SPECIAL NOTICE
19 -- DUSKY 252 CSS BOAT
- Notice Date
- 5/3/2017
- Notice Type
- Special Notice
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division - Norfolk, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- EA-133F-17-RQ-0398
- Archive Date
- 5/27/2017
- Point of Contact
- Lynne B. Phipps, Phone: 757-605-7404, Arthur A. Hildebrandt, Phone: 7574416865
- E-Mail Address
-
Lynne.Phipps@noaa.gov, andrew.hildebrandt@noaa.gov
(Lynne.Phipps@noaa.gov, andrew.hildebrandt@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, intends to negotiate on a sole source basis with Dusky Marine, Inc., 110 N. Bryan Rd., Dania Beach, FL 33004, using the procedures in FAR Part 13, to provide one (1) Dusky 252 with Cuddy Side Steering (CSS). The National Marine Fisheries Service (NMFS), Southeast Fisheries Science Center (SEFSC) conducts reef fish and coral monitoring of the Florida coast and data from this survey is critical for meeting a primary NMFS mandate, effectively managing a myriad of economically important reef fish species in the region. This vessel will be used to provide continued reef fish and habitat monitoring in Florida's coral reef tract to assess population and habitat trends, fish-habitat associations, ecosystem responses to natural events (e.g., hurricanes), management measures and anthropogenic impacts. This project has provided over 30 years of data on population trends of Florida coral reef communities that support extensive commercial and recreational fisheries. The Dusky 252 CSS is the only vessel that will suit the SEFSC's needs and meet the demands of the mission. Due to the nature of the work, the boat must be equipped with a cabin large enough to store six sets of dive gear and auxiliary dive and safety gear. Overall length between 25' and 27'; 8' beam; a 300 horsepower outboard engine with enough power to carry gear and personnel; minimum open space deck area of 140" x 75"; cabin large enough to store six sets of dive gear, auxiliary dive gear, and safety gear. While in the field for multi-day missions, the vessel often serves as an office or base of operations. Mission equipment, safety equipment, and SCUBA gear must be stored in a securely locked space. A full SCUBA unit occupies about 5 cubic feet of space and SEFSC may travel with up to 6 divers. The statutory authority for other than full and open competition is FAR 13.106-1(b)(1)(i), Only one responsible source. The North American Industry Classification Code (NAICS) for this acquisition is 336612, Boat Building, with a business size standard of 1,000 employees. This is not a solicitation for competitive quotes. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. A statement of capabilities must be received by 2:00 PM EST on May 12, 2017. A determination by the Government not to compete this proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Evidence must be provided of ability to provide the required supplies. The capability statement and any other information furnished must be in writing and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the requirements. Capability statements and related materials must be e-mailed to Lynne Phipps at lynne.phipps@noaa.gov by 2:00 PM EST on May 12, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA-133F-17-RQ-0398/listing.html)
- Record
- SN04494784-W 20170505/170503235241-bfc7b6f874d1fd1d4898a50f1f65f58b (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 |