Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 31, 2002 FBO #0180
MODIFICATION

20 -- Submersible Dive Days in Waters of the Aleutian Islands, AK

Notice Date
5/29/2002
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F-02-RP-0077
 
Response Due
6/3/2002
 
Archive Date
6/18/2002
 
Point of Contact
Stephanie Kyles, Contract Specialist, Phone (206)526-4425, Fax (206)526-6025,
 
E-Mail Address
stephanie.m.kyles@noaa.gov
 
Description
**** This modification serves as notice that the due date for submission of proposals is hereby extended to June 3, 2002. This amendment also serves as notice that Item number 4 under section B titled Support Vessel in the original FedBizOpps notice dated May 8, 2002 is hereby deleted from the requirements. Please see the revised statement of work below. All other terms of the solicitation remain unchanged. This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This is Solicitation Notice No. AB133F-02-RP-0077. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-25. The Alaska Fisheries Science Center (AFSC), National Marine Fisheries Service (NMFS), is contracting for submersible dive days in waters around the central Aleutian Islands. About seventeen days will be requested in July 2002, depending on availability of funds. The submersible will be used to study the ecology and distribution of coral, evaluate the impact of fishing gear on seafloor habitat, and estimate commercially important demersal fish species on the continental shelf of both the Bering Sea and the North Pacific side of the islands. The main purpose of this study is to collect live samples and video footage along a bathymetric gradient from approximately 30 to 350 m depth. Vertebrates and invertebrates will be quantified from a downward oriented video camera, and from counts by a scientist viewing along the seafloor. The submersible will be required to maintain a near constant depth off the seafloor and travel at fixed headings. Performance capability of the contracted dive system is critical to the success of this research. The total submersible system shall consist of a manned submersible, support ship, launch and retrieval system, competent crew, scientific laboratory space, and special equipment as specified below. The charter contract will begin in Adak, Alaska and end in either Adak or Dutch Harbor, Alaska. SYSTEM REQUIREMENTS, CAPABILITIES, AND SPECIFICATIONS A. MANNED SUBMERSIBLE 1. The submersible shall have the capability of carrying aboard at least one (1) observer and one (1) contractor-provided pilot, and shall have viewing ports accessible to the observer during all portions of the dive. The Contractor shall provide at least two (2) fully qualified pilots for the purpose of alternating dive participation. 2. The submersible shall be capable of regularly operating to a depth of 360 m and must be able to operate in contact with and elevated above the seafloor over rugged substrate that includes boulders and coral. The submersible shall be certified American Bureau of Shipping (ABS), or recognized equivalent (e.g., Lloyds, Det Norsk Veritas), to this depth, with appropriate documentation of inspection and construction. If the certification will expire before or during the scheduled cruise dates, then evidence that the submersible is scheduled for recertification, and evidence of continuous previous certification in the past must be provided with bid submission. 3. The submersible and support crew shall be capable of providing up to eight (8) hours of submergence during a normal operating day, consisting of multiple dives (ranging from four (4) two (2) hour dives to eight (8) one (1) hour dives). The submersible shall be highly maneuverable and capable of traveling at a minimum speed of 2 km/hour with external lights on for collecting continuous video footage. 4. The submersible must be equipped with two external, digital color video cameras (Sony TRV-900's or equivalent) capable of being mounted on the side of the submersible in such a way as to generate high quality video record of the seafloor, with viewing angle adjustable from horizontal to vertical. The video must be recorded in a digital format in progressive scan mode and the system shall include an internal monitor, digital recording deck with on-tape date and time logging capability. Video from at least one external camera must have Pisces data including real time, depth and camera altitude (range) overlaid on the footage. a. Exterior incandescent or arc lighting and illumination (minimum 1,000 W continuous) capable of providing sufficient light for video imaging of objects at a distance of at least 20 ft from the submersible at maximum operating depths is required. b. A dual-beam laser system shall be mounted on the external video camera so as to allow scientists to determine the size of subject/area to be video recorded. 5. The submersible shall have a hand-held digital color video (with progressive scan mode capability) and a hand-held digital still camera for use inside the submersible. 6. Reasonable back-up photographic systems are requested, since video/film records will constitute the major database obtained. 7. All video footage and still photographs collected from the submersible during the contract period are the property of the U.S. government and may not be reproduced without the permission of the chief scientist. 8. An emergency transponder 27-35 KHz, 72-hour duration, pilot activated, shall be provided on the submersible. In addition, a directional transponder/receiver system operable from the submersible is required for station marking and relocation of acoustically- tagged bottom sites. 9. Readout of submersible heading and depth are required, and an altimeter is required. The submersible shall also have a current meter to determine both the direction and speed of the current during dive operations or the means to attach a current meter provided by the scientific field party to the exterior of the submersible. The submersible should be outfitted with a conductivity, temperature, depth and dissolved oxygen sensing array (Seabird SBE-19) or equivalent) that is linked to an operational data logging system or displayed on the video footage at the beginning and end of each dive. 10. The submersible shall have communication equipment (i.e. underwater submersible to support vessel-surface communication). Minimum range for such equipment (underwater model) shall be one-half (0.5) mile. 11. During surface operations, the submersible must have a means for visual contact (strobe and locating beacon as a minimum). 12. The submersible shall have bottom and surface emergency equipment such as emergency marker buoy (sub), emergency radio beacon and receiver (support ship), lift point which is the unencumbered point of attachment in event of emergency submerged retrieval (capable of supporting entire submersible's dry weight), etc. 13. The submersible's contractor shall have an operations procedure manual including emergency procedures and safety precautions. All observers/scientists will be briefed on these safety procedures and precautions prior to diving. Submersible supplies should include air/regulator for pilot and scientist; insulated emergency suits for prolonged submergence. 14. The life support system (O2 + C02 scrubber) systems of the submersible must be capable of supporting submersible occupants for at least 72 hours at an ambient temperature range of one (1) to twelve (12) degrees Celsius. 15. The submersible shall have an acoustic tracking beacon for acquisition of depth/range from the support ship (e.g., Trackpoint II type or equivalent). This system shall be made available to the scientific party for tracking other equipment (e.g., bottom trawls) during non-diving days. The scientific party will supply transponders used for that purpose. 16. The submersible system shall be capable of night diving. 17. The submersible shall be of such a design as to minimize entanglement and to prevent damage to the submersible due to contact with bottom objects. 18. The submersible shall have an operator controlled mechanical or hydraulic, manipulator arm to deploy and retrieve sampling gear and collect biological specimens. The submersible shall also have a collection basket to allow multiple specimens to be collected during a single dive. B. SUPPORT VESSEL 1. The support vessel shall be of sufficient size, minimum length of 110 ft overall, to safely launch and recover the submersible and special oceanographic equipment during at least sea state five (5) conditions in the operating area. Sea state five (5) is herein defined as average wave (swell and local seas) heights of six (6) ft and/or wind velocities of 21 knots. 2. The support vessel shall be highly responsive for precise positioning and submersible retrieval, i.e., ideally with bow thruster or two-engine main propulsion system to maximize maneuverability. 3. Bridge to deck communication (VHF or hardwire) and unobstructed view of the submersible is required for launch/retrieval operations. An aft control center being optimal. 4. The support vessel shall provide a minimum of 50 kw of 120 volt AC electrical power within 80 ft of deck-mounted submersible operations center. 5. The support vessel shall be capable of remaining at sea for at least twelve days without the need to resupply and capable of cruising at least nine (9) knots to minimize transit time between stations. The required work-day duration will be 12 hours of submersible support dive time and 24-hour crew support duration to permit surface-oriented oceanographic research and/or 24-hour transiting to the next dive station. 6. The total submersible system shall not require scientific personnel to participate in the at-sea operations of the submersible support vessel, or handling of the launch and recovery system. 7. Berthing (including bunks, bedding, linen, blankets and towels), food, fresh water, etc., for a scientific crew of at least six (6) persons shall be provided by the Contractor in addition to the staffed submersible crew. Food provided shall be of high quality, sufficient quantity, and well prepared. 8. The support vessel shall provide laundry facilities (i.e., washer and dryer) for the scientific party's use. 9. The support vessel shall provide wet and dry laboratory space for the scientific personnel, exclusive of space for the submersible crew, at least 20 ft x 8 ft, with work benches, shelves, storage, space for samples, a suitable desk or dry counter work space of about 20 sq. ft for video editing and computer data entry. An uninterruptible power supply is needed for use with portable computer systems. 10. The support vessel shall provide the following storage capability: a. 10-cu ft freezer storage exclusive of space required for ship's use, plus refrigeration space (32-40 F) for short-term specimen storage. b. 500 cu ft of readily accessible, dry, clean storage space for equipment. 11. The support vessel shall be equipped with fully operating primary differential and back-up units for standard ship's navigation (including radar, and Differential Global Positioning System). 12. The support vessel shall have a high resolution recording fathometer (minimum accuracy of plus or minus 1 m) capable of recording to at least 400 m with a paper record. 13. The support vessel shall have both primary and back-up SSB and VHF units for standard ship-to-shore communications, including access to the marine operator at distances from shore required by the operating areas. Satcom and cellular communications equipment is desirable. Hand-held radios shall be provided for all shore parties and skiff operators. 14. Modest on-board machine shop capabilities are required to accommodate sampling apparatus modification as necessary. In addition, ship/sub crew shall be qualified to perform dive/sampling systems troubleshooting (electronic, mechanical, photographic) tasks. 15. The support ship will carry at least one suitable skiff (minimum length of 16 feet and 25 hp outboard) which may be launched/retrieved as a dive tender and for transportation to shore at remote locations. There must also be at least one spare outboard motor onboard in good working condition and a suitable container for 25 gallons of outboard fuel. 16. The support ship will have a saltwater pumping system capable of supplying running, clean seawater to a specimen holding tank secured on deck. 17. The support ship will have running freshwater available on deck for the purpose of rinsing SCUBA equipment after use. The proposal shall prepared in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous Government, price and other factors considered. In accordance with FAR 52.212-2,the following factors shall be used to evaluate offers: 1. Demonstrates that the manned submersible and support vessel meets the specifications set forth in this notice, including the ability of the submersible to maintain a near constant altitude above the sea floor while conducting survey transects and proof of the submersible's ABS and SWL certifications. 2. Past Performance: Includes quality of product/service including safety record, timeliness of performance, business practices and customer satisfaction. 3. The submersible and vessel crew's experience and ability to meet the requirements in this Statement of Work. 4. Ability to perform the work between July 11 and August 2, 2002. 5. Past experience conducting scientific submersible dives in Alaskan waters and experience conducting scientific submersible dives elsewhere. The offeror shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable. Include the additional clauses 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.223-9 (Alt. 1); 52.232-34. Proposals must be received no later than 2:00 PM, Seattle time, June 3, 2002. Full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. For further information, please contact Stephanie Kyles at (206) 526-4425.
 
Record
SN00084468-W 20020531/020529213115 (fbodaily.com)
 
Source
FedBizOpps.gov 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.