Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2013 FBO #4411
SOLICITATION NOTICE

V -- VESSEL CHARTER FOR VARIOUS PROJECTS INCLUDING TRAWL SURVEYS PREDOMINATELY IN EASTERN GULF OF ALASKA AND WITHIN INSIDE WATERS OF SE ALASKA

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
AB-133F-14-RQ-0057
 
Archive Date
5/1/2014
 
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
Total Small Business
 
Description
The National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS) Alaska Fisheries Science Center (AFSC) is tasked with conducting scientific research on fish stocks, fish habitats, and the chemistry of marine environments. Information from this research is widely used by commercial interests such as fishing industries, and governmental agencies involved in managing natural resources. This research relies upon marine survey data on commercially marketable species such as rockfish, sablefish, and salmon, and on non-marketable and/or protected species such as eel grass, plankton, Steller sea lions, and harbor seals which is then turned into information products essential to fishing industries, state and federal regulators, and international treaty bodies. Thus, the AFSC has a requirement for a chartered vessel to conduct marine research in the Eastern Gulf of Alaska, which was formerly conducted by the NOAA Ship John N. Cobb. The purpose of this requirement is to provide continuity to important missions of NOAA Fisheries, Alaska Fisheries Science Center previously supported by the COBB through acquiring a chartered vessel to conduct these surveys. The principal mission requirements along with key research themes include: 1. Surface/mid-water trawling: research on young of the year sablefish, rockfish, and salmonid recruitment and its association with climate and biophysical parameters; seasonal assessments of forage fish life-history, abundance, and predator-prey relationships. 2. Oceanography: collection of biophysical data for recruitment studies and for development of ecosystem indicators; research on survival and early life history (egg and larvae) of rockfish and sablefish. 3. Marine mammal observations: support for marine mammal surveys which includes small boat operations, acoustic work, and animal tracking. 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 continuous horsepower output from main engine (s) of 1000 HP • Minimum overall length (LOA) of 45.7 m (150 ft.) and the vessel shall have been actively used for commercial trawling or research where trawl gear was used in the past 12 months • Vessel must be able to tow two standard survey trawls, a Nordic 264 rope trawl fished with 3-meter steel alloy doors and a set of two 70-m (230') long bridles for each door, and associated gear hardware and headrope floats, and a Cantrawl model 400/580 hexagonal mesh trawl fished with 5-meter steel alloy doors and a set of three 110-m long bridles for each door, and associated gear hardware and headrope floats: both at a continuous speed of 3 - 5 knots under weather conditions considered safe and typical for survey sampling • Able to maintain a minimum cruising speed of 16.8 km/hour (9 nm/hour) in low sea states • Fuel capacity for 20 days of continuous fishing operations • Completely rigged for trawling including: stern ramp and gallows or gantry, net reel system with capacity for the nets described above, split trawl winches with a minimum of 1,000 m (547 fm) of 1.58 cm (5/8 in) diameter wire or steel core trawl cable in good condition, auto-trawl system with the capability of adjustable winch brakes and measurement of trawl wire deployed • Seawater deck hose for cleaning sorting table and sampling gear • A minimum of 2.8 m3 (100 cu ft.) of freezer storage exclusive of space for ship's stores for stowing scientific samples and supplies • Electric power (110/115 V.A.C.) outlet near on-deck work area • Clean and sanitary accommodations for crew and scientific field party (maximum of six (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 at least 20 days • A minimum of one head and one shower • A skiff or rigid hulled inflatable boat measuring at least 4.3 m (14 ft.) LOA with an outboard motor (minimum 15 hp) • Permission for the Government to install a flow-through thermosalinograph (TSG) to measure near-surface ocean temperature and salinity from the vessel while underway and on station A comprehensive list of requirements 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 30, 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, Crystina Elkins at Crystina.R.Elkins@noaa.gov or via fax at (206)527-3916. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-14-RQ-0057/listing.html)
 
Record
SN03256471-W 20131222/131220235650-9e2ef89e4dea15e53e4564ace606c5e2 (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.