Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
SOLICITATION NOTICE

V -- VESSEL CHARTER IN PRINCE WILLIAM SOUND - ABL-15133 RFQ

Notice Date
3/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Science Center, 166 Water Street, Woods Hole, Massachusetts, 02543-1026
 
ZIP Code
02543-1026
 
Solicitation Number
ABL-15133
 
Archive Date
4/25/2015
 
Point of Contact
Heather M Mahle, Phone: 9077896021
 
E-Mail Address
heather.mahle@noaa.gov
(heather.mahle@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SUBMISSION OF QUOTES This is a combined synopsis/solicitation for services in which the government intends to award an order in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratories in Juneau, Alaska has a requirement for one chartered vessel for transportation support to survey sites and shuttling survey crew to and from the shore for 11 days in the survey location. Additionally, the contractor will provide food and berthing for a scientific field party of 8 (minimum 6), and general support logistics for research operations. Three well balanced meals and snacks will be provided by the contractor. Note that sack meals (i.e. lunches) to be consumed on the beach by the workers may be required when work coincides during those meal times. Work generally will be conducted during a 12-hour working day. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, fuel and services necessary to perform the requirements of the solicitation. The vessel general requirements for this charter consist of the following: •1. The vessel is to be a safe and stable platform for the workers to base the surveys out of. It needs to have the ability to be self-contained for at least 14 days without the need to resupply fuel, food, or water. •2. Minimum vessel length is 58'. •3. The vessel is required to have a motorized shore skiff/inflatable which the boat crew will use to shuttle the shore party to and from the beach. The shore skiff must be large enough to accommodate a minimum of 4 passengers but be able to land on beaches so passengers can disembark without wading over their knees. The vessel must have the ability to store the skiff on the vessel for transit. •4. The vessel will have a minimum speed of 8 knots. •5. The vessel will have a galley table to seat a minimum of 5 scientists but preferably 8 for meals. In addition there will be a table/desk that will be available for daily data entry with 110 volt outlets. •6. Dry storage area of at least 18 ft 3 in the main house for holding scientific supplies. •7. Dry area large enough for the scientists to dry their boots and rain gear nightly. •8. A minimum of 10 ft 3 of freezer storage exclusive of space for ship's stores for stowing scientific samples. •9. Potable fresh water supply adequate for vessel and personal use (including fresh water showers) for vessel crew and 8 scientists (minimum 6) for duration of the trip. •10. Clean and sanitary overnight accommodations for scientific crew of 8 (minimum of 6). Vessels with the capacity to berth a larger scientific crew will be rated higher. •11. Work spaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke. •12. In an effort to reduce marine debris pollution, the Captain shall comply with waste management regulations as described in Section V of MARPOL. The vessel shall be required to have a storage facility, with or without a trash compactor to retain all refuse (except food and paper materials) or a means to incinerate this refuse so that it is not disposed of at sea. Reference Clause H.14 - Control of Plastic Discharges. •13. 2 sets of VHF radios are required. •14. Radar with a minimum range of 39 km (24 miles). •15. A system for switching to battery power for radio operation in the event of interruption of the normal power supply. •16. Certificate of documentation is preferred. •17. Certificate of inspection (vessel safety examination decal or USCG letter of inspection). •18. 100% lifesaving equipment. •19. Category I 406 MHZ EPIRB (Emergency Position Indicating Radio Beacon) must be affixed to the exterior of the vessel in a manner approved by the U.S. Coast Guard. A comprehensive list of additional crew, captain and other requirements are be included in the Statement of Work within the solicitation package document. See attached statement of work for complete description of services. 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. 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 interested concerns must submit a quotation and documentation demonstrating the qualifications to provide services as described above by the due date listed in the solicitation. This announcement constitutes the only solicitation; quotations are being requested in this notice. All responses must be in writing and delivered to fax number (907)789-6004 attention to Heather Mahle or by email to Heather.Mahle@noaa.gov on indicated response date in the RFQ. This is a simplified acquisition with an estimated value of less than $150,000.00. 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. (End of Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSMA/ABL-15133/listing.html)
 
Place of Performance
Address: Alaska, United States
 
Record
SN03679585-W 20150328/150326234757-5bdb0b00cf32164cb0f0086e98746087 (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.