SOLICITATION NOTICE
V -- U.S. AMLR Scientific Vessel Charter, Antarctic Region
- Notice Date
- 2/19/2004
- Notice Type
- Solicitation Notice
- NAICS
- 487210
— -- Scenic and Sightseeing Transportation, Water
- 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-04-RP-0026
- Response Due
- 4/29/2004
- Archive Date
- 8/29/2004
- Point of Contact
- Stephanie Kyles, Contract Specialist, Phone (206)526-4425, Fax (206)526-6025,
- E-Mail Address
-
stephanie.m.kyles@noaa.gov
- Description
- The National Oceanic and Atmospheric Administration is seeking to charter a research vessel to support the U.S. Antarctic Marine Living Resources (AMLR) program.    The vessel will operate out of Punta Arenas, Chile, and conduct research in the vicinity of the Antarctic Peninsula.    A five (5) year seasonal charter with each year having an option for a third research leg with a maximum of 33 days is anticipated.    The first year?s cruise is scheduled on or about January 1, 2005 and may include a brief shakedown cruise of approximately 3 days duration for equipment check out and two legs of (approximately 30 days each in length), and port calls for a total of 70 calendar days (63 underway days).    The first cruise will end on or about March 10, 2005.    Additional option days, if exercised, would take place after the two-leg charter, and end on or about April 12, 2005, and total 103 calendar days (93 underway days).    The scientific research includes, but is not limited to the following:    bioacoustic surveys, physical oceanography studies, phytoplankton studies, zooplankton surveys, bottom trawl surveys, and seabird and marine mammal observations.    Small boat operations for logistical support of field camps will be conducted from the vessel.    A suitable vessel shall have a clear open deck space of 93m2 (1000 ft.2) for storage of scientific gear, four (4) side sampling stations for over-the-side sampling and towing, an on deck catch processing area of at least 18.6 m2 (200 ft.2), and an area to be used as a marine mammal and bird observation platform.    The vessel shall have a ice-strengthen hull, have a minimum sustained cruising speed of 12 kts (22.3 km/hr), have the capability to maintain steerage at speeds of 2.0 knots (3.7 km/hour) in calm water for accomplishing scientific tows with drags up to 2,000 lbs. (8.9 kn), have an operational endurance of a minimum of 30 days and an operational range 10,000 nautical miles (18,520 km), have deck equipment to support the deployment and recovery of scientific equipment, small boats (zodiacs) an scientific laboratories.    Deck space for two (2) Government furnished vans 6.1 m x 2.4 m x 2.4 m (20 ft x 8 ft x 8ft) shall be available.    If sufficient laboratory space is not available, then a third Government furnished van, with the same dimensions, shall augment the required space.    The vessel shall provide meals and berthing for 22-30 scientific personnel.    Access to electronic outputs from the ship?s Global Positioning System, gyrocompass, positioning equipment and echo sounders is required.    Environmental monitoring instrumentation (e.g. Acoustic Doppler Current Profiler, thermosalinograph, carousel water sampler, etc.) is desired.    Hull mounting of AMLR program supplied acoustic transducers is required.    All responsible sources may submit a proposal, which will be considered by the agency.    <BR> <BR> All responsive and responsible offers may be submitted.    The Request for Proposals (RFP) will be issued approximately 1 March 2004.    For a copy of the solicitation, you must register on the FBO to ?receive notification?.    Upon release of the solicitation to the FedBizOpps for download, you will receive an email notifying you that the solicitation is now available.    Paper copies of the solicitation will not be issued.    To receive further information, please contact Contract Specialist Stephanie Kyles at (206) 526-4425.    <BR> <BR> *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003.    After this date, 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.ccr.gov/.    In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must 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.*****<BR>
- Place of Performance
- Address: Antarctic Peninsula
- Record
- SN00524941-W 20040221/040219221942 (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 |