Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

V -- Requirement for a chartered vessel for transportation to survey sites along nearshore Chukchi and Beaufort Seas along both sides of Point Barrow and within Elson Lagoon and Peard Bay. - ABL-15109 RFQ

Notice Date
3/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
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
ABL-15109
 
Archive Date
4/2/2015
 
Point of Contact
Suzanne Johnston, Phone: 907-789-6061
 
E-Mail Address
suzanne.johnston@noaa.gov
(suzanne.johnston@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ABL-15109 RFQ This is a combined synopsis/solicitation for services in which the government intends to award an order in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratories in Juneau, Alaska has a requirement for one chartered vessel for transportation to survey sites along nearshore Chukchi and Beaufort Seas along both sides of Point Barrow and within Elson Lagoon and Peard Bay, conducting acoustic-trawl survey and station sampling as outlined above. Additional work that may be required as dictated by time/weather includes deployment/retrieval of nearshore mooring buoys. Additionally, the contractor will provide food and berthing for a scientific field party (3), and general support logistics for research operations. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, fuel and services necessary to perform the requirements of the solicitation. The minimum vessel general requirements for this charter consist of the following: 1.Minimum vessel length of 36 feet. 2.A means to load/off-load scientists from the vessel for day trips, as well as load all sampling gear from the beach. 3.Shallow draft to allow operations in depths of 3 meters. 4.The government owns a real-time cable that is needed to close the Tucker Trawl at desired fishing depths. Ideally, the vessel shall provide a winch with a slip ring capable of spooling the real-time as well as have the ability to thread the cable to a laptop in the wheelhouse. Space and power for operation of the laptop is required. If the vessel does not have a winch compatible with the real-time cable, the contractor and the chief scientist will discuss either mounting a real-time winch owned by the government, or using a winch not capable of the real time cable provided by the contractor. 5.The vessel is required to use the above-winch or a differently powered block capable of retrieving CTDs (40 pounds) and plankton nets. 6.The vessel must have the ability to deploy/retrieve trawl doors of approximately 75 lbs (36"x16") each for the Aluette midwater trawl. Additionally, the vessel must be capable of deploying the Plumb Staff Beam Trawl, which consists of a 10' beam weighted by 2 30-pound weights. A-frames are highly desirable for this. Trawl specs are listed above in the scope of work. The vessel shall be able to tow the Aluette and the Plumb Staff Beam Trawls at least 2 knots. 7.A means to deploy and tow an acoustic tow body along the side of the vessel is required. Typically, this is accomplished using a davit and a means to lift the acoustic tow body from the vessel deck, over the gunwale and into the water. A real-time cord from the acoustic tow body will be threaded to the wheelhouse, where space for a second laptop and power for the laptop and 2 GPTs. 8.Dry storage area of at least 18 ft3 in the main house for holding scientific supplies. 9.A minimum of 5 ft3 of freezer storage exclusive of space for ship's stores for stowing scientific samples. 10.Potable fresh water supply adequate for vessel and personal use for the crew and 3 scientists for trip duration. 11.Clean and sanitary overnight accommodations for crew and 3 scientists (possible mixed gender). 12.Work spaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke. 13.In an effort to reduce marine debris pollution, the Captain shall comply with waste management regulations as described in Section V of MARPOL. The vessel shall be required to have a storage facility, with or without a trash compactor to retain all refuse (except food and paper materials) or a means to incinerate this refuse so that it is not disposed of at sea. 14.2 sets of VHF radios are required. 15.Radar with a minimum range of 39 km (24 miles) 16.Depth sounders: Color scope unit operating in the 38-50 kHz and 150-200 kHz range. 17.A system for switching to battery power for radio operation in the event of interruption of the normal power supply. 18.Certificate of vessel documentation is preferred. 19.Certificate of inspection (vessel safety examination decal or USCG letter of inspection) is required. 20.100% lifesaving equipment for all crew and scientists. 21.Category I 406 MHZ EPIRB (Emergency Position Indicating Radio Beacon) must be affixed to the exterior of the vessel in a manner approved by the U.S. Coast Guard. 22.Speed and seaworthiness: Vessel running speed sufficient to access all of the necessary sites within the survey period in the absence of serious weather delays. Seaworthiness sufficient to be able to transit between sites in all weathers. A comprehensive list of additional crew, captain and other requirements are be included in the Statement of Work within the solicitation package document. See attached statement of work for complete description of services. The proposed contract action is set aside for small business concerns. The NAICS code for this procurement is 483112 and the business size standard for this requirement is 500 employees. Any vendor desiring to be considered for award MUST be registered in the System for Award Management (SAM) using this NAICS code. Any resulting contract will be awarded as a firm-fixed price type contract. 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.fbo.gov/. THE 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 interested concerns must submit a quotation and documentation demonstrating the qualifications to provide services as described above by the due date listed in the solicitation. This announcement constitutes the only solicitation; quotations are being requested in this notice. All responses must be in writing and delivered to fax number (907)789-6094 attention to Suzanne Johnston or by email to Suzanne.Johnston@noaa.gov on indicated response date in the RFQ. This is a simplified acquisition with an estimated value of less than $150,000.00. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). 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: www.sam.gov. In order to register with the SAM 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 https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (866) 969-8491. This procurement also requires offerors to complete the electronic representations and certifications at the SAM website. (End of Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/ABL-15109/listing.html)
 
Place of Performance
Address: Barrow, Alaska in the Chukchi and Beaufort Seas, Barrow, Alaska, United States
 
Record
SN03656864-W 20150305/150303234555-3569ed9f8ee953c986fe2ed9cb8c0f5f (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.