Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2013 FBO #4114
SOURCES SOUGHT

W -- ROV AND SUPPORT VESSEL TO CONDUCT ASSESSMENT OF PRIMNOA THICKET HABITAT IN THE GULF OF ALASKA

Notice Date
2/26/2013
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
NFFS7400-13-01138
 
Archive Date
3/27/2013
 
Point of Contact
Crystina R Elkins, Phone: (206) 526-6036
 
E-Mail Address
crystina.r.elkins@noaa.gov
(crystina.r.elkins@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION ONLY. Respondents are invited to provide comments on the content of this request to ensure that, in the event the Government chooses to issue a formal solicitation, every effort will have been made to adequately address the scientific and technical challenges described below. As such, responses to this request must be available for unrestricted public distribution. Neither proprietary nor classified concepts or information should be included in the responses. The following regulatory guidance applies to this Request for Information (RFI): FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of determining the availability and demographic of vendors available to provide a remote underwater vehicle, operator and support vessel to conduct an assessment of Primnoa thicket habitat in the Gulf of Alaska during July and August of 2013. (End of provision) BACKGROUND: The National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratory (ABL), Ted Stevens Marine Research Institute (TSMRI) in Juneau, Alaska has a requirement conduct research which will examine the biology and ecology of red tree corals (Primnoa pacifica), the most important group of corals in the Gulf of Alaska (GOA). The objective of this requirement will be to: 1. Identify areas of high abundance of red tree corals in the Gulf of Alaska and examine the associated habitat, 2. Determine the fine-scale (within 10 m) use of red tree coral habitats by fish and crab, 3. Estimate the recovery rates from disturbance and sustainable impact rates for thickets in the Gulf of Alaska, 4. Determine the connectivity of populations of Primnoa using micro-satellite genetic techniques. DESCRIPTION and TECHNICAL REQUIREMENTS: Respondents are asked to provide information which addresses the vendor's ability to meet the requirements listed below: A. The ability to provide a Remotely Operated Vehicle (ROV) with the following capabilities: 1. Capability of conducting strip transect methodology under the following conditions: a. Depths from 100 m to 100 m b. Currents of up to 1.5 knots 2. Ability to conduct a minimum of four (4) three-hour drives per 24-hour period and single dives through the full 24-hour period. 3. Equipped with a 5- or 7-function manipulator arm that can be used to collect and store samples during all operations, including at maximum depths and current. 4. Have a working payload of 175 pounds for deployment of settlement plates at two sites. 5. Have a TrackPoint II tracking system (or other tracking system with equivalent accuracy) used to continuously track the vehicle's position during underwater operations. Data files must be made available to the Science team at the end of the cruise. 6. Have adequate positional control to travel down pre-specified transects at speeds < 1 knot with intermittent stops to collect samples. This must be able to be accomplished under workable ocean conditions (low sea states < 8 ft) during sample collection and video transects. 7. Have at least one, but preferably two, high-definition color cameras that can be mounted high on the front of the ROV with pan, tilt, and zoom functions. The high-definition camera(s) will be dedicated to the use of the Science team during all ROV operations. 8. Provision to mount a stereo camera system to the ROV with the view directed forward along the path of the strip transects. 9. Provision to mount a collection array (approximately 100 cm X 30 cm X 30 cm) for storing biological and geological samples. 10. Provision to mount a 150 m bar with paired lasers at a position where the lasers can be viewed in the primary downward looking camera and used to determine strip transect width. 11. Provision to provide a contingency plan which includes system redundancies (e.g. spare equipment and parts) in the case of equipment failure or malfunction. B. The ability to provide a support vessel for ROV operations with the following capabilities: 1. Vessel must have ability to support 24 hour ROV operations for the duration of the cruise. 2. The vessel must have dynamic positioning capability. 3. Vessel must be able to maintain a minimum cruising speed of 16.8 km/hr (9 nm/hr) in ordinary sea states. 4. Vessel must have fuel capacity for 20 days of continuous operations. 5. Electric power (220 V.A.C.) outlet near on-deck work area is required for the electric winch provided by the Government. This may be a temporary installation, if necessary, but must be safe to use. 6. Provision to mount electric winch to the vessel deck (~4.5 ft2 footprint) and provision to use an A-frame or the vessel crane to mount a small block for the wire to run through. 7. Dry storage area of at least 5.4 m3 (190 cu ft) in the main house for holding scientific supplies 8. A minimum of 4.2 m3 (150 cu ft) of -20 degree C freezer storage space exclusive of space for ship's stores for stowing scientific samples and supplies. Freezer space must be reasonably and safely accessible from the deck and must be available at all times to the scientific party. 9. Dry, heated and well ventilated laboratory space (150 ft2) for processing samples and video analysis. 10. Clean and sanitary accommodations for crew and scientific field party (maximum of 10 scientists) which will include both male and female scientists. Stateroom and berthing arrangements must allow for separate rooms for male and female scientists. Bunk areas shall contain at least one drawer or closet per occupant for storage of clothing and personal gear. 11. Potable fresh water supply adequate for vessel and personal use (including showers and laundry) for 16 people for at least 20 days. If a water-maker is not available, then a minimum of 22.7 kl (6,000 gal) is required. 12. Workspaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. 13. ELECTRONIC and COMMUNICATION EQUIPMENT REQUIREMENTS a. Radios: i. VHF-- a minimum of two sets. ii. Two single side-band units with at least one being synthesized in the 2-18 MHZ range. iii. A system for switching to backup power (e.g., battery) for radio operation in the event of interruption of the normal power supply. b. Plotter (flatbed and/or CRT) with capability of plotting input from GPS. c. GPS (Global Positioning System) with a minimum of two units with at least six channel, sequential capability to track satellites. d. Radar--2 units with a minimum range of 77.2 km (48 miles) e. Depth sounders: i. Color scope unit with minimum range of 1,100 m (600 fm) and operating in the 38-50 kHz range. ii. Back-up unit, with a recording unit with equivalent ranges as above SUBMISSION OF DOCUMENTATION: 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. Interested firms should submit in writing, (1) its name, address, a point of contact, telephone number, Data Universal Numbering System (DUNS) number, and a brief narrative regarding its capability to provide the services as described above; (2) provide at least 3 examples of current and/or recently completed projects of the same or similar type of service described above. Include projects within the past 3-5 years, a brief description of the project, customer name, customer contact point and telephone number, timeliness of performance, customer satisfaction, and dollar value of the project; (3) State if your company is a Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business and provide proof of Small Business Administration (SBA) HubZone certification; (4) Indicate whether your firm will submit a proposal for this project, if this project is set-aside for HubZone Small Business,or Service-Disabled Veteran-Owned Small Business; (5) Indicate all applicable personnel and sub-contractors proposed to work on the contract. Firms submitting responses shall provide information that proves you can meet the qualification criteria listed above. The capabilities will be evaluated solely for the purpose of determining if a Set-Aside is appropriate. The Government must ensure there is adequate competition among the potential pool of firms which can operate in the areas of consideration as specified above. Detailed information must be submitted by email to Crystina Elkins at Crystina.R.Elkins@noaa.gov by Monday, March 12, 2013 at 3:30 pm, local Pacific Standard Time, Seattle, Washington. Questions of any nature may be addressed in writing to Crystina Elkins at the email address noted above. NO TELEPHONE INQUIRIES WILL BE HONORED. Submissions should not exceed 10MB or the NOAA email system may reject the message as being too large. DISCLAIMER: This RFI is issued solely for information gathering purposes and does not constitute a formal solicitation for proposals. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. Respondents are advised that NOAA is under no obligation to provide feedback to respondents with respect to any information submitted under this RFI. Response to this RFI is strictly voluntary and is not required for participation in any future potential solicitation(s) on this topic. All costs associated with a response to the subject RFI are at the contractor's own expense. Submissions may be reviewed by the Government, including NOAA and partner Federal Agencies and their immediate contractor staff.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFS7400-13-01138/listing.html)
 
Place of Performance
Address: GULF OF ALASKA, United States
 
Record
SN02995810-W 20130228/130226234049-182715f89b94af5430458f9f59b8b482 (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.