Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2011 FBO #3665
MODIFICATION

V -- Vessel Charter for Studies of Steller Sea Lions in the Aleutian Islands

Notice Date
12/5/2011
 
Notice Type
Modification/Amendment
 
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-12-RQ-0186
 
Point of Contact
Levis D Knox, Phone: 206-526-4888, Stephanie M Garnett, Phone: 253 526 6384
 
E-Mail Address
levis.d.knox@noaa.gov, stephanie.m.garnett@noaa.gov
(levis.d.knox@noaa.gov, stephanie.m.garnett@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A PRESOLICITATION NOTICE The Contractor shall furnish the necessary vessel, personnel, equipment, and services to perform the statement of work. Vessel, crew and accommodation requirements under this charter shall be as follows: Vessel Requirements: V1. Minimum overall length of 85 feet (26 m) capable of operating in offshore and coastal waters of Alaska. Preference will be given for larger vessels up to 130 feet. V2. Minimum fuel-efficient cruising speed of 9 knots (17 km/hr). Preference will be given for vessels with faster fuel-efficient cruising speeds. V3. Minimum vessel operating endurance (e.g., fuel and water storage/making capacity) of 21 days (based on average running time of 12 hours per day at 9 knots or 17 km/hr). V4. Vessel shall be equipped with appropriate modern electronic navigational and communication equipment, including but not limited to: Acoustic echo (depth) sounder; minimum of 2 VHF marine radios for communication; Two single side-band units with at least one being synthesized in the 2-18 MHZ range; two all-weather Radars (36 mile or 67 km range); a GPS Plotter with navigation program. All communication equipment shall be tested and tuned before the charter begins. The vessel also must be equipped with appropriate charts for operating in coastal waters of the Bering Sea and Aleutian Islands. V5. The vessel shall also have the following: a. Bridge or wheelhouse protected from the weather. b. Minimum of 100 sq. ft. (4.6 sq. m) of fully enclosed heated interior space with table/benches and 110/220 AC electrical service, which can be dedicated for use as a dry laboratory (primarily for work on computers, small aircraft and other electrical equipment). Workspace shall be adequately ventilated and free from excessive engine noise and fumes. Preference will be given for vessels with larger fully enclosed heated interior workspaces available for use as a dry laboratory. c. Minimum of 50 sq. ft. (4.6 sq. m) of fully enclosed space (with or without heat) with table/benches, 110/220 AC electrical service, and access to fresh or salt water dedicated for use as a wet laboratory (primarily to process sea lion diet samples). This can be a separate, self-contained laboratory room affixed to the deck. Workspace shall be adequately ventilated and free from excessive engine noise and fumes. Preference will be given for vessels with larger fully enclosed workspaces available for use as a wet laboratory. d. A clean, uncovered flush deck area of at least 500 sq. ft. (46.5 sq. m) for storage and launching of two (2) 16-foot (4.9 m) inflatable boats and for launching of unmanned small aircraft. On deck work area(s) should be relatively clear of running gear, equipment, and stowage. e. Dry storage areas, readily accessible, of approximately 500 cubic feet (14 cubic m) for excess scientific supplies and equipment. f. At least 10 cubic feet (0.3 cubic m) of dedicated freezer space for specimens. g. Capability for loading and off-loading the scientific party and a 16-foot (4.9 m) inflatable boat with outboard motor. Loading and off-loading of boats shall be with a crane extendable to at least 10' (3 m) past the side of the vessel and capable of lifting 2.5 tons. h. Seawater and freshwater deck hoses for cleaning gear and clothing. i. Potable fresh water supply adequate for vessel and personal use for the trip duration (21 days) is required. j. The vessel shall carry at the least an emergency trauma first aid kit. V6. The Contractor shall provide Arctic-type immersion suits for all vessel crewmen and for all members of the scientific party. V7. Adequate dry storage space for all immersion suits shall be provided. V8. The vessel shall have a valid stability letter from a certified marine architect/engineer. V9. The vessel shall have at least 2 EPIRBs assigned to it. Crew Requirements: C1. Minimum crew of vessel shall consist of Captain, engineer-mate, cook, and deck hand. C1(a). The Captain shall have a minimum of five years experience as a master of a vessel comparable in size to the vessel selected. Preference will be given for Captains with more than five (5) years experience as a master of a comparably sized vessel, C1(b).with experience operating in coastal (rather than offshore) waters of the Aleutian Islands, C1(c). and with commercial fishing and/or marine mammal research experience. C2. The engineer-mate must be qualified for independently taking over operations of the vessel in the event the captain is absent or becomes incapacitated. C3. The cook will be experienced in preparing meals for 12 or more people. C4. Two or more of the crew must be a capable skiff pilot. The vessel will provide and identify two skiff (inflatable boat) operators. Preference will be given for identified skiff operators with demonstrated experience in offloading people and gear onto islands (e.g., sand/cobble beaches, rocky intertidal areas) and maneuvering safely near shore in swells. C5. The crew must be familiar with and the vessel must be capable of launching and retrieving skiffs in moderate seas in open, exposed areas near shore. Most sea lion haul-outs that will be visited are at island capes directly exposed to weather. Preference will be given for crews with demonstrated experience operating in launch/retrieval operations nearshore in open, exposed marine areas. C6. At least one crewman must be trained in CPR and emergency first aid. C7. At least one crew member must be formally trained in survival and fire fighting at a level equivalent to that offered by the North Pacific Fishing Vessel Owner's Association. Accommodation Requirements (all costs associated with accommodations and meals shall be included in the contract price): A1. These requirements do not include those of berthing for the crew. A1(a). Accommodations must be provided for a scientific party of 8, temporary, fold-down or undersized bunks are not acceptable for the scientific party. The Contractor must provide clean mattresses, covers, and bedding. A1(b). The scientific party may include male and female scientists to be accommodated separately. A1(c). Berthing spaces shall be adequately ventilated and free from excessive engine noise and fumes. A2. Suitable sanitary accommodations, including head and shower separated from the living quarters and within the ship, must be available. A2(a). There must be a minimum of one head and one shower available to the scientific field party. Hot, fresh water showers must be provided at least every third day for each member of the scientific party. A2(b). A washer-dryer shall be available for personal laundry. A3. Meals must be provided by the Contractor and will include three balanced, nutritious meals (including fresh fruits and vegetables) per day, one of which may be a shore lunch for the scientific party. Vegetarian meals may be required for some members of the party. Any food allergy information of prospective crew members will be provided to the Contractor prior to sailing. Water, juice, soft drinks, fruit, and sandwiches shall be available throughout the day. Due to the nature of the operation, meal hours must be flexible. The Captain and Chief Scientist will set meal hours that are mutually agreeable on a daily basis. The Government anticipates a Firm Fixed Price type contract. The term of the charter will be 14 days (continuous) during February-March 2012. The vessel charter will start in Adak, AK (preferably on 4 or 5 March 2012) and end in Dutch Harbor, AK). The exact sequence in which individual sites will be visited will depend on weather and sea conditions, but includes sites between the Islands of Four Mountains (~170°W) and Attu Island (172°E). The North American Industry Classification Code (NAICS) code for this requirement is 541990 and the small-business size standard is 500 employees. A Request for Quotes (RFQ) solicitation may be available on or about Dec 12th, 2011 at http://www.fedbizopps.gov/. The ESTIMATED response due date is Dec 29th, 2011; however, the actual date offers are due will be stated within the solicitation documents. Paper copies of this solicitation will not be issued. The proposed contract is 100% set-aside for small business concerns. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFQ becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential bidder 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 in writing to Contract Specialist, Levis Knox at Levis.D.Knox@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/. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible, responsive sources may submit an offer which will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-12-RQ-0186/listing.html)
 
Place of Performance
Address: Aleutian Islands, Alaska, United States
 
Record
SN02633496-W 20111207/111205234316-9838b4c4614662adfc4dec6f177eb2de (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.