Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOURCES SOUGHT

V -- Longline Surveys Sablefish in Alaska

Notice Date
9/4/2012
 
Notice Type
Sources Sought
 
NAICS
532411 — Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NFFS7400-12-03412
 
Archive Date
9/29/2012
 
Point of Contact
Mark Caban, Phone: 303-497-6875
 
E-Mail Address
mark.caban@noaa.gov
(mark.caban@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified business concerns capable of furnishing the National Marine Fisheries Service (NMFS) Alaska Fisheries Science Center (AFSC) with a longline vessel charter. The vessel must have a minimum length of 135ft, and minimum main engine continuous horsepower of 1,000 needed to perform research surveys of sablefish in the Gulf of Alaska, the upper continental slope and selected gullies of the eastern Bering Sea and Aleutian Islands. Capable of a cruising speed of 10 knots. Completely rigged and ready to fish longline gear. Must have a clear, flush area of at least 400sq ft for sampling. Vessel must have an endurance capability for operation and fishing for a minimum of 25 consecutive days. Contractor must provide a crew of at least: Captain, cook, engineer, six fishermen, and five to seven catch processors. Contractor must provide at least two trained biologists to conduct standard survey data collection operations. Vessel must also accommodate two Government scientists. The Government makes no payment to the Contractor. The Contractor is responsible for providing specified equipment in a quality and value relative to the value of the total catch for each year. Period of performance is from May through August of each of the years 2013, 2014, 2015, and 2016. The North American Industry Classification Code (NAICS) is 532411 with a size standard of $7M. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. All interested parties must respond to this announcement by Friday, September 14, 2012. Documentation to support the contractor’s capability, education and experience must be in writing and include the contractor’s name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, etc.; and a brief narrative regarding its capability to provide the services as described above. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 5:00 PM local Boulder, CO (MT), September 14, 2012. Email Address: mark.caban@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFS7400-12-03412/listing.html)
 
Place of Performance
Address: Gulf of Alaska, the Eastern Bering Sea and Aleutian Islands., United States
 
Record
SN02866969-W 20120906/120905000855-d07e2ebb2a7287208b0c5342b8702e6b (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.