESEARCH VESSEL R-4107 (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCND6000-11-03225SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is being issued as a unrestricted. The associated NAICS code is 483112. The business size standard is 500 EMPLOYEES. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - The Office of National Marine Sanctuaries West Coast Region Office requires a full-time First Mate and part-time Relief Captains and Mates to operate the 67-foot research vessel R/V FULMAR and 41-foot research vessel R-4107. The vessel's missions are to support research and monitoring in the three central California sanctuaries, including Gulf of the Farallones, Cordell Bank and Monterey Bay national marine sanctuaries. CLIN 0001 - Base Period: Aug 15, 2011 - June 15, 2012 for nine month period of performance. Provide 92 crew days (62 mate days and 30 captain days). CLIN 1001 - Option Period I: June 16, 2012 - October 15, 2012 for four month period of performance. Provide 60 crew days (40 mate days and 20 captain days). CLIN 2001 - Option Period II: October 16, 2012 - February 15, 2013 for four month period of performance. Provide 60 crew days (40 mate days and 20 captain days). CLIN 3001 - Option Period III: February 16, 2013 - June 15, 2013 for four month period of performance. Provide 60 crew days (40 mate days and 20 captain days). (VI) Description of requirements is as follows: See attached statement of work which applies to requirement. (VII) Period of performance shall be: Base Year for a nine month period 8/15/11 through 6/15/12 Option Period I for four month period 6/16/12 through 10/15/13. Option Period II for four month period 10/16/13 through 2/15/13. Option Period III for four month period 2/16/13 through 6/15/13. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on the following: 1) Ability to provide personnel and demonstrated ability in meeting the requirements in Section C of the scope "Minimum Requirements". Provide two references at a minimum containing company name, contact person's name, phone, and email and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-5, Evaluation of Options (July 1990) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.232-19, Availability of Funds for the Next Fiscal Year (Apr 1984) 52.223-5, Pollution Prevention and Right-to-Know Information (Aug 2003) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on July 28, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov. The fax number is (303) 497-7719. (XVI) Any questions or inquiries regarding this solicitation should be directed to the following three persons: Suzanne Romberg-Garrett through email Suzanne.Garrett@NOAA.gov no later than 4:30 p.m. MST, July 25, 2011.   STATEMENT OF WORK STATEMENT OF WORK Requisition NCND6000-11-03225 Vessel Operation Services A. BACKGROUND The Office of National Marine Sanctuaries West Coast Region Office requires a full-time First Mate and part-time Relief Captains and Mates to operate the 67-foot research vessel R/V FULMAR and 41-foot research vessel R-4107. The vessel's missions are to support research and monitoring in the three central California sanctuaries, including Gulf of the Farallones, Cordell Bank and Monterey Bay national marine sanctuaries. In addition to this role, the vessels will host dedicated educational and outreach cruises, and assist in natural resource emergency situations. The crew will be home ported in Monterey, California, with extended overnight visits in ports from Bodega Bay to Ventura. Specific missions may require the vessels to be operated continuously for multiple 24 hour periods. B. DELIVERABLES Under direction from the Office of National Marine Sanctuaries West Coast Region and in close collaboration with a dedicated Vessel Operations Coordinator and the lead captain, the main objectives are to ensure the safe operation of the vessel, safe and timely execution of the scientific missions, and the safety and well being of the crew and passengers. The primary field season is during the late spring to early fall when the vessel is staffed nearly daily either with missions out at sea or performing dockside maintenance and training. In the late fall and over winter, the vessel will be staffed more sporadically mainly for maintenance, inspection and yard repair purposes with occasional missions. This is reflected in the period of performance time frames. A typical working day is 10-12hrs. 1. Provide a full time First Mate, part time Relief Mate(s) and part time Relief Captain aboard the R/V Fulmar and R-4107. 2. Ensure the safe navigation and mechanical operation of the vessel, as indicated by the NOAA/NOS small vessel policy guidelines, vessel operation manual, and vessel's standing orders. 3. Ensure the safety of all persons onboard; a safety briefing will be conducted for all embarked personnel at the start of every cruise and ensure that all safety procedures are understood and adhered to while underway. 4. Ensure the efficient contribution of the vessel and its crew to the accomplishment of the vessel's mission. 5. Crew will conduct periodic fire, man overboard and abandon ship drills when underway. 6. Crew will work with the vessel operations team to schedule, prepare for and execute research and monitoring, education and outreach and other cruises. The crew of the vessel will work closely with the Vessel Operations Coordinator to facilitate the day to day scheduling, and oversee the overall maintenance program. 7. Assist coordination on a wide variety of logistical arrangements including fueling, securing pier space, delivery of repair parts, galley stores, and supplies in harbors along the West Coast of California. 8. Work collaboratively with the Captain, the Vessel Operations Coordinator, other relief crew and embarked science parties. 9. Assist in the completion of routine and preventative maintenance on vessel systems and equipment as established by NOAA and vessel and equipment manufacturers and document all work completed in a vessel maintenance log and/or database. 10. Assist in the coordination of vendors for specific repairs or equipment maintenance. 11. Assist with inspections and maintain safety equipment in accordance with NOAA procedures. 12. As vessel operator, document all vessel-related activities in the Ship's Log. C. MINIMUM REQUIREMENTS: CERTIFICATES AND KNOLWEDGE 1. Certifications for Mates: • Radar Observer Unlimited • Basic / Advanced Fire Fighting • CPR/ O2 Administration and First Aid Certification • STCW or equivalent Damage Control Certifications • Basic Safety Training (STCW) • FCC Marine Radio Operator Permit • Standard Training & Certification of Watchkeepers (STCW) 95 certificate • Include other applicable, but not required, certifications (MMD endorsements, MPIC, STCW, Diving, etc...) 2. Additional Certificates for Relief Captains: • -Active 100-Ton USCG License-nearshore or Greater OR • -Qualified Bridge Watch Officer 3. Required Knowledge and Experience (all): Experience with research vessel operations and equipment including: • Towing mid-water nets, slow-speed trawling • CTD casts, sampling oceanographic equipment • Animal tagging • ROV, Side Scan Sonar and Multi-Beam systems and operations • A-frame • Oceanographic winch • Boat crane • Anchor windlass and anchoring • Nitrox dive compressor, SCUBA tank fills • NOAA diving supervision • Electrical generators • Diesel engines • Ships systems (hydraulics, reverse osmosis water maker, etc.) • Skiff operations 1. Experience with evaluating the overall safety of vessel, identifying deficiencies, and recommending repairs and upgrades. 2. Ability to provide Vessel Operation Services such as vessel operators, mates, and deckhands including operation offshore, directing a crew; overseeing equipment loading and vessel maintenance; conducting crew safety training; vessel cleanliness; performing fuel transfers, fuel operations and vessel operations; working independently; making decisions; planning operations; proving logistical support, ensuring safety, and exercising initiative. 3. Demonstrated ability to provide safe vessel operations. Describe the type - including length and tonnage - of boats operated; waters and conditions operated in; position served in, types of functions the vessel performed, and approximate number of underway days on each vessel, types of electronic equipment you are familiar with. Provide detailed information on your boating record including any accidents, violations, disciplinary actions, awards, etc. 4. Demonstrated ability to oversee the safe launch and recovery scientific gear in conjunction and coordination with the Chief Scientist or their designee including CTDs, ROV's, towed camera sleds, eschosounders and/or sampling gear. This includes ‘holding station' for extended periods and driving long, slow speed transits. 5. Demonstrated ability to oversee SCUBA diving operations in conjunction and coordination with a NOAA approved dive master. This may include simultaneous scientific diving from the vessel and one or more skiffs. 6. Experience (min 3 years) as a mate and/or deckhand aboard a research vessel in Central California waters and ports including the Monterey Bay, Bodega Bay, Moro Bay and the San Francisco Bay. 7. Special Conditions: Subject to a background check. This is a non-smoking work environment. Valid CA driver's license required. Work is based on a flexible schedule with occasional evenings/nights/weekends. Position requires lifting up to 50 lbs. The work may be hazardous including deployments offshore and outdoors in all ocean and weather conditions. A minimum of 2 hours notice will be given prior to deployment. 8. Commuting area limit: The contractor should reside within a two hour commute of the home port of Monterey in order to provide effective relief services or to assist in an emergency situation. D. INFO TECHNOLOGY SECURITY REQUIREMENTS The contractor is required to meet the DOC IT Security Program Policy (http://home.commerce.gov/CIO/ITSITnew/IT_Security_Program_Documentation.html). The government will provide the necessary computer equipment and information to perform this contract. All work must be performed upon government furnished equipment and if addition hardware and/or software is needed, the contractor must request the additional requirements from the Contracting Officer Representative (COR). The contractor must use government furnished equipment (GFE), which is currently covered by an existing government Certification and Accreditation (C&A) package. The C&A requirements of Clause 73 do not apply, and therefore a Security Accreditation Package is not required. The contractor must consider IT Security controls throughout the lifecycle of this contract as outlined in NIST Special Publication 800-64 (http://csrc.nist.gov/publications/nistpubs/800-64/NIST-SP800-64.pdf). The contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the task order. The Government has determined that the information/data that the contractor will be provided during the performance of the task order is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the contractor can only be made after the contractor receives prior written approval from the Contracting Officer. Whenever the contractor is uncertain with regard to the proper handling of information/data under the contract, the contractor shall obtain a written determination from the Contracting Officer. E. AWARD BASIS The contract award will be based on best value including demonstrated ability in demonstrating past performance in meeting deliverables listed in Section B and meeting the requirements listed in Section C of this document F. PERIOD OF PERFORMANCE Base Period: Aug 15, 2011 - June 15, 2012. Nine month period of performance. Provide 92 crew days (62 mate days and 30 captain days). Option Period 1: June 16, 2012 - October 15, 2012. Four month period of performance. Provide 60 crew days (40 mate days and 20 captain days). Option Period 2: October 16, 2012 - February 15, 2013. Four month period of performance. Provide 60 crew days (40 mate days and 20 captain days). Option Period 3: February 16, 2013 - June 15, 2013. Four month period of performance. Provide 60 crew days (40 mate days and 20 captain days). Options period are contingent on appropriated funds. G. COR/TECHNICAL CONTACT Dave Lott NMSP/WCR 99 Pacific Street Ste 200K Monterey, CA 93940 831-647-1920x103
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6000-11-03225SRG/listing.html)
 
Place of Performance
Address: 99 Pacific Street, Ste 200K, Monterey, CA 93940, MONTEREY, California, 93940, United States
Zip Code: 93940
 
Record
SN02503272-W 20110721/110720001252-93622698d728e0ae7afc0b58e5226fdf (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.