Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2011 FBO #3672
MODIFICATION

99 -- Winged Floor Pair Trawl Net - Responses to Questions

Notice Date
12/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
114119 — Other Marine Fishing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
 
ZIP Code
07732
 
Solicitation Number
WRD-12-01401
 
Archive Date
12/19/2011
 
Point of Contact
WILLIAM BELL, Phone: 206 526-4425
 
E-Mail Address
Bill.Bell@noaa.gov
(Bill.Bell@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Responses to Questions. COMBINED SYNOPSIS/SOLICITATION Winged Floor Pair Trawl Net (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and 13 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 AB133F-12-RQ-0192/WSB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. **(IV) The solicitation is being issued as a Total Small Business Set-Aside.. The associated NAICS code is 114119. The size standards in number in millions of dollars is $4.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001: Winged Floor Pair Trawl Net made of knotted 11/16-inch mesh with a 100-foot trawl body length as specified in the attached specifications, description and drawing. CLIN 0002: Shipping and handling of winged floor pair trawl net. (VI) Description of requirements is as follows: STATEMENT OF AB133F-12-RQ-0192 STATEMENT OF NEED FOR SUPPLY _____________ PURPOSE: Construct a complete surface pair trawl as described in detail in the attached specification file (provided with the CD-435). This new trawl replaces older trawls of similar design extensively damaged during the near flood conditions of 2011. The trawls are specialty designs used to concentrate and guide migrating juvenile salmonids, included those listed as threatened or endangered under the Endangered Species Act, through an electronic detection antenna installed in place of a usual cod-end. Detection of passive-integrated-transponder (PIT) tagged juvenile salmon in the Columbia River estuary will allow survival of juvenile salmonids to be partitioned between river and ocean environments and facilitate a more complete understanding of survival and timing differences between transported and in-river-migrant groups. This is a multi-year study that began in 1995 and has continued annually since that time. Through the years a series of replacement trawl nets have been necessary to withstand the rigors of sampling nearly 1,000 h per year. The goal of this project is to partition survival of juvenile salmonids between river and ocean environments and provide survival estimates between transported and in-river out migrating groups. Additional information on travel time, diel migration patterns, and migration behavior in response to flow and water temperature are also be collected by species and compared to similar data collected in the upper estuary from through 2011. Sampling will begin in March and continue through June, with daily effort adjusted commensurate with the numbers of yearling migrants detected. Sampling will continue into the summer months, targeting subyearling migrants. We have one trawl, constructed in 2009, that remains in reasonably sound condition, but our two backup trawl constructed in 2006 and 2007 were well used in previous years and extensively damaged in 2011. A normal use\repair rotation among trawls is necessary to maintain a consistent sample effort required for making survival estimates but at this point we have no reliable backup trawl to our 2009 built trawl thus we are soliciting bids for a replacement. TECHNICAL SPECIFICATIONS: Our surface pair-trawl is specialized and no substitution of design or materials can be done without prior approval. The components utilizing 11/16-inch mesh is of particular concern as prior experience with beach and purse-seine nets show that even slightly larger mesh openings can gill and trap fish (the last 100-ft of the trawl wings closest to the antenna, the floor, and the trawl body use 11/16-in webbing). Neither are smaller mesh openings in this area acceptable due to excessive drag. Similarly, the distal 100-foot wing section is constructed of 1.5-inch mesh and we can allow no larger mesh in that section for fear of gilling adult salmon or steelhead. The middle 100-foot wing section is constructed of 1-inch mesh and we would consider substitution of a more readily available intermediate sized mesh (between 1.5-in and 1-inch) to further reduce drag if 1-inch mesh is unavailable. The general trawl components are described below. However, the detailed specification sheet for the various components is included as a separate attachment and must be followed to ensure correct design and construction. Surface pair-trawl for sampling juvenile salmonids: Wing-sections (three 100 ft sections of varying mesh sized per each side of trawl). Under tow we maintain about 300-ft between the ends of the wing which concentrate fish in a triangular shape along its length to a fixed frame antenna opening 8.5-ft wide by 10-ft tall about 400-ft downstream. Distal wing (furthest from the antenna) is 1.5-inch stretch measure knotted mesh tapering from 10-ft to 15-ft. 5/8-in diameter cork line (initial 40-ft Spectra and 70' Tennix) with 25, 3.5 lb corks on 48-in centers); Lead lines ½-in diameter Sprectra with 63 lbs lead as per drawing. Middle Wing section is 1-in stretch measure webbing, using 5.8-in dia Tennix cork line (74, 3.5 lb cords on 16-in. centers) and lead line ½-in. Spectra with 63 lbs lead as per drawing. This middle wing section tappers from a 15-ft depth where it joins the previous wing section to 20-ft. where it joins the rear wing section. Proximal wing (nearest the antenna). This wing is composed of 11/16-in stretch measure knotted webbing (though we would consider knotless webbing if knotted unavailable). This section is square cut to a 20-ft depth and includes a floor attached ahead of the footrope that connects the two wing sections as per drawing. Small triangles of webbing reinforce the corners where this head rope connects the wings. There is approximately 30-ft of head rope and foot rope between the wings at the entrance to the trawl body. Trawl body. This section is a approximately 100-ft long section of 11/16-in webbing behind the head and foot ropes. Its specific dimensions are listed in the drawing, but essentially is an asymmetric design where the top panel terminates 2-ft beneath the surface and the bottom panel rises (from 20-ft wing depth) to 12 ft beneath the surface (matching the 8.5-ft wide by 10-ft deep antenna suspended on a buoy 2-ft beneath the surface.). The trawl body has debris removal ports closed by industrial strength zippers as shown in the drawings. (VII) Date(s) and place(s) of delivery and acceptance NWFSC HAMMOND FACILITY ATTN: RICHARD LEDGERWOOD 520 HECETA PLACE HAMMOND, OR 97121-0155 Delivery shall be FOB Destination: (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (2005-54), applies to this acquisition. In addition to written price quotes, offers are instructed to provide information in accordance with the selection evaluation criteria. (IX) FAR 52.212-2, Evaluation - Commercial Items 2005-54, applies to this acquisition. Paragraph (a) is hereby completed as follows: Lowest Price Technically Acceptable. Offers will be evaluated based on Selection/Evaluation Criteria, and award will be made to the firm offering the lowest price technically acceptable to the Government in accordance with the Statement of Work. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) with its quote. The offeror shall complete the annual representations and certifications for CCR and ORCA. The information is below on the registration and requirements: THE WESTERN ACQUISITION DIVISION, REQUIRES THAT ALL CONTRACTORS DOING BUSINESS WITH THIS ACQUISITION OFFICE BE REGISTERED WITH THE CENTRAL CONTRACTOR REGISTRY (CCR) AS OF OCTOBER 1, 2003. AFTER THIS DATE, 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 HAVE A DUN & BRADSTREET NUMBER. A DUN & BRADSTREET NUMBER MAY BE ACQUIRED FREE OF CHARGE BY CONTACTING DUN & BRADSTREET ON-LINE AT WWW.DNB.COM/EUPDATE OR BY PHONE AT (800) 333-0505. ALL CONTRACTORS ARE ALSO REQUIRED TO COMPLETE ONLINE REPRESENTATIONS AND CERTIFICATIONS AT HTTP://ORCA.BPN.GOV. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items 2005-54, applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 2005-53 applies to this acquisition. The following clauses under subparagraph (b) apply: 1. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 2. 52.204-7 CENTRAL CONTRACTOR REGISTRATION (APR 2008) 3. 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2010) 4. 52.209-6 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010) 5. 52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (MAY 2011) 6. 1352.209-70 POTENTIAL ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) 7. 1352.209-73 COMPLIANCE WITH THE LAWS (APR 2010) 8. 1352.209-74 ORGANIZATIONAL CONFLICT OF INTEREST (APR 2010) 9. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) 10. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011) 11. 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) 12. 52.219-13 {52.219-13} [RESERVED] 13. 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REPRESENTATION (APR 2009) 14. 52.222-3 CONVICT LABOR (JUN 2003) 15. 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JUL 2010) 16. 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) 17. 52.222-26 EQUAL OPPORTUNITY (MAR 2007) 18. 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (OCT 2010 19. 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 20. 52.222-44 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT--PRICE ADJUSTMENT (SEP 2009) 21. 52.222-50 COMBATING TRAFFICKING IN PERSONS (FEB 2009) 22. 52.225-3 BUY AMERICAN ACT--FREE TRADE AGREEMENTS--ISRAELI TRADE ACT [JUN 2009] 23. 52.233-3 PROTEST AFTER AWARD (AUG 1996) 24. 52.233-4 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 25. 1352.246-70 PLACE OF ACCEPTANCE (APR 2010) (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: http://www.acquisition.gov/far/index.html (End of Clause) (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 12 P.M. PST on December 16, 2011. All quotes must be faxed or emailed to the attention of Bill Bell. The fax number is (206) 526-6025 and email address is bill.bell@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Bill Bell, 206 526-4425, and email address: bill.bell@noaa.gov. Modification/Amendment dated December 12, 2011: ** Changed (IV) to read: The solicitation is being issued as a Total Small Business Set-Aside.. The associated NAICS code is 114119. The size standards in number in millions of dollars is $4.0M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/WRD-12-01401/listing.html)
 
Place of Performance
Address: NWFSC HAMMOND FACILITY, ATTN: RICHARD LEDGERWOOD, 520 HECETA PLACE, HAMMOND, Oregon, 97121, United States
Zip Code: 97121
 
Record
SN02637144-W 20111214/111212233816-9984a825e75225e205c86de85ab6856f (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.