Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOLICITATION NOTICE

W019 -- Charter of large commercial skimmer trawl vessel and crew

Notice Date
6/27/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
487210 — Scenic and Sightseeing Transportation, Water
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), SEFSC/MS Labs, 705 Convent Avenue, Pascagoula, MS 39567, Pascagoula, Mississippi, 39567, United States
 
ZIP Code
39567
 
Solicitation Number
NFFN7300842918
 
Response Due
7/7/2008
 
Archive Date
7/22/2008
 
Point of Contact
Gayla Fornea, Phone: 2287624591
 
E-Mail Address
Gayla.D.Fornea@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisiiton Regulation (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Services (NMFS), Mississippi Laboratories located in Pascagoula, MS to proivde one commercial skimmer trawl vessel, 55 feet in length or larger, and crew to conduct comparative testing of trutle excluder device(TED) equipped large skimmer trawls. This constitutes the only Request for Quote (RFQ), written quotes are being requested, and a written RFQ will not be issued. DOC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not 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, 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. This notice is hereby issued as RFQ NFFN7300842918. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. The line item(s) shall be provided in accordance with the work statement below. The prices shall be all-inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006), 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006), 52.212-4 Contract Terms and Conditions (Feb 2007), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jun 2007) (Sections 5, 15, 16, 33). FAR clauses are available on the Internet Website http://arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acqisition by reference: 1352.201-70 Contracting Officer's Authority (Mar 2000), 1352.211-70 Statement of Work/Specifications (Mar 2000), 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar 2000) {The Government will award a purchase order resulting from this request to the responsible firm whose quotation conforming to the request results in the best value ot the Government, price and other technical factors considered. The following factors will be used to evaluate quotes: Technical capability to provide the specified vessel and crew (vessel must display one of the following to indicate it has passed a USCG safety examination or inspection - (a) current Commercial Fishing Vessel Safety Examination decal issued within the last 2 years that certifies compliance with regulations found in 33 CFR Chapter 1 and 46 CFR Chapter 1; (b) certificate of compliance issued pursuant to 46 CFR 28.710; or (c) valid certificate of inspection pursuant to 46 U.S.C. 3311), past performance (experience fishing with skimmer trawls), and price.} Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/NMFS, ATTN: Gayla Fornea, 705 Convent Avenue, Pascagoula, MS 39567. Offers must be received on or before 3:00 pm CDT, Monday July 7, 2008. Offers may be faxed to 228-769-9200, ATTN: Gayla Fornea or submitted via email to Gayla.D.Fornea@noaa.gov. Quotes submitted in response to this notice should include the following: 1. Information and documentation that demonstrates the offeror's capability to provide the services described in the Work Statement. 2. Proof that vessel has passed a current USCG Safety Inspection 3. Completed price schedule for all line items in this notice. 4. FAR Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (completed). 5. Dun and Bradstreet Number 6. Certificate of regristration in CCR. This is a firm fixed price request for quote. PERFORMANCE WORK STATEMENT: SCOPE: The Contractor shall provide a trawl vessel with the equipment identified elsewhere in this document; captain and crew; fuel; food and berthing accommodations equal to that of the crew for up to two NOAA Fisheries gear specialists; and all other material necessary to complete the work identified below. DESCRIPTION OF WORK: Skimmer trawl vessels boats shall be outfitted with a single trawl on both the port and starboard sides of the vessel. Comparative testing of these trawls shall be conducted by sewing the experimental TED into one trawl and leaving the other naked (control). To prevent side and/or trawl bias, the TED shall be switched every other night from one side to the other. Latitude, longitude, depth, and boat speed shall be recorded at the start and finish of each successful tow. A tow is defined as successful if the gear works properly and the trawl is hauled in perfect condition. Tows with TED blockages shall be defined as successful tows since blockage is part of normal fishing conditions that may effect catch retention with a TED installed. Total catch and shrimp weight for the port and starboard nets shall be recorded. A select basket of catch from each side shall be examined for further analysis. A standard basket used by commercial fishermen weighs approximately 32 kg when full of catch. Weights and counts shall be collected for brown shrimp (Penaeus aztecus), white shrimp (Penaeus setiferus), and pink shrimp (Penaeus duorarum) from the sample basket. The rest of the sub-sample shall be separated into categories and weighed (i.e. other finfish, non-shrimp crustaceans, other non-crustacean invertebrates, and debris). In addition to sampling the catch, NOAA Fisheries staff may install camera equipment at various locations throughout the trawl to documents gear performance and fish behavior. This will require crew assistance and designated work areas on the vessel. PERIOD OF PERFORMANCE AND SCHEDULING: The Contractor shall provide the 8 charter days between July 15, 2008 and October 31, 2008. The Contractor shall notify NOAA Fisheries staff regarding availability based on target catch availability and weather. Once notified, NOAA Fisheries gear specialists will travel to the vessel and meet with the captain to go over gear testing protocols, load equipment, document vessel and trawl parameters and install a prototype TED into one trawl. When weather permits, the Contractor shall depart for the fishing grounds. Once the vessel arrives on the fishing grounds, the captain shall begin towing under a 55 minute tow time limit and shall continue around the clock until a 12 hour fishing day is complete and return to port after each work day if feasible. A minimum of four (4) successful tows must be completed during each contract day. A successful tow is defined as a trouble-free tow with a minimum total catch of 32 kg per net Catches for each trawl must remain separate until sampling is complete. A NOAA fisheries staff member will notify the captain when sampling is completed and will sample each tow and record fishery-specific data on target and non-target species from each trawl. The Contractor and NOAA Fisheries staff shall continue to conduct trips during this time period until all contract days are completed. VESSEL REQUIREMENTS: 1. Skimmer trawl fishing vessel 55 ft in length or larger capable of towing two skimmer trawls that are less than 20 feet wide. 2. Vessel engine power sufficient to tow two skimmer trawls that are 20 feet wide or greater a minimum of 2.5 kts 3. Sufficient space to accommodate up to two NOAA Fisheries staff in a dry indoor area that can be designated for camera equipment set up and break down. 4. The vessel shall also have the following: a. Two each skimmer trawls 20 feet wide or greater. b. Fathometer- for determining bottom depth. c. Radar d. GPS vessel positioning unit. e. Current U.S. Coast Guard Safety Inspection certification. CREW REQUIREMENTS: 1. Captain and crew experienced in deployment, retrieval and repair of skimmer trawls and TEDs. 2. Captain and crew experienced in the installation of TEDs and TED components. SCHEDULE OF PRICES: Provide pricing as follows: CLIN 1: Provide commercial skimmer trawl vessel, 55 feet in length or larger, and crew to conduct comparative testing of turtle excluder device (TED) equipped large skimmer trawls in accordance with requirement as described herein. - 8 DAYS AT $_______ PER DAY FOR A TOTAL COST OF $_________ VESSEL NAME: ________________ OWNER: ______________________ Dun and Bradstreet Number ________________ END OF NOTICE
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cec6da99a8a63e2d099116e21acb3de3&tab=core&_cview=1)
 
Place of Performance
Address: Performance will be conducted at fishing grounds of the Contractor's choice., United States
 
Record
SN01602691-W 20080629/080627215941-cec6da99a8a63e2d099116e21acb3de3 (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.