SOLICITATION NOTICE
V -- Sea Freight Transportation for 10 Meter Buoy Deployment
- Notice Date
- 4/28/2005
- Notice Type
- Solicitation Notice
- NAICS
- 483113
— Coastal and Great Lakes Freight Transportation
- 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
- Reference-Number-NWWG9500-5-23927
- Response Due
- 5/12/2005
- Archive Date
- 5/27/2005
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial vessel support to deploy two 10-Meter Buoys in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This announcement is a Request for Quote. The reference number is NWWG9500-5-23927 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-03. The National Data Buoy Center intends to award a single purchase order for commercial vessel support services to deploy two 10-Meter Buoys. The following Statement of Work (SOW) provides contractor information necessary to prepare bids: This Statement of Work (SOW) provides contractor information necessary to prepare bids to tow two NDBC 10-meter buoys used for open ocean meteorological data, and deploy the buoys at coordinates 15 degrees 00 minutes 00 seconds N, 080 degrees 00 minutes 00 seconds W & 15 degrees 06 minutes 03 seconds N, 075 degrees 04 minutes 03 seconds W. The job will originate at the Gulfport Mississippi Municipal Docks (GMMD). These 10-meter buoys provide part of the National Weather Service Hurricane forecast data, which is available for public use. The contractor shall submit bids on the total cost of operation for vessel and crew. The tow vessel will take control of the buoys at GMMD, located at approximately 30 degrees 21 minutes 25 seconds N, 089 degrees 05 minutes 48 seconds W. The vessel will tandem tow the 10m buoys to coordinates 15 degrees 00 minutes 00 seconds N, 080 degrees 00 minutes 00 seconds W and deploy buoy 10D09/42057. The vessel will remain on scene while NDBC personnel prepare the buoy for operations, take ground truth, and de-ballast the buoy, which will last approximately 8 hours. The vessel will continue to coordinates 15 degrees 06 minutes 03 seconds N, 075 degrees 04 minutes 03 seconds W and deploy 10D07/42058. The vessel will remain on scene while NDBC personnel prepare the buoy for operations, take ground truth, and de-ballast the buoy, which will last approximately 8 hours. The vessel will then return to home port. Each mooring consists of three parts: the upper mooring and retrieval pendent which is composed mostly of 1 1/2 inch open link chain; the middle mooring is made from 1 3/4 inch nylon and 2 1/4 inch poly line; and the lower has 1 1/2 inch open link chain and a sinker and anchor. See attached mooring drawings for details. The buoys are discus shaped steel buoys, with dimensions 33 ft diameter with a 33 ft mast, drawing 3.5 ft draft. NOAA buoys weigh approximately 115,500lbs plus 55,000lbs of ballast. The buoys will be ballasted for towing by NDBC personnel. Towing operations are scheduled to commence on or about May 23, 2005 and shall conclude with return to the designated port. The ship shall take possession of both of the buoys and then tow to the designated locations. The government will provide a towing hawser, if requested. There are maximum sea states in which the vessel is expected to operate, up to Beaufort sea state four (4). The decision whether to go or no-go when considering weather conditions shall be made by mutual agreement between the NDBC representative and the boat Captain, with the Captain having the final authority to postpone, cancel, or delay a mission. Due consideration will be given to the safety of the vessel and personnel aboard at all times. A no-go decision because of weather will not be considered cancellation of the contract. The contract will be a firm-fixed-price, per day charge. The per day charge will include all costs necessary to perform the contract, including but not limited to the following: estimated transit times from port to site and port-of-return, vessel rental fees (if applicable), vessel reconfiguration and restoration costs (if applicable), fuel/ oil consumption, and food and accommodations for 4 to 6 NDBC representatives. Captain shall be licensed for offshore transportation to the location specified. The vessel must meet all United States Coast Guard requirements. Vessel specification sheets shall be provided with the bid. The contracted vessel will load the NDBC gear and personal at a location chosen by the Captain and return to vessel?s home port. The ship requires sufficient padeyes or hold-downs on the deck to accommodate equipment during transit, and for the conduct of mooring operations. Two padeyes are required near the stern (within approximately 20 ft of the stern) capable of rigging a bull chain supporting 20,000 lbs. The vessel must have suitable lifting equipment to safely handle the mooring chain, anchor, and associated equipment as per attached mooring diagram. Small boat suitable for safe transportation between vessel and buoy during mooring/ground truth operations. The stern section of the vessel shall be free of bulwarks and obstructions to accommodate towing. The edge of the deck that runs along the stern section must not have any sharp edges to chaff the hawser. NDBC reserves the right to conduct a survey of the vessel prior to awarding the contract. The contractor must carry adequate liability to cover persons, equipment, and any damage/loss that might result from operations during the course of the trip. Note: Complete replacement cost for a 10-meter buoy is approximately $ 245,000. Prior to the commencing operation, NDBC technicians will conduct a meeting with all vessel personnel to assure everyone understands the details of the operation and what each person must do to assure a safe and successful mission. Agreement between the ship?s operator(s) and NDBC personnel regarding safety and operational procedures shall be reached prior to commencement of the trip. Inability to settle any disagreement between parties to the satisfaction of NDBC as a result of failing to follow NDBC procedures that could lead to personnel injury or damage/loss of a buoy(s) could result in cancellation of the contract. Both 10m buoys will be towed from GMMD to the first deployment site at 15 degrees 00 minutes 00 minutes N, 080 degrees 00 minutes 00 seconds W. Deploy buoy 10D09/42057 and mooring as specified on attached mooring diagram. The vessel will remain on scene approximately 8 hours while NDBC personnel prepare the buoy for operation, take ground truth, and de-ballast the buoy. The vessel will continue to coordinates 15 degrees 06 minutes 03 seconds N, 075 degrees 04 minutes 03 seconds W and deploy 10D07/42058 and mooring as specified on the attached mooring diagram. The vessel will remain on scene approximately 8 hours while NDBC personnel prepare the buoy for operation, take ground truth, and de-ballast the buoy. The vessel will return to its home port off load NDBC personnel and equipment. OSHA compliant safety practices shall be adhered to at all times. DELIVERABLES: -A vessel capable of meeting the requirements listed in section 3. -Proof of insurance. -Captain?s certifications. -Small boat (RHI) -Welding machine capable of welding 5/32? mild steel welding rods. -Acetylene cutting torch with oxygen and acetylene bottles. GENERAL INFORMATION: Buoy Diameter: 10 meters (33 feet). Buoy Displacement: 115,500 lbs. Ballast 55,000lbs Draft: 3.2 feet Freeboard: 3.3 feet Height to Top of Mast (Waterline to top of Mast): 35 ft. See attached mooring diagrams. GOVERNMENT FURNISHED EQUIPMENT: Towing hawser(s) Qualified Welder Crew for mooring operations Ballasting / de-ballasting equipment The following provisions and clauses apply to this acquisition: 52.204-7 CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2005) 52.219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) 52.219-14 LIMITATIONS ON SUBCONTRACTING (DEC 1996) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (DEC 2003) 52.244-6 SUBCONTRACTS FOR COMMERCIAL ITEMS (Dec 2004) 52.247-21 CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGE (APR 1984) 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (Oct 2003) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2005) 52.228-9 CARGO INSURANCE (MAY 1999) The following provisions and clauses are provided in full text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acqnet.gov/far (End of clause) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (Jan 2005) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (only lists what applies from this clause) (5) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (14) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (15) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (June 2004) (E.O. 13126). (16) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (17) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (26) 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41 U.S.C. 351, et seq.). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $500,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U .S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, as Amended (May 1989), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). (vii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Apr 2003) (46 U.S.C. Appx 1241 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) See Numbered Note 1. The NAICS Code is 483113 with a size standard of 500 employees. Quotes may be submitted electronically or via facsimile to the contacts listed in this synopsis.
- Place of Performance
- Address: National Data Buoy Center, Building 1100, Room 360, Stennis Space Center, Mississippi
- Zip Code: 39529-6000
- Country: USA
- Zip Code: 39529-6000
- Record
- SN00797248-W 20050430/050428211715 (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 |