Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOLICITATION NOTICE

19 -- Charter Vessel for U.S. West Coast Survey

Notice Date
3/1/2012
 
Notice Type
Presolicitation
 
NAICS
483114 — Coastal and Great Lakes 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
AB-133F-RP-12-0039
 
Archive Date
4/1/2012
 
Point of Contact
LINDA M GRUBER, Phone: 206-526-6386, Stephanie M Garnett, Phone: 253 526 6384
 
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
Total Small Business
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA Marine Fisheries Service (NMFS), Northwest Fisheries Science Center (NWFSC) is seeking a contractor to provide a charter vessel (including crew) for approximately 75 days per performance year from August through October. NWFSC intends to conduct a bottom trawl survey of the groundfish resources of the continental shelf and slope of the United States West Coast region. Charters will begin and end in Newport, Oregon, with survey operations proceeding from north to south. This will be a one year contract with one option year, for two years total. Each charter period will be broken into five cruise legs of eight to ten days each with a three-day port call between legs for refueling, re-provisioning, personnel changes, and landing the catch. REQUIREMENT: The Contractor shall furnish the necessary vessel, personnel, equipment, and services to perform the statement of work. Vessel Requirements: V1. Vessel shall be at least 65 feet and no more than 109 feet in registered length, seaworthy and suitable for trawling operations as described. V2. Vessel's main engine shall be rated at a minimum continuous horsepower of 450 to 1200 horsepower. V3. Vessel shall be capable of towing the experimental gear at a minimum speed of 2.8 knots at a fishing depth of 700 fathoms. V4. The vessel shall be capable of maintaining a minimum cruising speed of 8 knots in low sea states. V5. The vessel shall allow for thru-hull cabling for acoustic transducers and hull-mounted sensors that will be installed in dry dock. At the end of the charter period, transducers will be removed and the perforation will be doubly secured. V6. The vessel shall be completely rigged for stern trawling, including the following: a. Stern ramp or roller and gallows or gantry; b. Two powered net reels each capable of accommodating a commercial-scale bottom trawl together with its footrope and rigging; c. Outfitted with split trawl winches with a minimum capacity of 1250 fathoms of NMFS-supplied 5/8" diameter steel core wire on each drum. Winches shall have the ability to tow cable length for trawling at depths up to 700 fathoms (1225 fathoms scope) and feature a heaving rate such that they are capable of recovering the trawl and doors from a fishing depth of 500 fathoms (1000 fathoms scope) within 30 minutes, or 33 fathoms per minute; d. Have trawl cable runs that progress directly from the winches to the towing blocks. V7. Vessel shall be equipped with a hydraulic crane or boom and lifting gear for dumping catches and handling fishing gear and experimental equipment. V8. Vessel shall have a clear open space on the working-deck of: 15' x 10' for location of an NWFSC-supplied, modular, three-table sorting and sampling area, and an additional 6'x6'x6' area shall be available for the storage of sampling baskets with easy access to the sorting and sampling work area. V9. Vessel shall provide space for four large storage totes (4'x4'x4' each) on the back deck, and ability to secure them while being accessible. Vessel shall provide dry storage (3'x3'x3') space for additional rigging and hardware. Vessel shall also provide a dry storage area of at least 400 cubic feet for storage of scientific supplies, accessible while at sea. V10. Vessel shall provide an area with minimum measurements of 10'x15'x3' (reasonable 450 cubic feet equivalent) trawl alley with bin boards to contain large catches for catch sub-sampling (splitting). V11. Vessel shall provide a seawater deck-hose for cleaning the sorting table, deck and sampling gear, and a freshwater hose accessible on deck for cleaning instruments. V12. Vessel shall be equipped with two auxiliary electrical generators. V13. Vessel shall have a dedicated hydraulic motor with a minimum of 100 horsepower and 50 gallon capacity, along with a backup method of retrieving set gear. V14. Vessel shall have two radars with a minimum coverage of 36 miles. Vessel shall have a minimum of two VHF radios suitable for contact with shore stations and shall carry a hand-held VHF radio for use in emergencies. Vessel shall have a functional single side band radio. V15. Vessel shall have two depth sounders with a minimum coverage requirement to 700 fathoms on soft bottoms. Sounder shall be appropriately grounded for scientific crew to pull data; minimum of 2kW; one sounder will be in the range of 18-50kHz. V16. Vessel shall have a minimum of two GPS units. V17. Vessel shall have at a minimum the ability to arc weld. Vessel shall have torches and appropriate gas for cutting steel. Vessel shall have 4" and 7" grinders with steel cutoff wheels on board. V18. Vessel shall provide adequate space for mounting several sensors and antennae on the forward gantry. A welder will be provided by NMFS during mobilization if adequate mounting points are not available. V19. Vessel shall have corded and cordless drills available with a full range of serviceable bits available (1/16" to ½"). Vessel shall have a circular saw and jig saw with serviceable blades. V20. Vessel shall have a minimum of two navigational plotters. V21. All vessel electronics shall be properly grounded to eliminate interference with the NOAA-supplied gyrocompass and auxiliary electronics. V22. Vessel shall be able to provide life-raft capacity for all personnel aboard. V23. Vessel shall have a crab block or a method for deploying and retrieving 200 pound oceanographic sensor package over the side of the vessel. Retrieval shall be a 1 meter per second requirement. V24. Vessel shall provide a means of securing survey sorting and sampling tables directly to the deck. V25. Vessel shall be ballasted to maintain sea-kindliness during the charter. V26. Vessel shall have a function anchor capable of holding vessel fast in a minimum of 30 fathoms of water under moderate sea states, with a method of retrieving anchor from 30 fathoms of water in a minimum of 15 minutes. Accommodations Requirements: Vessel shall have clean and sanitary living conditions and adequate berthing accommodations for the vessel crew and three scientists, one or more of whom may be female. Provide clean mattresses and fitted covers. Adequate space (at least one drawer or closet per occupant) shall be provided for stowage of scientific staff's clothing and personal effects. Workspaces shall be adequately ventilated and free from excessive engine noise and hydrocarbon fumes. Smoking shall be prohibited in all interior spaces occupied or utilized by the Scientific Field Party. Smoking on deck shall be in designated smoking areas only. Engine room compartment shall be closed to the living quarters and galley to minimize hydrocarbon fume permeation and excessive noise. One head and a functional shower shall be available for use by the scientific party, for which doors shall be fitted with an operational lock or latch to ensure the user's privacy. Vessel shall furnish soap, toilet paper, and paper towels for the number of personnel and duration of the charter(s). A suitable desk, table, counter or other work surface approximately 4' x 3' shall be available within the vessel's bridge where the scientific staff can set up the trawl instrumentation receiver, its display unit, gyrocompass, portable computer, and an external computational storage facility for logging trawl performance data and catch data. A stable source of 110V, 60 cycle AC power shall be available nearby as well as a convenient and accessible storage space for tools, notebooks, sampling forms, and other frequently needed equipment and supplies. A floor-mounted chair shall be supplied in the wheelhouse for the chief scientist's use during survey operations. A suitable desk, table, counter, or other work surface area approximately 2'x2' either in the wheelhouse or galley shall be available to permanently accommodate laptop computers and battery charging. A stable source of 110 V, 60 cycle AC power shall be available nearby. A suitable desk, table, counter, or other work surface area in or near the galley shall be made available for scientific crew to review catch data with a laptop computer. A clean, dry, and appropriately protected space approximately 2'x4' with access to 110 V, 60 cycle AC power and convenient to the working deck shall be provided for charging the trawl instruments. A dry area approximately 3'x4'x6' with a stable source of 110 V, 60 cycle AC nearby for the location of 1 to 3 small NMFS-supplied freezers to preserve specimens shall be provided. Provide an avenue for power, network, GPS and telephone cables to be run from the wheelhouse to the mounting station above the wheelhouse. Safety and Permit requirements: Vessel shall have a life sling mounted on the pilot house. In accordance with OSHA requirements, the vessel shall be equipped with a railing with a working height (from deck boards to top of the rail) of no less than 40 inches. Vessels with a working rail height exceeding 48 inches will be required to provide an overboard chute or other means to discard fish overboard. The working rail runs from the trawl winches to the towing blocks at the aft end of the vessel. The back deck of the vessel shall be set up so there is unobstructed access to the rail, or overboard chute, to dump fish. Vessel shall provide a ladder or stairs with a cargo or safety net underneath to protect staff while embarking/disembarking, as well as transfer of equipment to and from the vessel. Vessel shall provide access to its 12 and 24 volt DC power systems, with a full breaker from each panel devoted to NMFS scientific equipment. Vessel shall have all electrical connections and wiring in appropriate junction boxes and cable runs. Vessel and crew shall have all permits and licenses required to sell fish in all ports entered during the charter in Washington and Oregon. Vessels owned and operated within the United States Exclusive Economic Zone (EEZ) shall be equipped with USCG approved visual distress signals. Vessel shall have means for making suitable visual distress signals during the day and night. Vessel shall be approved by the United States Coast Guard and have a current placard displayed which allows the vessel to exceed 200 miles from land. Crew Requirements: Minimum crew requirements are Captain (and secondary captain available), engineer-fisherman, and a cook-fisherman. Captain shall have a minimum of five (5) years of trawl fishing experience as master of a comparable-sized trawler in Pacific-coast waters. Engineer-fisherman shall have a minimum of three (3) years' experience in trawl fishing and in rigging, repairing and operating bottom trawls, and trained in execution of all shipboard mechanical and electrical functions. Cook-fisherman shall have a minimum of one (1) years' experience in trawl fishing and in repairing bottom trawl gear. One additional personnel is permitted to perform night watches, with a minimum of one (1) year of experience in trawl fishing and repairing bottom trawl gear and trained in execution of most shipboard mechanical and electrical systems. Vessel shall have a minimum of three deckhands available for use during the charter (though only two are onboard at a time). At least one crew member shall have a valid and current first aid and CPR training certificate. Operating Procedures: Contractor shall provide three (3) nutritionally balanced meals and available snacks each charter day. Meal times will be coordinated with the Chief Scientist to accommodate both the need to complete sampling work and the time required to prepare meals by the cook. Contractor shall have food available to scientific staff while in port, as well as free access to the vessel while in port. The Field Party Chief, in consultation with the Captain, will determine workday length and hours. A minimum of one emergency drill per cruise leg shall be conducted during the charter period. The vessel crew shall operate all powered deck equipment and perform all operations connected with shooting and heaving the gear, dumping the catch, repairing and maintaining the gear and rigging. Vessel crew will remove all "gilled" fish from the trawl net following each haul. Crew will assist the scientific staff in attaching and disconnecting trawl instruments and sorting the catch. Fishing gear will be rigged and operated in accordance with the Government-supplied operations manual and the instructions of the Field Party Chief. Contractor shall maintain the hull, engine, and other ship's equipment except for that provided by NMFS. The Government will provide fuel for the charter, through mandatory GSA fuel vendors. Contractor will be responsible for securing ice on the vessel for preserving marketable fish. The contractor shall arrange for and secure all food items for the charter. Contractor shall be responsible for all vessel-related gear needs, including supplies normally needed for routine maintenance, and for any vessel-related gear lost during the course of the charter. The Contractor shall provide Coast Guard-approved survival suits for all members of the crew. Contractor will be responsible for cleaning and bundling nets at the end of the charter. All fish and shellfish taken in the trawl remain the property of the Government except that which have commercial value and are not required for scientific purposes, at the discretion of the Chief Scientist. Such retained catch that is not returned to the sea will be sold at the next port call in Washington and Oregon. No other portion of the catch may be retained for sale, consumption on board or ashore, or for any other purpose. The vessel, captain and crew shall possess all State and Federal licenses and permits required to legally land and sell groundfish in Washington and Oregon. Contractor shall comply with waste management regulations described in Section V of MARPOL. The vessel is required to have a storage facility to retain all refuse until it can be disposed of properly onshore or incinerated, so that it is not discarded at sea. The possession or use of intoxicating liquor and/or illegal drugs by any person aboard the vessel is not permitted. The contractor shall comply with all requirements of 46 CFR Part 16 for chemical tests for dangerous drugs and alcohol. Contractor is responsible for providing adequate insurance coverage for the survey deployment. The Government will provide: survival suits for all scientific personnel; bedding, towels, foul weather gear and other personal items; winch drum spool expander as needed; all trawls, codends, footropes, trawl rigging, trawl doors, rigging hardware, spare twine and netting; all scientific sampling equipment and supplies including trawl instrumentation system and computers required for logging trawl performance data and catch data; first-aid kit. The Government anticipates a Firm Fixed Price type contract with a base year and one option year. The North American Industry Classification Code (NAICS) is 483114 with a size standard of 500 Employees. Solicitation is 100% Small Business Set-Aside. Any vendor desiring to be considered for award must be registered in CCR and ORCA using this NAICS code. Solicitation documents will be made available for download on or about 03/15/2012 at http://www.fbo.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 proposer 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.fbo.gov/. The estimated response due date is 04/15/2012; however, the actual date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Linda Gruber at Linda.M.Gruber@noaa.gov or via fax at (206)527-0209. 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 offerors 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 offerors 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/AB-133F-RP-12-0039/listing.html)
 
Place of Performance
Address: Newport, Oregon and U.S. West Coast, United States
 
Record
SN02687329-W 20120303/120301235633-352f5d99c5cafaba121864e3106bd3dd (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.