Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2005 FBO #1159
SOLICITATION NOTICE

V -- VESSEL CHARTER IN PRINCE WILLIAM SOUND, AK

Notice Date
1/26/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS 3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 3001 SACRAMENTO CA 95819
 
ZIP Code
95819
 
Solicitation Number
GSWR050046
 
Response Due
2/25/2005
 
Archive Date
1/26/2006
 
Small Business Set-Aside
Total Small Business
 
Description
SOLICITATION NO: GSWR050046 - REQUEST FOR QUOTATION DATE: 25 January 2005 CLOSING DATE: 25 February 2005 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This document and any incorporated provisions and/or clauses are those in effect through Federal Acquisition Circular (FAC) 2001-27, dated 28 December 2004. This acquisition is set aside for small business concerns. The associated NAICS code is 483112 - Deep Sea Passenger Transportation, for which the determining size standard is 500 employees. The U.S. Geological Survey, Alaska Science Center, (hereinafter referred to as the USGS or as "the Survey") is interested in chartering a seaworthy vessel for a minimum of 12 days and a maximum of 16 days, between the dates of 15 July 2005 and 15 August 2005. The area of operation will be western Prince William Sound and the cruise will originate and end in Whittier, Alaska. The vessel will provide transportation and support for up to 8 people. The USGS contemplates the use of a single vessel; however, arrangements can be made for 2 smaller vessels that collectively fulfill the requirements of a single larger vessel. This charter will allow the capture of sea otters in the vicinity of northern Knight Island (Bay of Isles, Lower Pass, Disk Island, and Herring Bay) for the collection of blood, liver samples, and other body condition parameters. Interested concerns are invited to submit quotations for one or more vessels capable of fulfilling this requirement. Details follow: 1. TECHNICAL REQUIREMENTS 1.1 VESSEL SPECIFICATIONS THAT MUST BE INCLUDED IN ANY QUOTATION: 1.1.1 Name and detailed description of the vessel designated to be used under this contract, and a vessel survey that is not more than two (2) years old. USGS must approve any change in the vessel designated in this quotation. 1.1.2 Vessel must meet U.S. Coast Guard standards for an "oceanographic research vessel" for safe operations at sea in the geographic area of Prince William Sound. 1.1.3 Current color photographs of the vessel and of inside spaces shall be provided. 1.1.4 The vessel shall be made available for inspection by authorized USGS personnel within 30 days of the closing date of this solicitation and prior to contract award. Vessel shall be made available for inspection in one of the following ports: Whittier, Valdez, Cordova, Homer, or Seward, Alaska. 1.1.5 Name, proof of U.S. Coast Guard license, and a description of the watercraft experience of the Captain. Captain shall have at least 3 years of experience operating watercraft of the size being offered in the following specific region of Alaska: Prince William Sound. 1.1.6 Contract or Vessel shall have marine and general public liability insurance with limits of liability for: i) bodily injury of not less than $100,000 for each person and $500,000 for each occurrence, and ii) property damage of not less than $100,000 for each incident and $500,000 in the aggregate. Proof of insurance shall be provided prior to contract award. 1.2 VESSEL REQUIREMENTS 1.2.1 Vessel shall be fully licensed by the U.S. Coast Guard as required by law and shall have passed all appropriate U.S. Coast Guard requirements for safety and seaworthiness. Proof of certification shall be provided with the prospective contractor's quotation. 1.2.2 Vessel shall be capable of maintaining a cruising speed of at least 7 knots and be willing to move each day to a new mooring spot as directed by the project leader. Areas of safe anchorage will be identified by the vessel master. 1.2.3 Vessel shall be equipped with radar, GPS, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, two VHF radios, and enough U.S. Coast Guard approved immersion suits to outfit all 8 USGS employees in addition to vessel crew members. 1.2.4 Vessel must be capable of allowing safe and convenient moorage of two 25-foot Boston Whalers and a 16-foot aluminum skiff alongside each night. It may also be necessary to moor a 6 X 6 foot net pen alongside the vessel for temporary sea otter containment. 1.2.5 When the crew is not required for vessel operations, as determined by the vessel master, the crew will assist USGS personnel with loading and off-loading gear, supplies, and skiffs and maintenance of government owned equipment. 1.2.6 Contractor shall be able to carry at least 110 gallons of unleaded gasoline for USGS boats; either in 55 gallon barrels or up to 500 gallons in U.S. Coast Guard approved tanks. USGS will pay separately for gasoline. Contractor will be responsible for fueling before leaving Whittier. Contractor shall supply gasoline containers. Gasoline containers must be clean and rust-free, and an electric fuel pump with a water separating fuel filter must be provided for the pumping system. 1.2.7 Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel. USGS will provide gasoline, oil, and other consumables for government boats. 1.2.8 Any mechanical breakdowns in excess of 24 hours that cause rescheduling of the USGS operational schedule shall require the contractor to deduct the operational costs (daily contract rate) for that period of time from their final invoice. 1.2.9 Vessel shall carry enough fuel, potable water (approximately 100 gal/day), and food sufficient for up to 16 days at sea without a port call. All port calls must be prearranged with the USGS Project Leader before contract begins. 1.2.10 Vessel shall reserve at least 350 square feet for USGS workspace and gear storage with at least 200 square feet of this space on outside deck. Gasoline containers may be stored within this area. A fully functional freshwater wash down pump and hose with at least 25 gallons of freshwater/day must be available for rinsing dive gear in this area. 1.2.11 Vessel shall reserve at least 20 square feet of lab workspace with dimensions approximating 4 by 5 feet. This space must have 110-volt AC electricity and be dry, clean, and available 24 hours a day (ie. not in galley) as blood must be processed immediately via centrifuge. 1.2.12 Vessel must provide at least 4 cubic feet of freezer space for the storage of USGS biological samples. 1.3 GENERAL REQUIREMENTS 1.3.1 All areas of the vessel shall be accessible to the scientific staff, unless agreed to beforehand. 1.3.2 No alcohol will be permitted on the vessel. 1.3.3 The vessel master or designee will, at all times, maintain radio contact with USGS personnel working in small boats from the vessel, according to a prearranged radio schedule to assure their safety. In event of a problem or an accident, immediate steps will be taken to assist USGS personnel. 1.3.4 Safety orientation will be given on the first day by the vessel master to all USGS personnel aboard, including location of exits, locations and operation of life rafts, communications, storage of immersion suits, vessel evacuation and man overboard procedures. 1.3.5 The length of the work day will be jointly determined each day by the Captain and the USGS project leader. In the event of a disagreement, the master of the charter vessel has final authority per Code of Federal Regulations (CFR). The Captain has the ultimate authority and responsibility for the ship and all personnel aboard and therefore retains the right to operate the ship in a safe manner based on his/her best judgment. With this responsibility in mind, the Captain must ensure that enough crew members are on the vessel to run a safe 24-hour operation. Sea otters are often captured at night and need to be brought back to the contract vessel for immediate processing. For this reason, it must be agreed upon beforehand that some reasonable and safe level of support is available around the clock. 1.4 VESSEL ACCOMODATIONS 1.4.1 Vessel must have at least 8 permanent bunks with mattresses and bedding available for USGS personnel and additional permanent bunks for required crew members. Bunks shall be a minimum of 76 inches in length and 30 inches wide and, if stacked, there will be a minimum space of 24 inches between upper and lower bunks. 1.4.2 Berthing area(s) shall be separate from the galley, wheelhouse, and deck areas, and shall be heated and have adequate ventilation. 1.4.3 Vessel shall be clean and provide quality living conditions. This includes being free from continuous noise levels greater than 80 db in the living and work areas and from undesirable and noxious odors. 1.4.4 Vessel lights, heat, hot water, sanitation facilities (including wash basins, toilet, and shower), galley, and cooking and eating supplies shall be appropriate to support up to 8 USGS personnel and vessel's crew members. Berthing spaces, heads, sinks, and showers will be thoroughly cleaned daily by a vessel crew member. 1.4.5 Vessel shall be capable of providing a hot water shower for each USGS person every two days. 1.4.6 Vessel shall have heated drying area separate from living accommodations and routine work areas, and must be capable of drying wet clothing, rain gear, and dive gear overnight for 8 people. Drying area must be large enough to hang these items away from walls. 1.4.7 Vessel shall have a flat, dry space available for setup and operation of a USGS laptop computer. 1.4.8 Vessel shall have 110-volt AC electricity to recharge USGS computers and radios. 1.5 MEALS Three meals per day for 8 USGS people shall be provided. The intended work will require odd working hours and, thus, flexibility in meal times and provision of snack food throughout the day is required. Breakfast and lunch may be either hot or cold meals, but dinner must be a hot meal. Meals must be well balanced, nutritious, palatable and varied. If special dietary needs (e.g., low sodium, vegetarian, diabetic, etc.) are required, USGS will notify the contractor at least 10 days prior to scheduled departure of the nature and number of special dietary requirements. PLACE OF PERFORMANCE: This operation will take place in western Prince William Sound, in the vicinity of northern Knight Island (Bay of Isles, Lower Pass, Disk Island, and Herring Bay), origination and end in Whittier, Alaska. METHOD OF EVALUATION Prospective contractors are advised that quotations will be evaluated on a "best value" basis based upon the following factors, not necessarily listed in order of importance: 1) Technical Merit 2) Past Performance 3) Experience 4) Price Quotations are due by 17:00 local time, Friday 25 February 2005 to the contracting office in Sacramento, CA identified above. Quotations received after this time and date will not be considered. Quotations are preferred by electronic means (email and fax), but are accepted by mail. Oral quotations will not be accepted. IMPORTANT NOTE: The Western Region of the USGS is in possession of a Government owned vessel capable of meeting these requirements. Its availability for this particular project is questionable. Should it become available, the Government reserves the right to cancel this solicitation at any time, even after receipt of quotations. Prospective contractors are advised that the following provisions are applicable to this solicitation document. Full text of these provisions can be obtained at http://www.arnet.gov/far/ and http://www.doi.gov/pam/aindex.html or by contacting the contract specialist below. Prospective contractors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their quotations. 52.212-1 Instructions to Offerors - Commercial Items (JAN 2005) 52.212-3 Offeror Representations and Certifications - Commercial Items (JAN 2005) 52.219-6 Notice of Total Small Business Set Aside (JUNE 2003) 52.222-41 Service Contract Act of 1965, as Amended (MAY 1989) 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989) Note: The fill in information will be included in the contract or order resulting from this solicitation. 1452.228-70 Liability Insurance - Department of the Interior (JUL 1996) Fill ins: $100,000.00 each person, $500,000.00 each occurrence, $500,000.00 property damage. 52.000S-5060 Indemnity (FEB 1995) (a) The Contractor herein is "an independent contractor" and shall obtain all necessary insurance to protect himself from liability arising out of this contract. (b) The contractor hereby agrees to indemnify and hold the Government harmless in connection with, any loss or liability from damage to or destruction of property or from injuries to or death of persons (including the agents and employees of both parties) if such damage, destruction, injury or death arises out of, or is caused by performance of work under this contract, unless such damage, destruction, injury or death is caused solely by the active negligence of the Government, its agents or employees. The contractor agrees to include this clause, appropriately modified, in all subcontracts to be performed under this contract. (End of Clause) Any contract or order resulting from this solicitation will contain the following clauses: 52.204-7 Central Contractor Registration - (OCT 2003) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 1452.212-05 Alt. I Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JAN 2004) 52.000S-5079 Technical Liaison - Technical Direction (OCT 1997) Note: Full text of this clause will be provided at the time of contract award. 52.900S-1178 Wage Determination Incorporation (Oct 1997) In the performance of this contract, the contractor shall comply with the requirements of U.S. Department of Labor wage determination number 1994-0196, rev. 14 dated 14 June 2004. The wage determination is incorporated and made a part of this contract; it may be accessed electronically at the following address: http://www.wdol.gov/wdol/scafiles/non-std/94-0196.sca (End of Clause) For further information regarding this solicitation, please contact Jeff Caravelli, Contract Specialist, at (916) 278-9341 or jcaravelli@usgs.gov.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=704958)
 
Place of Performance
Address: WHITTIER, AK
Zip Code: 99693
Country: US
 
Record
SN00740673-W 20050128/050126212430 (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.