Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2010 FBO #2982
SOURCES SOUGHT

V -- Vessel charter services for the NOOSS - Schedule&SOW

Notice Date
1/21/2010
 
Notice Type
Sources Sought
 
NAICS
483111 — Deep Sea Freight Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NDBCMARINEVESSELSERVICES
 
Archive Date
2/23/2010
 
Point of Contact
JEANETTE SPREEMANN,
 
E-Mail Address
jeanette.spreemann@noaa.gov
(jeanette.spreemann@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Schedule&SOW Information is being requested to determine the availability of qualified and experienced sources to providing marine vessel charter services for the National Oceanic and Atmospheric Administration's National Data Buoy Center (NDBC), located at John C. Stennis Space Center, Mississippi. This information will be used to determine availability of sources as well as to determine if any of the separate requirements should be set aside for participation by small business concerns. This is not a solicitation and it is not to be construed in any way as commitment by the Government, nor will the Government pay for the information submitted in response to this sources sought. NDBC has four separate requirements for marine vessel charter services: 1. Servicing of the Weather & Ocean Observations (WxOP) type buoys. 2. Servicing of the Tropical Atmosphere Ocean Array (TAO) type buoys. 3. Servicing of the Deep-Ocean Assessment and Reporting of Tsunamis (DART) type buoys. 4. Non-scheduled maintenance for any of the buoy systems. Attached to this notice is the proposed Schedule, containing Contract Line Items (CLINs) covering the requirements, as well as the Statement of Work. The attachment provides minimum requirements for vessels servicing each of the buoy networks, as well as information regarding the maintenance program and location of the buoys. In order to assess your interest and ability to perform the requirements, please respond to the questions below. Provide information on vessels owned or leased that would be available to perform any of the requirements, including salient vessel characteristics to demonstrate the vessel meets minimum requirements, and port locations. Also provide information regarding your organization's experience in providing similar vessel services as those described in the Statement of Work. 1. What vessel/s in your fleet are capable of meeting the requirements for scheduled maintenance of the Weather and Ocean Observations (WxOP) program in accordance with Sections 3.1 and 3.2.1 of the Statement of Work and Attachment #1? (see CLINs A0101 and A0102) 2. What vessel/s in your fleet are capable of meeting the requirements for scheduled maintenance of the Tropical Atmosphere Ocean Array (TAO) program in accordance with Sections 3.1 and 3.2.2 of the Statement of Work and Attachment #1? (see CLINs B0101 and B0102) 3. What vessel/s in your fleet are capable of meeting the requirements for scheduled maintenance of the Deep-Ocean Assessment and Reporting of Tsunamis (DART) program in accordance with Sections 3.1 and 3.2.3 of the Statement of Work and Attachment #1? (see CLINs C0100 and C0102) 4. What vessel/s in your fleet under125 feet in length are capable of meeting the requirements for non-scheduled maintenance in accordance with Section 3.1 of the Statement of Work and Attachment #1? (see CLIN D0101) 5. What vessel/s in your fleet between 125 and 200 feet in length are capable of meeting the requirements for non-scheduled maintenance in accordance with section 3.1 of the Statement of Work and Attachment #1? (see CLIN D0102) 6. What vessel/s in your fleet over 200 feet in length are capable of meeting the requirements for non-scheduled maintenance in accordance with Section 3.1 of the Statement of Work and Attachment #1? (see CLIN D0103) 7. Please indicate business size for the NAICS 483111/$28M: Large______ Small_______ In addition to answering the above questions your response shall include the following information and can be submitted in your own format: Size of company, i.e., 8(a), WOSB, SB, Veteran, all others, number of employees, revenue for the past 3 years, relevant past performance on same/similar work dating back 3 years and your company's capability to perform the type of work. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition as specified in the attached Schedule&SOW. Standard company brochures will not be reviewed. Submissions are not to exceed twenty (20) standard size typewritten pages. Also, please indicate if your company can be a prime contractor for this effort or, if not, whether your company can be a subcontractor. Responses should be submitted electronically to jeanette.spreemann@noaa.gov by 2:00 PM, Central time, February 8, 2010. Again, this is not a request for a proposal. Respondents will not be notified of the results. Please note the information within this sources sought may be updated and/or may change prior to an official synopsis/solicitation, if any.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NDBCMARINEVESSELSERVICES/listing.html)
 
Place of Performance
Address: National Data Buoy Center, Stennis Space Center, Mississippi, 39529, United States
Zip Code: 39529
 
Record
SN02046073-W 20100123/100121234511-8ec666505110a91f9bafd2047abebf49 (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.