COMMERCE BUSINESS DAILY ISSUE OF JULY 26, 2001 PSA #2901
SOLICITATIONS
20 -- ROV OR SUBMERSIBLE, & SUPPORT VESSEL NEEDED FOR MONITORING STUDY IN OLYMPIC COAST NATIONAL MARINE SANCTUARY
- Notice Date
- July 24, 2001
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- 52ABNC100073
- Response Due
- August 24, 2001
- Point of Contact
- Crystina Elkins, Procurement Clerk, Phone (206) 526-4499, Fax (206) 526-6025, Email crystina.r.elkins@noaa.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation number 52ABNC100073 is issued as a request for proposals(RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-17. This procurement action is full and open. The associated standard industrial classification code is 8999. A firm is a small business for the purpose of this requirement if it size standard is $5 million. Inquiries may be directed to Linda Shaw at (206)526-6461 or Linda.C.Shaw@noaa.gov. A. STATEMENT OF WORK The contractor shall provide a Remote Operated Vehicle (ROV) and support staff and vessel from which to operate the ROV. =20 The ROV shall be able to reach a depth of 3,700 m, and able to perform video transects line surveys, display and retrieve baited traps, collect biological samples from the seafloor of the Davidson Seamount and collect pressure/temperature/conductivity data during dives. The biological sampling ability of the ROV shall be as such to enable the collection of several large macroinvertebrates unharmed in each sample. The ROV shall be self-sufficient with all necessary equipment for operation, and capable of 24-hour operation. The contractor shall be responsible for the daily operation and maintenance of the ROV, which involves preparation of the vehicle systems, installing science gear, launching and recovering the vehicle. The contractor's ROV operators shall provide the video and data signals and recording hardware. The NOAA scientific personnel are responsible for providing the recording media (tapes, computer disks, Cds). Contractor personnel will provide data in the format required for the cruise report to the Chief Scientist.=20 The contractor shall assist NOAA personnel in annotation and analysis of the video recordings collected for both invertebrate and fish species, abundance and distributions of observed species, and biological and physical factors such as substrate type, depth, temperature, salinity, dissolved oxygen levels and the presence of conspecifics and other species. =20 The contractor shall provide the support vessel with an adequate master and crew for safe and efficient operation of the vessel. The vessel shall provide 12 berths for scientists and allow for different gendered scientists to be housed in separate rooms. At least two heads and showers shall be available on the research vessel for the scientific crew. The vessel shall provide three nutritious meals and snacks to the scientific crew per sea day. =20 The ROV, ROV operators, support vessel, and support vessel crew shall have conducted at least three similar projects in the last five years.=20 The contractor shall provide all fuel needed for performance of this statement of work. The period of performance shall be for seven consecutive days in January of 2002. The exact dates will be mutually agreed upon between NOAA and the contractor after contract award. The seven days is expected to include two transit days, and five dive days. The starting and ending location will be Monterey, California. In the event or bad weather or equipment failure, the vessel, ROV, and crew will be considered to be off charter until the weather and/or equipment allows continued performance. If the contractor and/or the government can not complete the seven day performance period within the original schedule, the contractor will make available other dates in 2002 for completion of the work. The contractor will be paid based on the actual performance period, and the daily fixed price named in the contract. B. Selection -- The selection of a contractor will be on the basis of price & technical ability. Technical ability includes past performance & ability to meet the specifications identified in the Statement of Work above. Award will be made to the lowest priced technically acceptable offeror. The price evaluation will include the total price seven days of performance.=20 =20 C. Proposal Requirements -- Responses to this solicitation shall: 1. Describe the ROV to be provided, including the depth to which the ROV can operate, and the ROV's ability to retrieve biological samples from the ocean floor? 2. Describe the berthing arrangements that will be provided to the scientists, including the number of berths and how many different rooms will provide berths to the scientsts? 3. Describe the experience of support vessel operators, as well as ROV operators in accomplishing three similar projects. 4. Provide the names and telephone numbers and/or email addresses of three references of others who have entered into contracts with the offeror (either as a customer or a buyer). 5. Offer a daily firm-fixed price for a performance period of 7 days. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition and there are no addenda to this provision. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clause cited in the clause are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10U.S.C. 2402), 52.215-5, Facsimile Proposals, 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2) and (3), 52.219-14,Limitation on Subcontracting 915 U.S.C. 637(a)(14), 52.222-26, Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212), 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-3, Buy American Act- Supplies(41 U.S.C.10) and 52.225-9, Buy American Act-Trade Agreements Act-Balance of Payments Program(41 U.S.C. 10,19 U.S.C.2501-2582) . Proposals may be faxed to (206) 527-7755, or mailed to U.S. Dept. of Commerce, NOAA, WASC, AMD, 7600 Sand Point Way NE, Seattle, WA 98115 Attention: Linda Shaw. Email proposals are not permitted by this solicitation. Deadline for receipt of proposals is 2:00 p.m. PST on August 24, 2001. Late, or incomplete proposals will not be considered. Referenced FAR clauses can be found at http://www/arnet.gov/far/
- Web Link
- Visit this URL for the latest information about this (http://www.eps.gov/spg/DOC/NOAA/WASC/52ABNC100073/listing.html)
- Record
- Loren Data Corp. 20010726/20SOL001.HTM (D-205 SN50S8J0)
| 20 - Ships and Marine Equipment Index
|
Issue Index |
Created on July 24, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|