Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2007 FBO #1903
SOLICITATION NOTICE

V -- 2007 West Coast Groundfish Trawl Survey

Notice Date
2/9/2007
 
Notice Type
Solicitation Notice
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AB133F-07-RP-0036
 
Response Due
3/27/2007
 
Archive Date
6/26/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Northwest Fisheries Science Center (NWFSC) of the National Marine Fisheries Service (NMFS) has a requirement for four (4) vessels to conduct a bottom trawl survey of the groundfish resources of the continental shelf and slope of the United States West Coast region. Four commercial trawl-fishing vessels will be chartered to carry out this survey, operating two at a time. The first set of two vessels will commence survey operations on or around May 14, 2007 and complete survey operations approximately 74 days later on or around July 26, 2007. The second set of the two selected vessels will commence survey operations on or around August 13, 2007 and conclude survey operations approximately 74 days later on or around October 25, 2007. The charters will begin and end in Newport, Oregon, with survey operations proceeding from North to South. Each vessel will conduct an independent survey of the shelf and slope zone from 30 fathoms to 700 fathoms, extending from the Canadian border around Cape Flattery, Washington to the Mexican border near San Diego, California. Survey stations will be designated in the sampling manual to representatively sample this range of depths, and will be randomly pre-selected within a geographical area and depth strata. Each of the vessels will be allocated approximately 188 of these stations. This is to be a one-year contract with two additional one-year options (three years total). The vessel must be at least 60 feet in registered length. It must be seaworthy and suitable for trawling operations in the above region during the season indicated. The vessel?s main engine must be rated at a minimum continuous horsepower of 425 and not rated more than 1000 horsepower. The vessel must be capable of towing the experimental gear at a minimum speed of 2.2 knots at a fishing depth of 700 fathoms (Description of fishing gear to be provided in solicitation). The vessel must be able to maintain a cruising speed of at least 8 knots in low sea states. The vessel must allow for thru-hull cabling for acoustic transducers that will be installed in dry dock. For vessels that do not have a steel hull, complete drawings of the location for transducer placement and any other necessary modifications to ensure hull integrity should be included in the bid submission. At the end of charter period, transducers will be removed and the perforation will be doubly secured. The vessel must be equipped with a railing with a working height (from deck boards to top of rail) of no less than 38 to 42 inches (OSHA). The vessel must have clean and sanitary living conditions and adequate berthing accommodations for the vessel crew and three (3) scientists. A suitable desk, table, counter, or other work surface (approximately 4? X 3?) must be available within the vessels? bridge where the scientific staff can set up the trawl instrumentation receiver, its display unit, gyrocompass, portable computer, and an external computational storage facility for logging trawl performance data and catch data. A stable source of 110 V, 60 cycle AC power must be available nearby as well as a convenient and accessible storage space for tools, notebooks, sampling forms and other frequently needed equipment and supplies. The proposed contract is 100% set-aside for small business concerns. The NAICS code for this procurement is 532411 and the size standard is $6.5M. Solicitation documents will be made available for download on or about February 21, 2007. Paper copies of this solicitation will not be issued. For a copy of the solicitation, please utilize the FedBizOpps' feature "register to receive notification" as well as "register as an interested vendor". Upon release of the solicitation to the FBO for download, vendors who have registered to receive notification will receive an email from the FBO indicating its availability. Questions regarding this solicitation may be directed to Contract Specialist Crystina Elkins at Crystina.R.Elkins@noaa.gov or via telephone at (206)526-6036. The Western Administrative Support Center, Western Region Acquisition Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR). 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.
 
Record
SN01229247-W 20070211/070209220352 (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 |
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.