SOLICITATION NOTICE
V -- Charter Vessel for Approximately 21 days February 1 through February 21, 2006
- Notice Date
- 12/28/2005
- Notice Type
- Solicitation Notice
- Contracting Office
- US Fish & Wildlife Service - R7 Contracting & General Services 1011 E. Tudor Rd, Mail Stop 171 Anchorage AK 99503
- ZIP Code
- 99503
- Solicitation Number
- 701816R012
- Response Due
- 1/12/2005
- Archive Date
- 12/28/2006
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a seperate written solicitation will not be issued. The solicitation number for this request is 70181-6-R012 and the solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-06) and Federal Acquisition Regulation (FAR). This is a small-business set-aside procurement under NAISC classification code: 483112, and PSC: V124. The small business size standard is 500 employees. B. 1. BASE BID ITEMS: Base Bid Item One: Provide seaworthy vessel for approximately 21 days beginning at 1:00am February 1, 2005 and ending 8:00am February 22, 2005 in accordance with the SPECIFICATIONS and SCOPE OF WORK. USFWS will pay only for days the charter will be utilized and can not guarantee a minimum or maximum number of days the charter will be required for support. Area of operation will be Unalaska Island and USFWS and USGS personnel will meet the vessel in Dutch Harbor, Alaska. The vessel will provide transportation and support for 8 people working on the USFWS' SEASONAL DISTRIBUTION OF MARINE AND TERRESTRIAL BIRDS AND EXPOSURE TO SELENDANG AYU OIL project. Base Bid Item One: $__________ B. 2. UNIT PRICING FOR INCREASED OR DECRCREASED QUANTITIES A. The following provides estimated quantities, unit prices, and the extended totals for the unit prices for the increased of decrease quantities that are increases or decreased form work set forth in these specifications, all of which is included in the lump sum base bid set forth above. In order to be considered for payment as "Increased quantities"- those increases must be authorized by the Contracting Officer in writing prior to accomplishing any "increased quantity" work. In the event that there is a difference between a unit price and the resultant extended total, the unit price will be held to be the intended bid and the total re-computed accordingly. If a bidder provides a total, but fails to enter a unit price, the total will be divided by the specified increased or decreased quantity and will be the intended unit price. B. The bidder proposes to perform increased or decreased quantities work for stated resulting additions, increases or decreases, to the Base bid. Additions shall include all modifications of work or additional work that the bidder may deem to be required to perform by reason of field additions or changes specifically authorized by the Contracting Officer. Bid increased or decreased quantities work shall include allowances for overhead and profit, and within the established time for completion. 1) Unit price per day for vessel charter: $_______ per day x 1 day = $__________ 2) Unit price per day for meals for eight (8) USFWS personnel: $_______x 3 meals per day x 8 USFWS personnel = $___________ 3) Unit price per gallon of fuel for skiff support: $_______ per gallon = $__________ 4) Unit price per day for vessel operational fuel: $_______ per day = $__________ Total Increase/ Decrease Bid Items: $__________ Total Overall Bid (Base Bid Item One + Increase/ Decrease Bid Items 1+2+3+4) $______________ SCOPE OF WORK AND EQUIPMENT REQUIREMENTS: Provide a seaworthy vessel for approximately 21 days beginning at 1:00am February 1, 2006 and ending approximately 8:00am February 22, 2006. Length of contract will be flexible to account for poor weather conditions, equipment failure, or any other unforseen circumstances. The US Fish and Wildlife Service (USFWS) will pay for only those days the charter will be utilized and cannot guarantee a minimum or maximum number of days the charter will be required for support. Area of operation will be Unalaska Island, Alaska, and the USFWS and US Geological Survey personnel will meet the vessel in Dutch Harbor, Alaska. The vessel will provide transportation and support for approximately eight (8) personnel working on the USFWS Seasonal Distribution of Marine and Terrestrial Birds and Exposure to Seledang Ayu Oil project. SPECIFICATIONS: 1. Provide name and detailed description of the vessel designated to be used under this contract, and a vessel survey that is not more than five (5) years old. USFWS must approve any change in the named vessel listed in the contract. 2. Current color photograph of the vessel and of the inside spaces and staterooms must be provided. 3. Name, proof of U.S. Coast Guard license, and a description of the watercraft experience of the Captain. Captain shall have at least two (2) years of experience operating watercraft of the size being offered in the foloowing geographic region of Alaska: Unalaska Island. 4. The vessel must be made available for inspection by USFWS prior to deployment for operation on the project/contract scope of work. Additional inspection should be made available within 1 day after proposal submission and prior to contract award. Vessel shall be made available for inspection in either Homer, Alaska or Dutch Harbor, Alaska. 5. Vessel must meet U.S. Coast Guard standards for either an "oceanographic" or "motor vessel" for safe operations at sea in the geographic area of Unalaska Island, Alaska. 6. Contracted vessel shall have marine and general public liability insurance with limits of liability in acordance with Department of the Interior insurance regulations as follows: D1452.228-70 LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JUL 96) JULY 1996 (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $275,000 each person $275,000 each occurrence $275,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. 7. The pilot house of the vessel will be accessible to the project leader unless the Captain restricts access due to safety concerns. 8. The length of the work day will be jointly determined each day by the Captain and the USFWS/USGS project leader. In the event of a disagreement, the FWS/USGS project leader has final authority, except for work stoppage due to uncontrollable circumstances, such as unsafe weather or sea conditions, or other safety-at-sea considerations as determined by the Captain. The Captain will have ultimate authority and responsibility for the vessel and all personnel aboard and therefore retains the right to operate the vessel in a safe manner based on his/her best judgement. 9. Vessel shall be at least seventy (70) feet in length. 10. Vessel shall be fully licensed by the US Coast Guard as required by law and shall have passed all appropriate US Coast Guard requirements for safety and seaworthiness. Proof of certfication shall be provided with the offer resulting from this solicitation. 11. Vessel shall be capable of maintaining a cruising speed of at least 5 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 or Captain. 12. Vessel shall be equiped with radar, Loran C, or GPS, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, and two VHF radios. Survival suites shall be provided for 8 USFWS/USGS personnel. 13. The contractor must provide one skiff or rigid-hull inflatable type boat for use by USFWS/USGS personnel. The skiff or rigid hull inflatable boat must be of a length at least 16 feet long, of either aluminum or rubberized inflatble type, and must be supplied with an outboard motor of at least 30 horsepower (30HP). A complete repair and/or maintenance kit should be available for each skiff or inflatable rigid-hull bot supplied. 14. Contractor shall carry at least 500 gallons of gasoline in either 55 gallon barrels of tanks for use by the skiff or rigid-hull inflatable boat proposed and supplied under specification item #13. A total of 500 gallons of gasoline will be needed during the 21-day charter for use by the skiff. Depending on whether the skiff motors are of the two-stroke or four-stroke type, gasoline additive will also be required to be supplied by the contractor. Additional fuel may be taken on in Dutch Harbor, Alaska, as needed for refueling purposes in port. Fuel containers must be clean and rust free, and a pump with suitable hosing must be provided by the contractor for transfereing fuel from the storage tanks or barrels to the skiff, or rigid hull inflatable type boat. A maximum amount of 500 gallons of fuel for the skiff or rigid hull type inflatable boat will be supplied by the contractor. Additional fuel needs for skiff operation will be supplied by the USFWS on an as-needed basis. 15. Contractor will be responsible for all fuel requirements for the vessel being chartered during the vessel's time at sea and during work of the period of performance of the awarded contract. 16. The vessel must have a crane or other mechanical device to lower and raise skiff or rigid hull type inflatable boats and equiment from shore to the main deck of the vessel. Additionally, in order to enhance acces to skiff for efficient and safe transfer of personnel, equipment, and live captured birds, a section of the starboard or port side railing should be able to be removed and replaced with a latched gate. 17. The crew onboard the vessel shall consist of a minimum of 3 people, including: 1) licensed vessel master (Captain) 2) engineer/ deckhand 3) cook 18. Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel and the skiffs. 19. Mechanical breakdown that causes rescheduling of the USFWS operational schedule shall require the contractor to deduct the daily cost for that period of time from their final invoice. 20. Vessel shall carry enough fuel, potable water (approximately 125 gal/day), and food sufficient for up to 14 days at sea without a port call. All port calls must be prearranged with USFWS/USGS Project Leader before contract begins. 21. A clean & dedicated area will be provided for avian surgeries. The foc'sle or the forward freezer of the vessel is satisfactory, but either of these areas would need to be cleaned, heated, and well-lit. Either location should include some fixed shelving for equipment storage, a level surgery table (at least 3'x4' in size) with padded seating on opposite sides for surgeon and anesthetist. Electrical outlets or extension cords that reach to electrical outlets will also be necessary. GENERAL GUIDELINES 1. All areas of the vessel shall be accessible to the scientific staff, unless agreed to beforehand. 2. No alcohol will be permitted on the vessel. 3. No smoking will be allowed inside the vessel. Due to the amount of fuel being carried on the vessel for the skiffs, a designated spot, away from the fuel will be assigned as a smoking area. 4. The vessel master or designee will, at all times, maintain radio contact with USFWS/USGS personnel working in small boats from the vessel, according to a pre-arranged radio schedule to assure their safety. In event of a problem or an accident, immediate steps will be taken for a pick-up. 5. Safety orientation will be given on the first day by the vessel master to all USFWS/USGS personnel aboard, including location of exits, locations and operation of life rafts, communications, storage of survival suits, man overboard procedures, and procedures for evacuation of vessel. ACCOMMODATIONS 1. Vessel must have at least eight (8) permanent bunks with mattresses available for USFWS personnel and additional permanent bunks for required crew members. Bedding can be provided by USFWS/USGS crews if arranged prior to departure from Anchorage to Dutch Harbor. 2. Berthing area(s) shall be separate from the galley, wheelhouse, and deck areas, and shall be heated and have adequate ventilation. 3. Vessel shall be clean and provide quality living conditions. This includes being free from continuous noise levels greater than 60 db in the living and work areas and from undesirable and noxious odors. 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 eight (8) USFWS/USGS personnel and vessel's crew members. Berthing spaces, heads, sinks, and showers will be thoroughly cleaned routinely by a vessel crew member. 5. Vessel shall be capable of providing a hot water shower for each USFWS person every two days. 6. Vessel shall have a minimum of 200 cubic feet of dry gear storage space for personal belongings of up to eight (8) USFWS persons. 7. 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 tents overnight for at least 8 people. Drying area must be large enough to hang these items away from walls. 8. Vessel shall have a flat, dry space available for setup and operation of a laptop computer. 9. Vessel shall have 110-volt AC electricity to recharge computers and radios. MEALS 1. Two hot meals (breakfast and supper), and one cold meal (lunch) per day for 8 USFWS people shall be provided. Meals must be well balanced, nutritious, palatable and varied. If special dietary needs (e.g., low-sodium, vegetarian, diabetic, etc.) are required, USFWS/USGS will notify the contractor at least 5 days prior to scheduled departure of the nature and number of special dietary requirements. DELIVERY POINT, (FOB): The date and place of delivery and acceptance and FOB point shall be Dutch Harbor, Alaska, February 1, 2006, at 1:00am. USFWS personnel will meet the vessel at the port for boarding and loading of equipment. PROVISIONS AND CLAUSES: The Provision at FAR 52.212-1, Instructions to Offers-Commercial, applies to thie acquistion. The applicablity of FAR 52,212-2, Evaluation-Commercial Items applies, and the specific criteria to be used for evaluation shall be as follows: 1) Total Price; (cost analysis for determining low bidder will be based on total overall bid. Total overall bid means Base Bid Item One+ Increase/ Decrease Items 1+2+3+4= total overall bid) 2) Equipment and technical acceptability to the specifications listed in this solicitation 3) Additional discounts and/or rebates Offerors must supply a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items when responding to this solicitation. The Clause found at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commerical Items applies to this acquisition. 144805.06 CONTRACT ADMINISTRATION MAY 1997 144805.08 APPOINTMENT OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE MAY 1997 D1452.228-72 LIABILITY FOR LOSS OR DAMAGE -- DEPARTMENT OF THE INTERIOR APRIL 1984 POINT OF CONTACT: This combined synopsis/solicitation is a request for competitive proposals. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Paul M. Griffin, Contracting Officer US Fish and Wildlife Service (907) 786-3181 phone, (907) 786-3923 fax, email: paul_griffin@fws.gov PROPOSAL SUBMISSION: Quotes must be received at the following address, by via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is January 12, 2006 at 2:00pm: US Fish and Wildlife Service Contracting and General Services 1011 East Tudor Rd Anchorage, AK 99503 Ph: (907) 786-3818 Fax: (907) 786-3923 Evaluation of proposals and contract award will be made within five (5) business days following the closing date of this solicitation.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144857&objId=219117)
- Place of Performance
- Address: Unalaska, and Unalaska Island, Alaska
- Zip Code: 99685
- Country: USA
- Zip Code: 99685
- Record
- SN00959103-W 20051230/051228211947 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |