Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2011 FBO #3666
SOURCES SOUGHT

19 -- NOAA/NMFS Vessel Charter, Hawaiian Islands,

Notice Date
12/6/2011
 
Notice Type
Sources Sought
 
NAICS
483112 — Deep Sea Passenger Transportation
 
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-12-RP-0028
 
Point of Contact
LINDA M GRUBER, Phone: 206-526-6386, Stephanie M Garnett, Phone: 206-526-5384
 
E-Mail Address
LINDA.M.GRUBER@NOAA.GOV, stephanie.m.garnett@noaa.gov
(LINDA.M.GRUBER@NOAA.GOV, stephanie.m.garnett@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought request for information. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA Marine Fisheries Service (NMFS), Protected Species Division is seeking a contractor to provide a charter vessel (including crew) for up to 76 days. The vessel will transport scientists to sites within the Papahānaumokuākea Marine National Monument (PMNM). The operations will begin and end in Honolulu, Hawaii. The majority of the work will be conducted in the main Hawaiian Islands or in the Northwestern Hawaiian Islands, within the PNMN. Port calls at Midway Atoll. Furthest work site is expected to be Kure Atoll. The contractor will be required to provide a vessel that can support protected species field camp deployment and recovery and marine debris recovery operations. Field camp support includes transporting personnel, supplies and scientific materials to remote locations and transferring them on and off the island via small boat. It may be required to transport monk seals between islands. Marine debris recovery includes locating and removing derelict fishing gear and other marine debris; requiring extensive diving, snorkeling and free-diving operations from small boats launched from a larger research vessel platform and requires storage and transport of the debris onboard the vessel until it can be transferred ashore for proper disposal. Additional ancillary scientific activities may be conducted in conjunction with these activities in a manner not to interfere with the vessel's primary mission. REQUIREMENT: The Contractor shall furnish the necessary vessel, personnel, equipment, and services to perform the statement of work. Vessel Requirements: V1. Vessel operator/owner shall have a permit to allow operations within the PMNM. The Contracting Vessel may be required to undergo a U.S. Customs and Immigration inspection in the event that port calls were made outside of the U.S. Customs boundary, including Midway Island. V2. A USCG District 14 Certificate of Inspection valid during the period of the charter. V3. Minimum overall length of 120 feet. V4. Minimum cruising speed of 8 knots in sea state 6 (sustained winds of 21 - 26 knots with 9-12 foot seas). V5. Sufficient fuel capacity and reserves to accommodate 30 days of continuous operations. Fuel consumption estimates can be based on 50% time transiting between locations and 50% time on-station with all housekeeping, deck, electrical and other necessary services available. V6. Sufficient endurance to depart Honolulu, conduct a minimum of 30 days' operations at sites as far away as Kure Atoll, and safely return to Honolulu. V7. The vessel shall have: a. Minimum of two (2) electrical power outlets (120 VAC, 60Hz) near on-deck work areas; b. Seawater and freshwater deck hoses for rinsing SCUBA equipment and processing scientific samples on a daily basis with on/off switch or tap readily available from the working deck; c. Minimum one compressed air hose new on-deck work area, capable of 125 psi; d. Capability of being rigged for marine debris removal operations including operational winches, blocks, gantries, etc., necessary for craning and hauling of marine debris, supplies and equipment aboard and around the deck, and associated gear (lines, bins, etc.) necessary to store and secure recovered marine debris on/below deck; e. Ability to carry, launch, and recover five (5) 17.5 ft boats plus attached twin 30-Horsepower outboard motors, approximately (1) ton each (provided by Govt); f. Deck storage area of at least 800 sq ft for the five small boats, motors, scientific gear and accessories, with a minimum continuous space of at least 160 sq feet if storage area is separated into sections; g. Sufficient deck space for at least two (2) 20-foot steel open-top shipping containers (20 ft long by 9 ft wide and 8.5 ft high) or equivalent deck and/or hold capacity for storage of marine debris; h. 300 sq ft for palletized storage of Government-provided equipment with access while underway or on-station (pallets approx 4x4x4 ft); i. 35 sq ft continuous or near continuous deck space dedicated to staging Govt SCUBA and support equipment; j. Minimum covered working area of 100 sq ft on deck, either permanent or temporary fixture; k. Minimum dry storage area of 300 cu ft in interior for holding scientific equipment, electronics and other items, continuous or separated into sections; l. Minimum of 12 cu ft freezer storage, exclusive of that required for ship's stores; m. Minimum 12 sq ft dry counter work area with adjacent electrical outlets (120 VAC, 60 Hz) suitable for placing Govt computers, printers, and other electronic equipment and performing office-type duties. n. A skiff or inflatable boat at least 16.5 feet LOA with minimum 40hp outboard motor, rated for a minimum of 880 lbs total carrying capacity; must be stored away from the work area but be readily and easily deployed for routine and/or emergency situations. o. Safely store a minimum of 700 gallons of unleaded gasoline fuel to refuel Government provided small boats and resupply field camps. p. A location to secure a Hazmat cabinet 4 ft wide by 3 ft deep by 6 feet tall, provided by the Government for the storage of chemicals used in scientific operations. q. Be ballasted to maintain sea-kindliness during the charter. r. A storage facility with or without a trash compactor to retain all refuse so that it is not disposed of within the PMNM. To minimize transits outside PMNM boundaries to discharge waste water, vessel shall have sufficient holding capacity to store and/or treat waste water. s. Minimum of one anchor and sufficient ground tackle to safely and securely anchor the vessel. t. Be provisioned with appropriate first-aid and medical supplies and at least one Automated External Defibrillator (AED) unit. V8. Vessel shall be equipped with a hydraulic knuckle crane: a. Crane capable of at least five (5) tons safe working load (SWL), b. Able to crane-haul aboard eight (8) tons of marine debris within a 24 hour period, c. Crane must have a minimum SWL of three (3) tons when extended to a point alongside the vessel where offload of small boats, supplies, and marine debris will most commonly occur, d. Configured so that crane operator can maintain direct visual contact with small boats during offload/backload operations. Accommodations Requirements: Clean and sanitary berthing accommodations and steward services for a minimum of fourteen (14) male and female Government personnel is required. Government and Contractor personnel may share berthing arrangements, but must allow for separate rooms for male and female personnel. Berthing area shall contain at least one drawer or closet per occupant, lighting, ventilation, emergency exit, and be separated from machinery or fuel tanks. Minimum capacity of 40,000 gallons of potable fresh water is required, including for showers and laundry, for the duration of the charter. Provide clean linens including mattresses, clean fitted sheets, pillows and towels for Govt personnel. Minimum of two heads and two freshwater showers available to Government personnel, with soap, toilet paper, and paper towels for the number of personnel and duration of the charter. Workspaces, berthing, and galley spaces adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. Working washer and dryer for Government personnel use with sufficient laundry detergent for the duration of the charter. The contractor shall provide all Government personnel three (3) nutritionally balanced meals and two (2) snacks served daily. Fresh food, hot entrees, fruits, and vegetables shall be a regular part of the meal service. Meal portions shall be sufficient to accommodate the needs of field personnel engaged in vigorous physical activity throughout the day. The contractor shall make available drinking water and non-alcoholic beverages at all times. Meal times shall be coordinated with the Chief Scientist to accommodate the need to complete operations and the time required for the steward to prepare meals. At the discretion of the Chief Scientist, packaged meals and refreshments shall be provided for Government personnel and crew conducting operations away from the vessel. The Chief Scientist will notify the steward one day prior to needing packaged meals. Special dietary requirements of Government personnel will be provided to the vessel's Captain at least seven days prior to charter departure (e.g. food allergies, vegan, etc.). Meal service shall begin one hour before departure, extend throughout the charter, and end two hours after arrival to final port. Meal service shall include in-port days unless notified by the Chief Scientist. Electronic/Communication Equipment Requirements: Vessel shall be equipped with appropriate modern electronic navigational and communication equipment, including but not limited to: minimum of two (2) VHF radios, one of which shall be fixed mounted in the bridge; two additional VHF radios are required for each contractor-provided skiff; minimum of two (2) long-range communication devices; minimum of two (2) GPS units in proper working order at all times during the charter; minimum of two (2) radar units suitable for marine vessels with a minimum range of 24 nautical miles; primary and backup depth sounder to facilitate navigation and operations requiring information about depth of water beneath the vessel, in units that match those on nautical charts; electronic navigation/charting system with GPA NMEA input or similar, and a back-up navigation system; Vessel Monitoring System (VMS) in compliance with PMNM regulations; capacity to receive up-to-date weather information; nautical paper charts in largest scale available of the operational and transit area; minimum of one (1) plotter (flatbed or CRT) capable of plotting input from GPS. Crew Requirements: C1. Minimum crew requirements are Captain, engineer, two deckhands, and a dedicated cook/steward for the duration of each charter, and skilled individuals capable of crane operations and line handling for launch and recovery of small boats and cargo. C2. Captain appropriately licensed by the USCG for gross tonnage of the vessel for each charter; experienced in launching and recovering small boats, approaching islands, navigating unmarked channels, operating in the near-shore environment of the Northwestern Hawaiian Islands. C3. Crew adequate to effect safe operation of the vessel and provide appropriate watch standing schedules. A competent watch stander on the bridge is required during all operations. C4. The Captain is responsible for all matters relating to safety of personnel, the vessel, and equipment operation. The Captain will adhere at all times to Federal Navigation Regulations (33 CFR), COMDTINST M16672.2D, Navigation Rules (International - Inland), the International Regulations for Preventing Collisions at Sea, 1972 (72 COLREGS), and the Inland Navigation Rules. The contractor shall adhere to the safety requirements set forth in 46 CFR Part 28 and/or as required by application of appropriate regulation. C5. The contractor shall provide USCG approved and appropriately sized life jackets and life rafts for all personnel on board including Government and contract personnel. The contractor shall provide USCG approved immersion suits for all contract personnel. The Government will supply immersion suits for the Government personnel. C6. The contractor shall provide appropriate first aid and small boat emergency supplies for the contractor-supplied small boat(s) when conducting operations away from the vessel. The Government will provide emergency supplies and equipment for the Government-supplied small boats when conducting operations away from the vessel. The Government anticipates a Firm Fixed Price type contract. The Period of performance is estimated to be for a fixed number of days between 6/7/2012 and 9/17/2012. The North American Industry Classification Code (NAICS) is 483112 with a size standard of 500 Employees. Please provide the following information: 1) A statement that you believe that your firm has the capability to meet all these requirements and perform these services. 2) Your firm's DUNS number and CAGE code; 3) Your firm's SBA certified small business concern status. Specifically identify if your firm is HUBZone-certified, Service Disabled Veteran Owned, or SBA 8(a) program certified; 4) A brief description of your firm's recent past experience (within past 3 years) performing relevant similar services. All information received in response to this notice shall be treated as Business Sensitive or confidential to the responder, exempt from public release under the Freedom of Information Act. All information shall be provided free of charge to the Government. This notice is NOT a request for proposal. The purpose of this announcement is to gather information from the market place and any responses received will not be considered an Offer by the responding party and cannot be accepted by the Government to form a binding contract. No telephone inquires will be accepted and requests for solicitation packages will not be granted, as no solicitation has been prepared at this time. When to Submit: Responses are requested by 2PM Pacific Standard Time, Wednesday, December 21, 2011. Where to Submit: Responses: Linda.M.Gruber@noaa.gov Notice Regarding Solicitation: Please note that this synopsis is for information purposes and to identify potential sources. This notice does not constitute an Invitation for Bid or Request for Proposal, and is not to be construed as a commitment by the Government of any kind. The Government will not pay for any effort expended or any material provided in response to this announcement or any follow up information requests, nor will the Government return any data provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-12-RP-0028/listing.html)
 
Place of Performance
Address: Northwestern Hawaiian Islands, United States, United States
 
Record
SN02633964-W 20111208/111206234104-d3c419167084770d07ed24a5bae6dac0 (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.