Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

19 -- Bottom Trawl Survey Vessels

Notice Date
12/3/2013
 
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
AB-133F-14-RP-0017
 
Point of Contact
Michelle Kouis, Phone: 2065266032, Kate R. Steff, Phone: 2065266370
 
E-Mail Address
michelle.kouis@noaa.gov, kate.r.steff@noaa.gov
(michelle.kouis@noaa.gov, kate.r.steff@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Fisheries Resource Analysis and Monitoring Division (FRAM) has a requirement for the charter of two (2) vessels to conduct a bottom trawl survey of the groundfish resources of the continental shelf and slope of the United States West Coast region. FRAM requires two (2) commercial trawl-fishing vessels with experienced crew to conduct a bottom trawl survey of the groundfish resources of the continental shelf and slope of the United States West Coast region. Further specifications and full details will be provided in the Solicitation Package. The vessels shall conduct an independent survey of the shelf and slope zone from 30 fathoms to 700 fathoms, extending from the Canadian border around Cape Flattery, Washington to the Mexican border near San Diego, California. Survey stations will be designated in the sampling manual to representatively sample the above range of depths, and will be randomly pre-selected within a geographical area and depth strata. With the assistance of the crew, the scientific party will examine the catches and record various biological data (species, size, gender, maturity, and age composition), catch (weight), and effort data. Those portions of the catch that have commercial value and are not required for biological sampling or as retained specimens will be kept and sold by the vessel in Washington and Oregon but not California. Proceeds from the fish sales will be deducted from the total cost of the survey. Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform the requirements for the Annual West Coast Groundfish Bottom Trawl Survey, except as noted in the Statement of Work. The resulting two (2) firm-fixed-price (with reimbursable line items for moorage, ice and travel (to meetings)) contracts will have a base period of performance of charter from approximately mid-August to the end of October each year, with a minimum of 47 charter days each year and the option of extending the charter days through the exercise of optional days. Currently, fuel is planned to be provided via Defense Logistics Agency (DLA) contract. The proposed contract is 100% set-aside for small business concerns. The NAICS code for this procurement is 483114 and the size standard is 500 employees. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about January 13, 2014 at http://www.fedbizopps.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 offeror 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/. The estimated response due date is February 13, 2014; however, the actual date offers are due will be stated within the solicitation documents. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Michelle Kouis at michelle.kouis@noaa.gov. If emailed inquiries are not responded to within 2 business days, please call Michelle Kouis at 206-526-6032 in the event the email was not received. ***All vendors doing business with the Government are required to be registered with the SYSTEM FOR AWARD MANAGEMENT (SAM) (this replaces the former CCR and ORCA).*** NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: http:///www.sam.gov/. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) within their SAM registration. In order to register with SAM and to be eligible to receive an award from this acquisition office, all vendors 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. All responsible and fully responsive sources may submit a proposal which will be considered by the agency. NOTE: AWARD IS SUBJECT TO AVAILABILITY OF FUNDS
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-14-RP-0017/listing.html)
 
Place of Performance
Address: 2002 SE Marine Science Drive, Newport, Oregon, 97365, United States
Zip Code: 97365
 
Record
SN03244303-W 20131205/131203234009-da4a2dc06916ef8e5c4fa8c918c23862 (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.