Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2007 FBO #1952
SOLICITATION NOTICE

V -- Charter Vessel for Approximately 4 days April 25, 2007 through April 28, 2007

Notice Date
3/30/2007
 
Notice Type
Solicitation Notice
 
Contracting Office
Contracting and General Services-Receiving-R7 1011 East Tudor Road Mail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
701817Q016
 
Response Due
4/11/2007
 
Archive Date
3/29/2008
 
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 separate written solicitation will not be issued. The solicitation number for this request is 70181-6-Q016 and the solicitation is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-16) and Federal Acquisition Regulation (FAR). This is a small-business set-aside procurement under NAICS classification code: 483112, and PSC: V214. The small business size standard is 500 employees. B. 1. BASE BID ITEMS: Base Bid Item One: Provide seaworthy vessel for approximately 4 days beginning April 24, 2007 and ending April 28, 2007 in accordance with the SPECIFICATIONS and SCOPE OF WORK. USFWS will pay only for 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 the waters in lower Cook Inlet, Kamishak and Kachemak Bays and Augustine Island, Alaska. Chartered vessel will board and disembark scientists and supplies in Homer, Alaska. The vessel will provide transportation and support for 4 people working in response to the Unusual Mortality Event for northern sea otters. Base Bid Item One: $__________ B. 2. UNIT PRICING FOR INCREASED OR DECREASED 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 (fuel included): $_______ per day x 1 day = $__________ SCOPE OF WORK AND EQUIPMENT REQUIREMENTS: Provide seaworthy vessel for 4 days between April 25, 2007 and April 28, 2007. Length and timing of contract must be flexible to account for poor weather conditions, equipment failure, and unforeseen circumstances. USFWS will pay only for days the charter is engaged in sea otter recovery activities. Area of operation will be the waters in lower Cook Inlet, Kamishak and Kachemak bays and Augustine Island, Alaska. Chartered vessel will board and disembark scientists and supplies in Homer, Alaska. The vessel will provide transportation and support for 4 people working in response to the Unusual Mortality Event for northern sea otters: Over winter mortality in lower Cook Inlet in response to the Unusual Mortality Event. Cruise objectives include: 1. Beach survey and recovery of sea otter carcasses in Kamishak Bay (Contact Point, Amakdedori, Chenik, Nordyke Island) and along the south west side of Augustine Island. Multiple trips from the support vessel to and from beaches to deploy survey crews will be needed. 2. Bagged carcasses will need to be stored on board the ship until return to Homer, Alaska. 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. Vessel description, including size, diagram of vessel, electronics, communications equipment, number of bunks, freezer capacity, work deck size and equipment for deploying inflatable vessel will be provided prior to awarding of contract. 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 following geographic region of Alaska: Cook Inlet/Kodiak/Alaska Peninsula areas. Previous experience with charters in for wildlife research projects is requested. 4. The vessel must be made available for inspection by USFWS prior to deployment for operation on the project/contract scope of work. Vessel shall be made available for inspection in Homer, 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 Cook Inlet, Kamishak and Kachemak Bays, and Augustine Island, Alaska. 6. Contracted vessel shall have marine and general public liability insurance with limits of liability in accordance 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 USFWS 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 project leader. In the event of a disagreement, the FWS 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 judgment. 9. Vessel shall be at least forty-eight (48) 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 certification shall be provided with the offer resulting from this solicitation. 11. Vessel shall be capable of maintaining a cruising speed of at least 8 knots and be willing to move as directed by the project leader. Areas of safe anchorage will be identified by Captain. 12. Vessel shall be equipped with radar, GPS, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, Single side band and two VHF radios and e-mail capability. Survival suites shall be provided for 4 USFWS personnel, in addition to those for the vessel crew. 13. Vessel must include an inflated skiff with a motor large enough to accommodate 4 people and working space on deck for storing and handling of dead otters. Vessel must have equipment to safely raise and lower inflatable from deck to water and back. Charter vessel must be able to launch and retrieve the inflatable safely. A complete repair and/or maintenance kit should be available for each skiff supplied. Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel and the skiffs. 14. 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. 15. The crew onboard the vessel shall consist of a minimum of 3 people, including: 1) licensed vessel master (Captain) 2) engineer/ deckhand 3) cook 16. 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. 17. Vessel shall carry enough fuel, potable water (approximately 125 gal/day), and food sufficient for up to 5 days at sea without a port call. All port calls must be prearranged with USFWS Project Leader before contract begins. GENERAL GUIDELINES 1. All areas of the vessel shall be accessible to the scientific staff, unless agreed to beforehand. 2. No alcohol or smoking will be permitted on the vessel. 3. The vessel master or designee will, at all times, maintain radio contact with USFWS 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. 4. Safety orientation will be given on the first day by the vessel master to all USFWS 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 four (4) permanent bunks with mattresses available for USFWS personnel and additional permanent bunks for required crew members. Bedding can be provided by USFWS crews if arranged prior to departure from Anchorage to Homer. 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 four (4) USFWS 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 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 4 people. 7. Vessel shall have a flat, dry space available for setup and operation of a laptop computer. 8. 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 4 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 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 Homer, Alaska, April 24, 2007, at 7:00am. 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 the acquisition. The applicability 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) 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-Commercial 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 quotes. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Christie VandenDries, Contracting Specialist US Fish and Wildlife Service (907) 786-3415 phone, (907) 786-3923 fax, email: Christie_VandenDries@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 April 11, 2007 at 2:00pm: US Fish and Wildlife Service Contracting and General Services 1011 East Tudor Rd Anchorage, AK 99503 Ph: (907) 786-3415 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. See Numbered Notes 1 and 13.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=FW144857&objId=246869)
 
Place of Performance
Address: Area of operation will be the waters in lower Cook Inlet, Kamishak and Kachemak bays and Augustine Island, Alaska.
Zip Code: 996038021
Country: USA
 
Record
SN01263248-W 20070401/070330221138 (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.