MODIFICATION
19 -- West Coast Vessel Charter to Perform Mid-Water and Near Surface Pelagic Trawl
- Notice Date
- 1/8/2010
- Notice Type
- Modification/Amendment
- 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, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133F-10-SS-0199
- Archive Date
- 3/31/2010
- Point of Contact
- Kate R. Steff, Phone: 2065266370
- E-Mail Address
-
kate.r.steff@noaa.gov
(kate.r.steff@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Marine Fisheries Service, Northwest Fisheries Science Center in Seattle, WA and Southwest Fisheries Science Center in La Jolla, CA have a requirement for a vessel to conduct a charter for mid-water to near surface pelagic trawls to continue the study of Sardines, juvenile Rockfish and juvenile Salmon along the West Coast of the United States, ranging from Port Angeles, WA through San Diego, CA, ultimately ending in Newport, OR. The objective of this requirement is to: continue to deliver (1) annual estimates of Sardines, juvenile Rockfish and Salmon biomass and population size and (2) biological, habitat and oceanographic data along the West Coast of the United States. Project performance is determined by the successful completion of each charter necessary for generation of up-to-date estimates of biomass, abundance, distribution, and population structure of Sardines, juvenile Rockfish and Salmon populations to stock assessment scientists for inclusion in the annual stock assessment analyses and ecosystem forecast model efforts. The survey period consists of a base charter of 98 days beginning on or about March 26 through late June of each contract period with the potential of up to an additional 14 optional charter days immediately following the main charter in late June through mid-July. Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform these services. The contractor will be required to provide a vessel which can accommodate a scientific party of up to six (6). The resulting contract will have a base survey period beginning on or about May 26, 2010 lasting up to 88 days for the first leg, and then an addition 10 day survey between early to mid September. There is a possible additional 14 days to be scheduled after the initial 88 days that would be from late June through mid-July. There is (1) option period for the resulting contract. Minimum overall vessel length required is 115 feet (35 meters). Minimum continuous horsepower output from main engine, 650hp. Minimum cruising speed of 15 km/hr (8 kts) in low sea states and 7.5 km/hr (4 kts) under normally expected fishing conditions. Government will provide all scientific and sampling equipment, but vessel shall be able to tow standard hake trawl gear at a continuous speed of 7.5 km/hr (4 kts). Government will provide actual surface trawl gear and doors. Vessel shall completely rigged for mid-water trawling and have a system for monitoring the headrope depths in real-time. The proposed procurement will be acquired under full and open competition. The NAICS code for this procurement is 532411 and the size standard is $7.0M. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about January 25, 2010 at http://www.fedbizopps.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential bidder is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov/. The estimated response due date is February 18, 2010; however, the actual date offers are due will be stated within the solicitation documents. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Kate Steff at KateR.Steff@noaa.gov or via fax at (206)527-6490. All vendors doing business with the Government are required to 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 bidders must also 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 procurement also requires bidders to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-10-SS-0199/listing.html)
- Place of Performance
- Address: West Coast of the United States, Pacific Ocean Coastal Waters, Port Angeles, Washington, 98632, United States
- Zip Code: 98632
- Zip Code: 98632
- Record
- SN02038095-W 20100110/100108234951-b23c558ca369ee81f71b638c1122d511 (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 |