SOURCES SOUGHT
19 -- Market Assessment of Availability of Multi-purpose Fisheries Survey Vessels
- Notice Date
- 5/29/2007
- Notice Type
- Sources Sought
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-AB133M-07-Market-Survey
- Response Due
- 7/6/2007
- Archive Date
- 7/6/2007
- Description
- NOAA's National Marine and Aviation Operations announces a market survey to obtain information about the cost, capability and availability of up to 4 vessels to provide continuous support to NOAA's fisheries data acquisition programs as multipurpose fisheries survey vessels (FSV). Submissions are invited for existing vessels and vessel modifications or conversions. All work performed to meet the proposed requirements specified in this market survey would have to meet all applicable U.S. laws and regulations. Vessels will conduct marine fisheries and oceanographic research including stock assessments, physical and biological oceanography, life history, marine mammal assessment and biological research, weather and sea state observation, gear development, and habitat studies including coral reefs ecosystems and marine debris mitigation. Vessels must possess specialized capabilities as noted below. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible business firms capable of providing a suitable vessel or vessels for time charters and/or bareboat charters. Therefore, all qualified parties are encouraged to respond including: (a) existing vessels that are deficient in areas not identified as critical are invited under this survey, and (b) vessels that can be modified or converted to meet all or a majority of the critical element requirements are invited under this survey. Where additional clarifying guidelines are believed to be beneficial, respondents are referred to sections of the 'Statement of Requirements for Design and Construction of a 40 Day Endurance NOAA Fisheries Research Vessel, Revision C, June 13, 2005' (SOR FSV40-2). This document can be accessed at http://www.omao.noaa.gov/fsv/contract.html, Section J-1 FSV2 SOR Rev C. The Government is not obligated to and will not pay any costs incurred in the preparation of any submission to this market survey. This Sources Sought does not commit the Government to awarding a contract and your response is not an offer. REQUIREMENTS: Respondents to this Sources Sought should describe their ability to provide a vessel or vessels that meet or exceed the following performance requirements: 1. Vessels Required: A. Flag/Country of Registry: This market survey is open to vessels registered in any IMO-member State. B. Age: Vessel should not be more than 15 years old upon delivery. C. Mission Gear: Vessel must be capable of supporting the following operations: (1) Fishing: Commercial size bottom and pelagic trawl nets, bottom and pelagic longlines, plankton nets, scallop dredges, hydraulic jet clam dredges, naturalist dredge, towed sleds, small scientific samplers, traps and pots, and Grudley operated handlines. (2) Diving support for: SCUBA, surface-supplied, remotely operated vehicles, and autonomous underwater vehicles, small boat launches, and hyperbaric chamber (modular) capacity. (3) Oceanography: Multiple Opening and Closing Net Environmental Sampling System (MOCNESS) samplers in one square meter, two square meter, and ten square meter sizes; CTD and 6-ft diameter rosette sampler; bongo net tows; bottom grabs and trawls; corers; buoy and mooring deployment and retrieval; and continuous underway water sampling with acoustic Doppler current profilers and in-line phyto- and zoo-plankton samplers. (4) Marine mammal survey observations: marine mammal observation stations that provide unobstructed viewing capability and towed passive acoustic arrays. D. Design Standards: Vessel must be constructed to 46 CFR Subchapter U (Oceanographic Research Vessels) with ABS loadline, ABS classification, SOLAS and MARPOL. Additionally, ABS ACCU and ABS Ice Class C0 are desirable. E. Design Features: Single or twin screw with additional take-home capability provided by an azimuthing jet-type bow thruster. All labs and fore and aft access must be on or above the bulkhead deck. F. Operating Temperatures: Vessel must be capable of operating in seawater temperatures from 28 degrees F to 90 degrees F (minus 3 degrees C to 32 degrees C) and air temperatures from 0 degrees F to 99 degrees F (minus 18 degrees C to 37 degrees C). G. Dimensions: Vessel must be no longer than 295 ft (90 M). Two classes of vessels are sought: two vessels each with a navigation draft of not greater than 20.0 ft (6.1M) and two vessels each with a navigation draft not greater than 15.0 ft (4.6 M). H. Accommodations: Vessel must be capable of berthing and messing up to 20 sponsor personnel in two single staterooms and nine double staterooms and be equipped with a cafeteria style galley. I. Speed: (1) Trial Speed: 14 knots is desired. (2) Midwater Trawl Speed (Critical Element): Five knots in 13.1 ft (4.0 M) waves with a 36,000 lb (160 kN) trawl drag at best heading at 600 fathoms trawl depth. (3) Bottom Trawl Speed (Critical Element): Four knots in 13.1 ft (4.0 M) waves with a 36,000 lb (160 kN) trawl drag at all headings at 1000 fathoms trawl depth. (4) Minimum Speed: One knot in calm water using main thrust. (5) Continuous Speed Range: From 0.1 knot to service speed, with transition from auxiliary to main thrust as appropriate. J. Maneuverability (Critical Element): Vessel must be capable of: (1) Tactical Diameter: No more than three ship lengths in calm water. (2) Low-speed Maneuverability: 180 degrees to either direction within one ship length at low speed (0-3 knots) during calm water sampling and retrieving operations using only rudder(s). 180 degrees to either direction within one ship length at low speed in conditions of 2.5 M significant wave height, 2.5 knot current and 30 knot wind, using both rudder(s) and bow thruster. (3) Zero-speed Maneuverability: Capability to rotate about midships in conditions of 2.5 M significant wave height, 2.5 knot current and 30 knot wind. (4) Contour Tracking: Capability to tow a net along a depth contour within one ship length at 4 knot speed with a 36,000 lb (160 kN) towing force. (5) Station Keeping: Maintain a watch circle of one ship length diameter on best heading in conditions of 2.5 M significant wave height, 3 knot current and 35 knot wind with no trawl deployed. (6) Dynamic Positioning. (7) Precision Tracking. (8) Towing Condition. (9) Free Route Condition. K. Fuel Capacity: Vessel must be equipped with fuel capacity to meet any mission scenario (refer to Table 070-1, SOR FSV40-2) plus 15 percent reserve. L. Ship Motions (Critical Element): Vessel must meet certain roll, pitch, lateral and vertical accelerations at service speed, six knot trawl speed, and zero knot speed in specific conditions (refer to sec. 070e, SOR FSV40-2). M. Stability and Trim (Critical Element): Vessel must meet certain standards for general conditions as well as icing and towing. Stern ramp height relative to the waterline must be maintained in all load conditions without excess trim (refer to sec. 079, SOR FSV40-2). N. Visibility: (Critical Element): Vessel must be equipped with an aft-facing ship and winch control console(s) with visibility of gantry and trawl gallows and working deck. Vessel must be equipped with adequate visibility ahead and astern, of the side sampling/longlining station, and abeam down to the ship's waterline. From atop the bridge, vessel must have an unobstructed view of the horizon, no less than from dead ahead to 120 degrees aft. O. Acoustic Requirements (Critical Element): Vessel must meet SNAME T&R Bulletin 2-25 and SNAME Code C-5 for vibration. Airborne noise requirements in shipboard spaces and at manned deck spaces must not exceed specified airborne noise limits (refer to Table 073-1, SOR FSV40-2). Vessel must also meet the following noise standards: (1) Self Noise: Vessel shall be capable of performing effective mission acoustic operations through sea state three at the sustained speed. (2) Radiated Noise: Maximum underwater radiated noise at speeds up to the sustained speed shall be in accordance with International Council for the Exploration of the Sea (ICES) proposed standard for hydroacoustic surveys (ICES Cooperative Research Report No. 209, Underwater Noise of Research Vessels) at 11 knots. In calm water with no bottom reflection, a minus 60 dB target shall be identifiable in 1640 ft (500 M) of water. P. Working Deck Requirements (Critical Element): (1) Minimum Area: 1775 square feet (165 square meters) of clear and unobstructed area. (2) Minimum Length: 47 ft (14.3 M) (3) Stern trawl ramp with trawlway forward (refer to sec. 591c, SOR FSV40-2). (4) Longlining Station: Working deck forward of bridge for conducting longline and trap/pot operations. (5) Side sampling station located on starboard side, as close to amidships as possible for the retrieval of longlines, traps, and the deployment and retrieval of CTDs, ROVs, and plankton gear. Q. Deck Equipment (Critical Element): (1) Winches: Two trawl winches capable of towing to 1000 fathoms using 5/8 to 1-1/8 inch diameter wire rope, one third-wire winch, one oceanographic winch (positioned to serve either the side sampling station or stern gantry) capable of 6500 meter casts, two hydrographic winches (both located to service side sampling station) capable of 6500 meter casts, one net reel (at forward end of trawlway), and two gallows frames (port and starboard of stern gantry to support trawl blocks). (refer to sec. 591c-k, SOR FSV40-2) (2) Cranes (Critical Element): One large crane and one knuckle crane sufficient to provide complete coverage of aft working deck. 1000 lb (455 KG) lift capacity at 5 ft (1.5 M) over stern at each quarter, 10,000 lb (4550 KG) lift capacity 20 ft (6.0 M) over starboard side, 7500 lb (3400 KG) lift capacity at 20 ft (6.0 M) over port side (refer to sec. 591b, SOR FSV40-2). (3) Stores crane with 15 ft (4.5 M) outboard maximum beam to port or starboard. (4) Stern Gantry: Pivoting U-frame located aft, bridging stern ramp with 11,000 lb (5000 KG) lift capability and 22 ft (6.8 M) clear vertical opening (refer to sec. 591c, SOR FSV40-2). (5) Side Sampling Equipment: A starboard-side A-frame rated to handle an instrument with a water weight of 910 KG plus 3500 M of the heaviest wire and must have a towing capacity of 13.25 kN at angles of up to 45 degrees from vertical (refer to sec. 591m, SOR FSV40-2). (6) Outriggers port and starboard. (7) Three vans with ISO hold-downs (one 20-ft and two 10-ft vans). (8) SOLAS-certified rescue boat and handling system and up to five work boats on a single deployment. R. Mission Spaces: Vessel to be equipped with general spaces, scientific office, conference room, labs and freezer/refrigerator spaces, hyperbaric chamber, and storage and locker facilities, including dive locker for supporting up to 16 divers. Labs to be located in one complex, adjacent to the working deck, all on the same level (refer to sec. 070f, SOR FSV40-2). S. Centerboard: A retractable centerboard capable of placing transducers below the aerated flow is desired. However, if transducers can be effectively placed below the aerated flow by other means, the alternative arrangement will be considered. T. Mission Instrumentation Requirements (refer to sec. 400, SOR FSV40-2). U. Communications Requirements (refer to sec. 400, SOR FSV40-2). V. Vessel must be equipped with lounge/recreation, exercise, laundry, and hospital spaces (refer to sec. 645, 652 and 655, SOR FSV40-2). W. Vessel must have the capacity for 40-days endurance with full ship's complement. 2. Charter Period: Vessel(s) must be available for the exclusive support of NOAA missions for at least ten years with additional years at government's option. 3. Delivery Period: First vessel must be available within the next three years, but not later than 2010. 4. Delivery Range: U.S. East Coast or U.S. West Coast. RESPONSE: Interested businesses shall submit the following information for each vessel proposed: 1. Vessel name, flag/country of registry, current age and owner. 2. Detailed vessel characteristics (including draft), speeds, fuel consumption, etc. 3. Vessel general arrangement drawings and plans. 4. Statement indicating which, if any, critical elements cannot be satisfied under this proposal. 5. Estimated daily time-charter hire rate in U.S. dollars for full and reduced operating status. Time-charter hire rate shall include: (a) vessel (b) crew (c) maintenance (d) insurance (e) overhead costs Government pays for fuel, lubes, port charges, communications, meals for Government employees, and other mission-related expenses. 6. Estimated daily bareboat hire rate in U.S. dollars (Government is responsible for crew, maintenance, insurance, fuel, lubes, port charges, communications, and other mission-related expenses). 7. Availability dates. 8. Vessel and owner experience in fisheries and oceanographic research operations. 9. Number and type of crew positions proposed to meet both USCG safe manning levels and fishery data collection needs. 10. Any pertinent questions, comments and/or alternative proposals. 11. Statement indicating business size and if company is small, small disadvantaged, minority, woman owned, or 8(a) business. QUESTIONS: All questions regarding this Sources Sought Notice shall be submitted via e-mail to Joe.Hubbard@noaa.gov. RESPOND TO: The requested information shall be sent by one of the following methods: (a) e-mail to Joe.Hubbard@noaa.gov (b) fax to (301) 713-1541, or (c) mail to the following address: National Oceanic and Atmospheric Administration Office of Marine and Aviation Operations 8403 Colesville Road Suite 500 Silver Spring, MD 20910-1541 ATTN: Joe Hubbard Point of contact at NOAA/NMAO is Joe Hubbard, (301) 713-7639. Proprietary data must be marked as such, on a page by page basis, and will be kept confidential and protected where so designated. RESPONSE DUE DATE: The requested information shall be submitted by close of business (EDT) on 6 July 2007.
- Place of Performance
- Address: N/A
- Zip Code: 99999
- Country: UNITED STATES
- Zip Code: 99999
- Record
- SN01304495-W 20070531/070529220214 (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 |