SOLICITATION NOTICE
V -- Vessel Support for BotCam Operations in the Main Hawaiian Islands
- Notice Date
- 3/24/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 483112
— Deep Sea 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
- WE-133F-14-RQ-0227
- Archive Date
- 4/11/2014
- Point of Contact
- STEPHANIE M. GARNETT, Phone: (808) 725-5356
- E-Mail Address
-
STEPHANIE.M.GARNETT@NOAA.GOV
(STEPHANIE.M.GARNETT@NOAA.GOV)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Pacific Islands Fisheries Science Center (PIFSC), located in Honolulu, HI intends to issue a firm-fixed-price purchase order for vessel and charter services to conduct bottomfish camera (BotCam) operations in the main Hawaiian Islands. The BotCam (stationary stereo-video camera platform) is a baited, tethered underwater instrument package designed to hover above the ocean floor acquiring digital stereo-video and oceanographic data (temperature, depth, and currents). BotCam missions are designed to collect data on Hawai‘i's Deep-7 bottomfish communities (snapper, grouper) as well as mesophotic coral reef fishes. BotCam is a no-take method of monitoring these systems out of diver depths and/or without the presence of divers. BotCam's are deployed in sets of 3 units, each for a 30-minute interval and collect data while hovering at 3-5 meters above the bottom to maximize species encounters and photographic clarity. BotCams are temporarily anchored to the seafloor by means of recoverable ~300lb steal anchors. BotCams are tethered to the surface by means on 1200 ft of line and 2 3ft diameter surface floats. The BotCam's normal-operational depth is less than 400m. BotCam weighs ~500 lbs and must be launched and recovered using a hydraulic pinch-puller and A-frame. Purpose: PIFSC Fish Biology and Stock Assessment Branch (FBSAB) will be conducting BotCam missions around the main Hawaiian islands in April 2014, concentrating primarily in the Molokai-Maui-Lanai-Kahoalawe island complex. The BotCam allows PIFSC FBSAB to extend monitoring efforts into depths outside the reach of divers creating a more informed view of the ecosystem around the islands. The BotCam will serve as one of four technologies being evaluated as part of an integrated methods comparison and calibration study. Missions will be scheduled at up to 15 days in duration, which will allow PIFSC FBSAB to evaluate the BotCam technology and to collect data for analysis purposes. Operations will be conducted from the island of Maui and will depart and return daily from a local harbor. These day trips will be scheduled for up to 12 hours dependent on weather and operating conditions. Due to the BotCam's deployment and retrieval requirements, there are vessel requirements to perform BotCam operations. These requirements are listed below. Since the BotCam cannot be operated with a small boat and the use of a NOAA vessel would not be feasible, a chartered vessel is needed to perform the operations. Requirements: The following requirements are needed to perform BotCam operations: 1. Vessel shall be available for operations April 5-19, 2014, including 1 transit day before and after operations and one non-operational day during the operational period, for a total of 14 operation days. Operations will be conducted from the island of Maui and will depart and return daily from a local harbor. These day trips will be scheduled for up to 12 hours dependent on weather and operating conditions. 2. Additional single or multiple-day missions within various regions of the Main Hawaiian Islands will be scheduled during the period of performance based on program needs and vessel availability. 3. Vessel shall have a large back deck (>150 sq ft) to hold a minimum of 3 BotCam units (BotCam is 3ft long, 2ft tall, 2ft wide) and associated equipment (3 55-gallon drums) and allow operators to work on all sides. Each BotCam has a 4 ft bait arm. 4. Vessel shall have A-frame or crane large enough to lift BotCam off the deck and over the side/rail/transom (BotCam weighs 500 lbs). 5. Vessel shall have hydraulic pinch-puller to retrieve BotCam (BotCam weighs 500 lbs). 6. Vessel shall have an air conditioned interior space with AC electrical outlets large enough to setup laptops, large electronic tote, and up to 4 people. 7. Vessel shall be able to safely transit to any of the Main Hawaiian Islands. 8. Vessel shall be able to travel at 15 knots or greater. 9. Vessel shall have back deck/fantail low to the water line for easy deployment and recovery. 10. Vessel shall have back deck/fantail steering station to facilitate vessel maneuvering during BotCam deployment/recovery. 11. Vessel shall have the capability to berth 4 government scientific support personnel overnight. 12. Vessel shall have a >14 sq. ft of scientific work space to allow scientists to work on electronics and upload data. 13. Vessel shall have twin screws to facilitate vessel maneuvering during BotCam deployment/recovery. 14. Vessel shall have differential GPS, depth sounder, enclosed head, potable water, refrigerator and freezer. 15. Vessel shall be US Coast Guard certified for at least 10 persons (passengers and crew). 16. Operations will involve scientific staff from the University of Hawaii and/or the Research Corporation of the University of Hawaii. Vessel shall have a current letter of concurrence from the University of Hawaii Marine Center stating that the vessel is in compliance with the University National Oceanographic Laboratory System (UNOLS) standards for chartering NON-UNOLS vessels. 17. Captain shall have experience deploying and recovering scientific equipment using the proposed vessel. 18. For vessel safety purposes, the vessel must have been used within the past month, with regular maintenance performed. At a minimum, a vessel overhaul must have been performed within the past year. Dates of Availability: April 5-19, 2014 as well as 5 additional days to-be-determined in accordance with existing vessel schedule to occur between April 19th and August 31, 2014 for the same vessel operations. The 5 additional days shall be priced separately from the base requirement on the Standard Form 18. To be considered, firms must furnish detailed information concerning their capability to provide the required services. Such information shall include (at a minimum): company name, telephone number, address, DUNS number, email address, Standard Form 18, a price proposal and a technical proposal demonstrating the firm's capability to meet the specified requirements. This service is being procured following the guidlines of Federal Acquisition Regulation (FAR) Part 12, Commercial Item Procedures as supplementedsupplemented with the additional information included in this notice and in accorance with the simplified acquisition procedures as specified in FAR Part 13. This notice constitues the entire solicitation and a paper copy will not be issued. Submissions received in response to this notice will be evaluated based on the firm's demonstrated technical capability to successfully provide the required services as stated herein. All questions pertaining to this requirement shall be submitted in writing to the attention of Contract Specialist, Stephanie Garnett via email at Stephanie.M.Garnett@noaa.gov. The quoter must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2013), with its quote. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (SEPT 2013), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2015) applies to this acquisition. The following clauses under subparagraph (b) apply: (4), (8), (10), (14), (25), (28), (30), (31), (50). The following clauses under subparagraph (c) apply: (1), (2). The following clauses are also applicable to this acquisition: Department of Commerce Clauses: 1352.201-70, 1352.209-73, and 1352.209-74. The following additional terms and conditions apply: Representations by Corporations Regarding Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Class Deviation-March 2012), and Assurance by Corporations Regarding any Unpaid Delinquent Tax Liability or a Felony Conviction Under any Federal Law (Class Deviation-March 2012). Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. Quotes are required to be received in the contracting office no later than 2:00 p.m. Hawaii-Aleutian Standard Time (HAST) on March 27, 2013. All quotes must be emailed to the attention of Stephanie.M.Garnett, Contracting Officer at: stephanie.m.garnett@noaa.gov. All vendors doing business with the Government are required to be registed in the System for Award Management (SAM) database prior to award of a purchase order. Vendors may register with SAM by calling 1 (866) 606-8220. In order to be eligible to receive an award from this acquisition office, offerors must 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/companylookup.htm.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/WE-133F-14-RQ-0227/listing.html)
- Place of Performance
- Address: Main Hawaiian Islands, United States
- Record
- SN03317932-W 20140326/140324234100-1fff02b120088ad45bdeb42d98ba3b9f (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 |