Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2010 FBO #2986
SOLICITATION NOTICE

V -- Prince William Sound Vessel Charter for USFWS Population Estimates of Marine Birds and Sea Otters

Notice Date
1/25/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Contracting and General Services 1011 East Tudor RoadMail Stop 171 Anchorage AK 99503
 
ZIP Code
99503
 
Solicitation Number
70181AQ036
 
Response Due
2/9/2010
 
Archive Date
1/25/2011
 
Point of Contact
Christie VandenDries Contract Specialist 9077863415 christie_vandendries@fws.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
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-A-Q036 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 05-38) 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 7 to 11 days beginning 8:00am March 2, 2010 and ending 8:00am March 13, 2010 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 Prince William Sound, Alaska. Chartered vessel will board and disembark scientists and supplies in Whittier, Alaska. The vessel will provide transportation and support for 9 people working in response to the USFWS' Population Estimates of Marine Birds and Sea Otters project. Bids from dual boats (ie one boat for fuel/gear and another for personnel) will be accepted as long as vessel specifications are met.Base Bid Item One: $__________ Lump Sum 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 SCOPE OF WORK AND EQUIPMENT REQUIREMENTS:Provide seaworthy vessel for 7 to 11 days between March 2, 2010 and March 13, 2010. 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 specified project activities. Area of operation will be the waters in Prince William Sound, Alaska. Chartered vessel will board and disembark scientists and supplies in Whittier, Alaska. The vessel will provide transportation and support for 9 people working in response to the USFWS' Population Estimates of Marine Birds and Sea Otters project. Project objectives include:1. Monitoring marine bird and sea otter populations2. Estimating abundances of marine birds and sea otters in Prince William Sound during July 2007.3. Comparing these estimates with the 1990-2005 estimates to ascertain trends in marine bird and sea otter abundance.4. Examining the relative abundance of species groups over time. 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 three (3) 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 three (3) years of experience operating watercraft of the size being offered in the following geographic region of Alaska: Prince William Sound. 4. The vessel shall be made available for inspection by USFWS within 30 days after bid submission and prior to contract award. Vessel shall be made available for inspection in one of the following ports: Whittier, Valdez, Cordova, Seward, or Homer, Alaska. 5. Vessel must meet U.S. Coast Guard standards for either an "oceanographic" or "research vessel" for safe operations at sea in the geographic area of Prince William Sound, 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: D1452.228-70LIABILITY 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 fifty (50) 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 10 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 Captain. 12. Vessel shall be equipped 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 by USFWS for their personnel. 13. The contract vessel must be capable of allowing safe and convenient moorage of three 25-foot Boston Whalers along side each night. 14. When the crew is not required for the vessel operations, as determined by the vessel master, the crew will assist USFWS personnel with loading and off loading gear, supplies and skiffs, pumping fuel into USFWS vessels, and maintenance of government-owned equipment. 15. Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel and the skiffs. USFWS will provide fuel, oil, and other consumables for the Boston Whalers. 16. 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. 17. 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. 18. Vessel shall carry enough fuel, potable water (approximately 125 gal/day), and food sufficient for up to 10 days at sea without a port call. All port calls must be prearranged with USFWS Project Leader before contract begins. 19. Contractor shall be able to carry at least 1,500 gallons of unleaded gasoline in either 55 gallon barrels or tanks for the USFWS vessels. A total of 1,500 gallons of unleaded gasoline will be needed during the 10-day charter. Additional fuel may be taken on in Cordova, Whittier or Valdez as needed during the charter. It is, however, required that USFWS work not be interrupted for refueling purposes in port as work will be concentrated in southwest PWS. USFWS prefers that the fuel be stored in tanks due to better security on deck, easier pumping and also less possibility of water or rust contamination and leaks. Contractor is responsible for providing the tank/barrels. Fuel containers must be clean and rust-free, and an electric fuel pump with fuel filter must be provided for the pumping system. Contractor must be able to safely pump fuel to the Boston Whalers each day. Contractor will be responsible for fueling in Whittier before leaving for surveys. 20. The crew shall consist of a minimum of 3 people, including: a licensed vessel mater, engineer/deckhand, and cook. GENERAL GUIDELINES1. 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. ACCOMMODATIONS1. Vessel must have at least nine (9) bunks with mattresses and bedding available for USFWS personnel and additional bunks for required crew members. Accommodations of dual bid boats can be split between the two boats. Bunks shall be a minimum of 73 inches in length and 24 inches wide and, if stacked, there will be a minimum space of 24 inches between upper and lower bunks. 2. Vessel shall be clean and provide quality living conditions. This includes being free from continuous noise levels greater than 80 db in the living and work areas and from undesirable and noxious odors. 3. 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 9 USFWS personnel and vessel's crew members. Berthing spaces, heads, sinks, and showers will be thoroughly cleaned daily by a vessel crew member. 4. Vessel shall have a minimum of 100 cubic feet of dry gear storage space for personal belongings of 9 USFWS personnel. 5. 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 9 people. Drying area must be large enough to hang these items away from walls. 6. Vessel shall have a flat, dry space available for setup and operation of a laptop computer. 7. Vessel shall have 110-volt AC electricity to recharge computers and radios. 8. Vessel shall be capable of providing hot water showers for each USFWS person every two days. 9. Berthing area(s) shall be separate from the galley, wheelhouse, and deck areas and shall be heated and have adequate ventilation. MEALS1. Two hot meals (breakfast & dinner), and one cold meal (lunch) per day for 9 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 10 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 Whittier, Alaska, March 2, 2010, at 8:00am. USFWS personnel will meet the vessel at the port for boarding and loading of equipment. PROVISIONS AND CLAUSES:The following FAR provisions apply to this acquisition:52.212-01, Instructions to Offerors-Commercial52.212-02, Evaluation-Commercial Items. The specific criteria to be used for evaluation, listed in declining importance, 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 rebatesAll other evaluation factors other than price, when combined, are significantly less important than price. 52.212-03, Offeror Representations and Certifications-Commercial ItemsOfferors must supply a completed copy of this provision when responding to this solicitation.52.212-04, Contract Terms and Conditions-Commercial Items52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items52.219-06, 52.219-28, 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-1; 52.225-3 Alt 1; 52.225-13; 52.232-33, 52.247-64, 52.222-41, 52.222-42, 1452.215-71, 1452.233-2, 1452.228-72 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, via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is February 9, 2010 at 1:00pm: US Fish and Wildlife ServiceContracting and General Services1011 East Tudor Rd, MS 171Anchorage, AK 99503Ph: (907) 786-3415Fax: (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
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/70181AQ036/listing.html)
 
Place of Performance
Address: Prince William SoundWhittier, AK
Zip Code: 99693
 
Record
SN02048675-W 20100127/100125234247-0bb95759a459650de07c400e4bf1910f (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.