Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2001 FBO #0019
SOURCES SOUGHT

V -- Buoy Transportation, Deployment and Retrievals

Notice Date
12/19/2001
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Data Buoy Center, National Data Buoy Center Building 1100, Room 360F, Stennis Space Center, MS, 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
99996
 
Response Due
1/20/2002
 
Archive Date
2/4/2002
 
Point of Contact
Penny Parker, Contracting Officer, Phone 228-688-1705, Fax 228-688-3153, - Dennis Morris, Contract Specialist, Phone 228-688-1706, Fax 228-688-3153,
 
E-Mail Address
Penny.Parker@noaa.gov, dennis.morris@noaa.gov
 
Description
This Request for Sources Sought seeks to identify potential vendors for solicitation of a contract for both MAINTENANCE and REPLACEMENT service trips to three each (3) 12-meter Large Navigational Buoys (LNBs) moored in the Gulf of Mexico (GOM). MAINTENANCE service trips, scheduled and unscheduled, would be to visit one or all of the buoys. REPLACEMENT service trips, scheduled and unscheduled, would be to tow a single buoy each trip. The anticipated contract would be with the National Data Buoy Center (NDBC), Stennis Space Center, MS for a period of two years. The approximate positions of the three LNBs will be North 26 degrees, West 86 degrees; North 26 degrees, West 89 degrees; and North 26 degrees, West 92 degrees with each LNB's watch circle being two and one-half nautical miles from the mooring position. MAINTENANCE service trips would include transportation of personnel and equipment to and from the buoy(s) location to effect removal and replacement of man-portable components, the duration of on-station time being no less than 2 hours and no more than 24 hours ( the extended on-station time being for situations in which unplanned troubleshooting and system testing is required). The point of origin and termination for maintenance trips shall not be limited except by vendor's capability to fulfill the requirement. However, quotes will be reviewed for potential additional government expenses incurred due to personnel and equipment transport to/from the point of embarkation/debarkation. Multiple quotes will be accepted for vessels of various types and capabilities, and for the service types (scheduled, unscheduled or both). SCHEDULED MAINTENANCE trips: One (1) trip per year, on a fixed date, to be executed within 15 days of notification. Each scheduled trip will include a visit to each of the three deployed LNB sites. UNSCHEDULED MAINTENANCE trips: Up to three (3) trips per year to be conducted as quick response trips (defined as minimum time from notification of a requirement for a service trip to arrival at the buoy location) of 15 days, 10 days, and 5 days (or less if capable). Each unscheduled service trip will be to either a single buoy or to all three buoy sites. REPLACEMENT buoy trips will include transportation of personnel, equipment, and a spare 12-meter buoy to replace one of the three deployed buoys in the GOM. Each trip will be to only one of the three deployed buoys. Point of origin and termination on replacement trips will be the Stennis Space Center lower locks where the buoys will be transferred and the necessary equipment will be loaded/unloaded. On-station times for replacement trips could be as long as 48 hours. SCHEDULED REPLACEMENT trips: One (1) scheduled replacement trip per year to be executed on a fixed date and within 15 days of notification. UNSCHEDULED REPLACEMENT trips: One (1) additional replacement trip per year (max.) to be executed within 30 days of notification. REQUIREMENTS: For ALL TRIPS, the vendor will be required to provide the following: a vessel that meets all United States Coast Guard or Federal Aviation Administration requirements for 300 nautical miles (nm) (minimum) offshore certification; personnel licensed for offshore transportation to the specified location, to include, as applicable, operating condition licensing; vessel capable of work deck operations in Sea State 4; an inflatable powered craft (Zodiac type) and experienced operator for safe transfer of technicians and equipment to/from the buoys in seas up to 4 feet (carrying capacity of 3 persons and equipment) or alternate suitable means to effect the personnel/equipment transfer operations (buoy height above water line is approximately three feet); adequate vessel liability to cover persons, equipment, and any damage that the vessel might inflict on the buoy during the course of the service trip or loss of government equipment resulting from negligence on the part of the contractor - each complete buoy replacement cost is approximately $2,000,000.00 and each mooring costs is approximately $35,000.00; vessel capable of transporting up to four technicians and their maintenance equipment. Equipment may consist of up to 5 seaworthy containers approximately 12 cu. Feet and weighing up to 150 lbs each and must be loaded from the point of embarkation to the vessel, then returned to the point of debarkation. Equipment must be sheltered and tied down during transit. Each trip will include the following: Embarkation/loading of personnel and equipment onto the vessel, transportation to/from the buoy, safe transit of technicians and equipment to/from the buoy in seas up to 4 feet, communications equipment to maintain contact with shore based personnel, positioning capabilities to within 100 meters or better as required by appropriate operating regulations. Additional requirements for replacement trips include the following: vessel capable of towing a 12-meter discus buoy weighing approximately 100 tons, when ballasted for sea towing, at a minimum speed of 5 knots in a sea-state of 2; must be able to transit the East Pearl River and the Stennis Space Center (SSC) canal - controlled depth of 7 feet; on-board equipment must be provided for welding, acetylene cutting, electrical power of 120/208 VAC, and all other support operations (including loading equipment and mooring from the dock onto the vessel); contractor will also provide a portable, gas-powered, 2 inch, water pump with a minimum of 10 feet of suction hose and 35 feet of discharge hose (Honda, typical) for ballasting the buoys as necessary; comfortable, air-conditioned quarters and mess facilities for as many as five (5) personnel for the duration of the trip; capability of transporting a deep-water mooring consisting of an anchor (6,000 lbs.); 630 feet of 1 ?" chain ( 13,500 lbs.); 14,000 feet of 2 1/4" rope (10,500 lbs.). Rope housed in three 8'x8'x6' high crates. Lifting capabilities, either crane or winch, proof tested, to safely retrieve and secure a portion of the existing mooring (approximately 15,000 lbs.) to accommodate buoy swapping operations. A length of one and one-half inch bull chain must be secured across the deployment deck to facilitate these operations. Minimum of 1500 square foot clear deck working area with a minimum deck load capacity of 30,000 pounds. Must have sufficient pad-eyes or hold-downs on the deck, or ability to install sufficient hold-down points, to accommodate equipment for transit and to conduct operations. There are maximum sea states-minimum weather conditions in which the vessel would be expected to operate. The go or no-go decision when considering weather conditions will be made by mutual agreement between the NDBC representative and the vessel Captain, with the Captain having the final authority to postpone or cancel a trip. Due consideration will be given to the safety of the vessel and personnel aboard at all times. A decision to delay because of the weather will not be considered a cancellation of the contract. The NDBC may conduct a physical survey of the vessel prior to the conduct of each trip to determine its suitability for the contracted operations.
 
Place of Performance
Address: National Data Buoy Center, Stennis Space Center, MS, , Point of origin and termination of trips will be, Stennis Space Center lower locks.
Zip Code: 39529-6000
Country: United States of America
 
Record
SN20011221/00008397-011220090300 (fbodaily.com)
 

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.