Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 18, 2017 FBO #5566
SOLICITATION NOTICE

19 -- Presolicitation Notice for Large Vessel Charter

Notice Date
2/16/2017
 
Notice Type
Presolicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F-17-RP-0018
 
Archive Date
6/1/2017
 
Point of Contact
Crystina R Jubie, Phone: (206) 526-6036, Benjamin A. Carlson, Phone: 2065266339
 
E-Mail Address
crystina.r.jubie@noaa.gov, ben.carlson@noaa.gov
(crystina.r.jubie@noaa.gov, ben.carlson@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic & Atmospheric Administration (NOAA)'s Alaska Fisheries Science Center (AFSC,) has a requirement to charter a research vessel for up to 54-days of staging and at-sea operations between April 30, and September 20, 2017 for the ONE--year base period and 4 one-year option periods of the contract. The base survey period time and location shall alternate each year between the Gulf of Alaska and Northeastern Bering Sea. Length of sea legs shall vary from 14-18 days depending on location and associated research projects. Visited ports will likely include Juneau, Sitka, Dutch Harbor and Nome Alaska. Operations shall include fisheries and oceanographic research, involving multiple nets and gear types being deployed off the contract vessel. The study localities for conducting research shall consist of: along the coast of Southeast Alaska from Cape Ommaney to Kayak Island, as well as inside waters and may include the northern Being Sea from Nunivak to the Bering Strait as additional research locations. The following maps indicate likely sampling locations based on previous years but sampling may not be limited to these areas. The Contractor shall furnish the necessary vessels, personnel, equipment, and services to perform the statement of work/specifications. Vessel requirements include, but are not limited to: 1) Minimum overall length (LOA) of 36.5 m (122 ft.) and the vessel shall have been actively used for commercial trawling or research where trawl gear was used in the past 12 months. 2) Preference may be given to a Vessel with twin main engine(s) and combined must be a minimum total of 1200HP. The 1200HP regardless of engine number is a minimum requirement. 3) Completely rigged for trawling including: a. A stern ramp and gallows or gantry. b. Vessel must be able to tow either 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 400/601 hexagonal mesh trawl fished with 5-meter steel alloy doors and a set of three 60-m long bridles for each door, and associated gear hardware and headrope floats: either at a continuous speed of 4 - 5 kts under weather conditions considered safe and typical for survey sampling. c. A net reel with capacity for one of the nets described above. d. 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 on each drum and the ability to retrieve the research trawl at the minimum rate of 61 m (200 ft.) per minute. e. An auto-trawl system with the capability of adjustable winch brakes and a third wire net mensuration system. 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. The third wire mensuration system shall not be substituted with another system. f. Trawl cable must lead directly from the winches to the gallows trawl blocks. 4) Vessel must be able to maintain a minimum cruising speed of 16.67 km/hr. (9 nm/hr.) in low sea states. 5) Vessel must have an operating endurance of 30 days of continuous fishing operations (fuel, water, provisions). 6) Preference given for a proposal deck area clear of obstructions of at least 37 m2 (400 sq ft.) for sampling equipment including a 1.5 x 3.0-m (5 x 10 ft.) sampling table and one 0.6 m x 1.2 m (2 x 4 ft.) platform scale table for working on catches and obtaining biological data. The work area shall allow the sampling table to be positioned so that all four sides of the table can be used to conduct work, and with easy access to the rail or scuppers to discard catch. Sea water shall also be required on deck to wash down plankton nets. A protected area on deck, such as a covered shelter deck or covered area aft of the house, where a table of at least 1.2 x 2.4 m (4 x 8 ft.) can be set up for collecting biological data shall be provided. (In particular, specimen scales must be protected from wind and spray which can affect the accuracy of weight measurements).On deck work area(s) shall be clear of running gear, equipment, vertical obstructions (e.g., hatch combings) and stowage. 7) Open space, 4.5 ft. wide x 8.83 ft. long, on the stern deck where an oceanographic winch and possibly davit shall be mounted. 8) Electric power (110/115 V.A.C.) outlet near on-deck work area. 9) Must have a seawater deck hose for cleaning sorting table and sampling gear. On/off switch shall be readily available from the working deck. 10) Crane capable of lifting 5 mt (5.5 t) for handling catches and fishing and sampling gear and rigid hull skiffs up to 22 ft. in length. 11)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. 12)Dry storage area of at least 100 ft3 in the main house for holding scientific supplies and additional dry space for housing a -80 freezer supplied by government (3x4) which must be off deck. 13) Preference given to a vessel with an office desk area with 110/115 volt power outlets for data management (galley or wheel house may substitute for this area). Government-supplied personal computers will be installed here for logging data. 14)Must have potable fresh water supply adequate for vessel and personal use (including showers and laundry) for at least 30 days. 15)A minimum of one head and one shower shall be available to the scientific field party. Soap, toilet paper, paper towels, shall be provided by the vessel. 16)Must have washer and dryer for personal laundry. 17)Must have a stove, oven, sink, galley table, and all materials and equipment necessary for daily meal preparation, cooking, and clean up. 18)Vessel must be ballasted to maintain sea-kindliness during the charter. 19)Must provide a safe and stable portable gangway for use in boarding and debarking vessel while in port. 20)Must have two (2) each of single side-band and VHF radio transmitter(s) and receiver(s) fully functional and in good operating condition. Backup communications system is highly desirable. 21)Must have two (2) fully functional radar systems, with a minimum range of 60 miles, in good operating condition. 22)Must have a fully functional automatic pilot, an automatic readout GPS, and a fathometer (with a minimum 400-fathom range; Color scope unit operating in the 38-50 kHz range plus a backup unit), all in good operating condition. 23)Must have an emergency source of electrical power, independent of the main source of power. 24)Vessel must have a stability letter or evidence that vessel stability has been evaluated by a qualified, certified individual, such as a licensed naval architect/marine engineer. 25)Vessels must be equipped with STRATOS/INMARSAT Standard C satellite communication or an equivalent. Vessel must have a functioning electronic mail system (email) available for use for the duration of the charter. Vessels also equipped with satellite telephone, fax, or Telex are highly preferred. 26)Must have ability to receive daily weather forecasts for area of operation. Ability to view weather maps is desirable. 27)Must provide proof of USCG Certificate of inspection (and that it is current for the season). 27) The vessel must have at least two hydroacoustic frequencies (38 khz and 120 khz), and required transducers and wiring accessible by scientific personnel from the bridge. 28) Permission for the Government to install a flow-through thermosalinograph (TSG) to measure nearsurface ocean temperature and salinity from the vessel while underway and on station. One of two possible models shall be used: an SEB 45 or an SBE21. For the SBE 45, installation shall include connection to existing sea chest, approximately 3/8-inch diameter piping between the sea chest and the TSG box, a pump with a flow of approximately 1/2 gal/ min, and wiring between the TSG and a personal computer located in the wheel house. For the SBE 21, installation shall be done by scientific staff, preferably before the survey begins. This shall include a connection to existing sea chest, approximately 1 inch in diameter, approximately 1-inch diameter piping between the sea chest and the TSG box, a pump with a flow of approximately 15.8 gal/min, and wiring between the TSG and a personal computer. Ship-supplied115V power is required to run the TSG and personal computer. A navigation device to record latitude and longitude must also be available to interface with the TSG interface box. Installation and removal of the TSG shall be done by scientific staff and ship's engineer. All costs associated with installation and removal of the TSG shall be handled under a separate contract or purchase order and shall be borne by the Government. At the Government's discretion, all or part of the TSG will remain in place until the end of the final option period. Installation and removal of the TSG shall occur aboard the vessel at a time mutually agreeable between the Government and the Contractor. A comprehensive list of actual requirements will be included in the Statement of Work within the solicitation package document. The proposed contract action is set aside 100% for small business. The NAICS code for this procurement is 483114 and the business size standard for this requirement is 500 employees. It is highly encouraged that any small business meeting this size standard and desiring to be considered for award be registered in the System for Award Management (SAM) using this NAICS code or a NAICS code with an equivalent size standard. For additional information and to register in SAM, please access the following web site: www.sam.gov. In order to register with the SAM, 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. It is also preferred that offerors to complete the electronic representations and certifications at the SAM website. Solicitation documents will be made available for download on or about February 21, 2017 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 Contracting Officer, Crystina Jubie at Crystina.R.Jubie@noaa.gov or via fax at (206)527-3916.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-17-RP-0018/listing.html)
 
Place of Performance
Address: Gulf of Alaska, Alaska, United States
 
Record
SN04405234-W 20170218/170216234613-412dd12b74f258d283aece7e54bad122 (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  © 1994-2020, Loren Data Corp.