Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
SOLICITATION NOTICE

V -- VESSEL CHARTER TO CONDUCT OCEAN SALMONID AND ECOSYSTEM STUDIES

Notice Date
3/15/2012
 
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-0211
 
Archive Date
6/4/2012
 
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 Government has a requirement for a fishing vessel to conduct a mid water to near surface pelagic trawl survey of juvenile salmonids and associated fishes, neuston, plankton, and other biological and physical oceanographic measurements off Washington, Oregon, and Northern California in 2012. The Government will supply the trawl net and doors and all other scientific equipment. All charters will begin in Astoria, OR. However, other ports may be used if both parties (Government and Contractor) agree to the change. The sampling area will include coastal waters off Washington through Oregon and potentially Northern California. The total number of sampling days will be 30 (to include travel and in port days), unless all or a portion of the optional charter days are exercised. Optional charter days consist of: 12 days for testing a Marine Mammal Excluder Device; 11 days in mid-May, 11 days in early July for Ocean Ecosystem Studies, and 17 days in early September for the Southwest Fisheries Science Center (SWFSC) Salmonid Survey. Beginning and ending dates are somewhat flexible and will be determined by a mutual agreement of the Government and the contractor with the exception of the "Ocean Salmonid Sampling" cruises which must be conducted during the last days of May, June, and September. The estimated period of performance for the base period of the requirement is May 1, 2012 - April 30, 2013. There are two (2) option periods for the resulting contract. Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform these services, unless otherwise stated. The contractor will be required to provide a vessel with an overall length of not less than 130 feet. The vessel must have a continuous horsepower output from the main engine of at least 1,000hp, and be capable of towing standard hake trawl gear at a continuous speed of 7.5 km/hr (4 kts) under normally expected fishing conditions. The vessel must also be capable of maintaining a cruising speed of at least 9kts in low sea states and have berthing accommodations for up to 5 scientists. 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 are estimated to be available for download on or about March 19, 2012 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 April 4, 2012; 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.bpn.gov/ccr/default.aspx. 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 http://fedgov/dnb.com/webform or by phone at (866) 705-5711. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov and file veteran employee reports at https://vets100.vets.dol.gov/VETS-100.pdf. 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-0211/listing.html)
 
Record
SN02697784-W 20120317/120315235015-2b23a18192a95d511f11ac7d1ceb9f47 (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.