SOLICITATION NOTICE
V -- VESSEL CHARTER - BIENNIAL BOTTOM TRAWL SURVEY EBS - EASTERN BERING SEA - SLOPE
- Notice Date
- 12/20/2013
- 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
- AB133F-14-RQ-0090
- Archive Date
- 5/15/2014
- Point of Contact
- Leslie C. Markey, Phone: 206-526-4233, Crystina R Elkins, Phone: (206) 526-6036
- E-Mail Address
-
leslie.c.markey@noaa.gov, crystina.r.elkins@noaa.gov
(leslie.c.markey@noaa.gov, crystina.r.elkins@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center (AFSC), Resource Assessment and Conservation Engineering (RACE) Division located in Seattle, Washington has a requirement for chartering one (1) vessel to conduct biennial bottom trawl surveys of Alaskan Groundfish in the Gulf of Alaska, Aleutian Islands and Continental Slope of the Eastern Bering Sea (EBS). One (1) commercial stern trawler with experienced crew is needed to assist in stock assessment bottom trawl surveys of groundfish in the Gulf of Alaska (2015) and in the Aleutian Islands and on the upper continental slope of the Eastern Bering Sea (2014 and 2016). This vessel will need to be completely rigged for trawling with a stern ramp and gallows or gantry, two net reels each with capacity for one standard, four-seam Poly'NorEastern bottom trawl, and be equipped with modern navigation, fish-finding, and communications electronics. The Alaska Fisheries Science Center RACE Division will provide the trawls, bridles, and trawl doors. The survey areas comprise stations at depths that range 10 up to 1,200 m (6-660 fm) requiring the vessel to have split trawl winches with a minimum of 1,463 m (800 fm) of 2.53 cm- (1 in-) diameter steel core trawl cable in good condition and available for fishing on each drum (not total capacity) BUT A PREFERENCE FOR A VESSEL HAVING 1,830 M (1,000 FM) of 2.53 cm- (1 in-) diameter steel core trawl cable or more available for fishing on each drum (not total capacity) to ensure complete coverage of the deeper sites in the study areas. An experienced skipper and a four-member fishing crew will be needed to operate the vessel and the fishing gear, while a team of six scientists will direct survey operations. The Gulf of Alaska survey spans up to 75 days and will be conducted from mid-May to late July where approximately 280 tows will be conducted by each of the three vessels involved in the survey. On alternate years, one vessel will conduct a trawl survey off the Aleutian Islands that span up to 70 days, completing approximately 210 tows for each of the vessel involved, from early June to early August. The vessel will conduct the upper continental slope survey of the Eastern Bering Sea, completing approximately 200 tows as part of the survey, also from early June to early August. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform the requirements of the solicitation. The MINIMUM vessel general requirements for this charter consist of the following: •Minimum overall length (LOA) of 36.5 m (120 feet) and the vessel shall have been actively used for commercial trawling or research where trawl gear was used in the past 12 months. •Minimum continuous horsepower (HP) output from main engine of 1000 HP. •Vessel must be able to tow the standard survey trawl, a 27.4/36.5 m 90/120 ft) Poly Nor'Eastern trawl with rubber bobbin roller gear at a continuous speed of 5.6 km/hr (3 kts) under weather conditions considered safe and typical for survey sampling. •Vessel must be able to maintain a minimum cruising speed of 16.8m (9 nm/hour) in low sea states. •Vessel must have fuel holding capacity for approximately 50 days of continuous fishing operations. Vessel must be completely rigged for trawling including a stern ramp and gallows or gantry; minimum of two net reels with capacity for one standard Poly'NorEastern bottom trawl equipped with roller gear. An aft location of the two net reels that keeps the trawl alley open is preferred. •Split trawl winches with a MINIMUM OF 1,463 M (800 FM) OF 2.53 CM- (1 IN-) DIAMETER STEEL CORE TRAWL CABLE in good condition and free of signs of excessive wear (frayed, burrs, broken strands, corrosion) and AVAILABLE FOR FISHING ON EACH DRUM. Vessels with 1,830 m (1,000 fm) trawl cable available for fishing on each drum (not total capacity) are preferred. •An auto-trawl system with the capability of adjustable winch brakes and measurement of trawl wire deployed. This auto-trawl system must be annually certified by factory inspectors to be operating as designed and maintained in usable condition throughout the duration of each survey. •Trawl cable must lead directly from the winches to the gallows trawl blocks. •A deck area clear of obstructions of at least 55.7 m2 (600 square feet) for sampling equipment, including a 1.5 X 3.0-m (5 X 10 feet) sampling table and one 0.6 m X 1.2 m (2 X 4 feet) platform scale table for working on catches and obtaining biological data. The work area should allow the sampling table to be positioned so that all four sides of the table can be used to conduct work, there is easy access to the rail or scuppers to discard catch, and there is access to deck bins described before. Deck space should also include a 1.2 X 1.2 m (4 X 4 ft.) area for anchoring a holding tank with raw seawater supplies for keeping fish alive pending tagging. On deck work area(s) should be clear of running gear, equipment, vertical obstructions (e.g., hatch coamings) and stowage. •Protected (sheltered from wind) and lighted areas on back deck with a combined area of at least 27.9 m2 (300 sq.ft.) where a minimum of two additional work tables can be set up for collection of weights and other biological data from specimens retained from the catch using electronic scales. •Electric power (110/115 V.A.C.) outlets (minimum of two) near on-deck work area. This may be a temporary installation, if necessary, but must be safe to use. •Seawater deck hose for cleaning sorting table and sampling gear and for supplying fish holding tanks. On/off switch should be readily available from the working deck. Easy access to fresh water either on deck or from the deckhouse shall also be made available. •A minimum of two deck bins, measuring at least 1.8 X 1.8 X 0.6 m (6 X 6 X 2 ft.) to contain large catches for catch sub-sampling (splitting). Bin boards must be in good condition; easy placement and removal is essential. Extra bin boards shall be available to replace any broken during use. •A hydraulic crane with the capability to extend out 3 m (10 feet) past the side of the vessel and lifting winches for handling fishing gear, sampling gear, and catches weighing as much as 5.4 metric tons (6 tons) under dynamic load conditions. The crane must be rated (static) at least a minimum of 4.5 metric tons (10,000 lb. or 5 tons) capable of raising or lowering the codend anywhere along the centerline of the working deck and easily reach sampling tables described above. •Dry storage area(s) of at least 56.6 m3 (2900 cu ft.) in the hold for fishing gear and accessories. •Dry storage area of at least 5.4 m3 (190 cu ft.) in the main house for holding scientific supplies. •A minimum of 4.2 m3 (150 cu ft.) of freezer storage 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. •A suitable dedicated dry counter work space at least 0.6 X 1.2 m (2 X 4 ft.) with adjacent 110/115 volt power outlets on the bridge for installation of Government-supplied personal computers, printer, GPS and trawl mensuration electronics. •Access to and use of a suitable chart table. •Two 1-inch diameter through-bulkhead access holes to the outside from bridge for the passage of GPS and hydrophone cables to Government computers and trawl mensuration units on the bridge. •An office with a desk area (exclusive of galley and accessible at all times) at least 0.6 X 1.2 m (2 X 4 ft.) with adjacent 110/115 volt power outlets for data management and analysis. •Clean and sanitary accommodations for crew and scientific field party (maximum of 6 scientists) which may include both male and female scientists. •Potable fresh water supply adequate for vessel and personal use (including showers and laundry) for 11 people for at least 25 days. •Clean mattresses with clean fitted covers for the scientific field party. •A minimum of one head and one shower shall be available to the scientific field party. •Workspaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. •Washer and dryer for personal laundry. •A skiff or rigid hulled inflatable boat (RHIB) measuring at least 4.3 m (14 ft.) LOA with an outboard motor (minimum 15 hp). •Vessel should be ballasted to maintain sea-kindliness during the charter. Provide a safe and stable portable gangway for use in boarding and debarking vessel while in port. •A minimum crew consisting of a Captain, lead-fisher, engineer-fisher, general-fisher, and cook or cook-fisher. A comprehensive list of actual requirements (including electronics and communication requirements, crew and operating procedures) will be included in the Statement of Work within the solicitation package document. The proposed contract action is set aside for small business concerns. The NAICS code for this procurement is 483114 and the business size standard for this requirement is 500 employees. Any vendor desiring to be considered for award must be registered in the System for Award Management (SAM) using this NAICS code. Any resulting contract will be awarded as a firm-fixed price type contract. Solicitation documents will be made available for download ON OR ABOUT JANUARY 27, 2014 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 Request for Quote (RFQ) becomes available for download as well as all postings of information associated with this solicitation thereafter. Each potential offeror 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 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 should be sent in writing to the Contract Specialist, Leslie C. Markey at Leslie.C.Markey@noaa.gov or via fax at (206)526-6025. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: www.sam.gov. In order to register with the SAM 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://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (866) 969-8491. This procurement also requires offerors to complete the electronic representations and certifications at the SAM website. Vendors must also register and file reports on their veteran employees with the U.S. Department of Labor at: http://www.dol.gov/vets/vets-100.html (End of Document)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-14-RQ-0090/listing.html)
- Place of Performance
- Address: BERING SEA, SEATTLE, Washington, 98115, United States
- Zip Code: 98115
- Zip Code: 98115
- Record
- SN03256072-W 20131222/131220235113-955bfb1373932b6de50d08fced51612a (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 |