MODIFICATION
V -- Trawl Capable Fishing Vessel to Conduct West Coast Research Surveys
- Notice Date
- 3/31/2015
- Notice Type
- Modification/Amendment
- 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-15-RQ-0290
- Point of Contact
- Benjamin Wolk, Phone: 206-526-6328
- E-Mail Address
-
Benjamin.Wolk@noaa.gov
(Benjamin.Wolk@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Fish Ecology Division (FED) has a requirement for a trawl-capable fishing vessel to conduct up to sixteen (16) days of at-sea work with the potential for up to an additional four (4) charter days off the coasts of Washington, Oregon and California occurring between May 15, 2015 and March 31, 2016. All charters shall begin in Astoria, OR. This requirement also includes options for up to four (4) additional one-year periods following the base period. Each option period consists of up to twenty (20) charter days, all to occur between May 15 and March 31 of each option period. The fishing vessel will conduct mid-water to near-surface pelagic trawl survey of juvenile salmonids and associated fishes, neuston, plankton, and other biological and physical oceanographic measurements. The Government may supply the required trawl net, doors, and other scientific equipment needed under the resulting contract. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform the requirements of the solicitation. General vessel requirements for this charter consist of, but are not limited to, the following: 1.Minimum overall vessel length, approximately 20 m (125 ft). 2.Minimum continuous horsepower output from main engine, at least 650 hp. 3.Vessel must be able to tow standard hake trawl gear at a continuous speed of 7.5 km/hr (4 kts) under normally expected fishing conditions. However, the Government may provide the actual surface trawl gear and doors. 4.Vessel should be able to maintain a minimum cruising speed of at least 15 km/hr (8 kts) in low sea states. 5.Vessel should be completely rigged for surface or mid water trawling. 6.The minimum fishing crew shall consist of five (5) members, to include: a Captain, engineer-fisherman, cook-fisherman, lead fisherman, and deck hand. 7.The Captain shall have a minimum of five (5) years of trawl fishing experience as master of a comparable sized trawler. The engineer fisherman shall have a minimum of three (3) years' experience in trawl fishing. 8.Vessel shall have a minimum amount of space for five (5) Government personnel. A comprehensive list of actual requirements will be included in the Statement of Work within the solicitation package document. THE PROPOSED CONTRACT ACTION IS NOT SET ASIDE FOR ANY SMALL BUSINESS CONCERN AND ALL RESPONSIBLE VENDORS ARE ENCOURAGED TO RESPOND. 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 or a NAICS code with an equivalent size standard. 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. Any resulting contract will be awarded as a firm-fixed price type contract. Solicitation documents will be made available for download on or about April 10, 2015 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 Proposal (RFP) 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, Benjamin Wolk at Benjamin.Wolk@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-15-RQ-0290/listing.html)
- Record
- SN03684811-W 20150402/150331235716-2039f9c681eb8860e2bbd085f776edf0 (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 |