SOLICITATION NOTICE
19 -- West Coast Groundfish Trawl Survey
- Notice Date
- 2/10/2010
- Notice Type
- Presolicitation
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- 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
- AB133F-10-RP-0066
- Archive Date
- 4/14/2010
- Point of Contact
- Kate R. Steff, Phone: 2065266370
- E-Mail Address
-
kate.r.steff@noaa.gov
(kate.r.steff@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The Northwest Fisheries Science Center (NWFSC) of the National Marine Fisheries Service (NMFS) has a requirement for two (2) vessels to conduct a bottom trawl survey of the groundfish resources of the continental shelf and slope of the United States West Coast region. Two commercial trawl-fishing vessels will be chartered to carry out this survey, operating in tandem. The two vessels will commence survey operations on or around August 16, 2010 and conclude survey operations approximately 74 days later on or around October 28, 2010. The charters will begin and end in Newport, Oregon, with survey operations proceeding from North to South. Each vessel will conduct an independent survey of the shelf and slope zone from 30 fathoms to 700 fathoms, extending from the Canadian border around Cape Flattery, Washington to the Mexican border near San Diego, California. Survey stations will be designated in the sampling manual to representatively sample this range of depths, and will be randomly pre-selected within a geographical area and depth strata. Both of the vessels will be allocated approximately 200 of these stations. This is to be a one-year contract with three additional one-year options (four years total). The vessel must be at least 65 feet in registered length. It must be seaworthy and suitable for trawling operations in the above region during the season indicated. The vessel's main engine must be rated at a minimum continuous horsepower of 450 and not rated more than 1200 horsepower. The vessel must be capable of towing the experimental gear at a minimum speed of 2.8 knots at a fishing depth of 700 fathoms (Description of fishing gear to be provided in solicitation). The vessel must be able to maintain a cruising speed of at least 8 knots in low sea states. The vessel must allow for thru-hull cabling for acoustic transducers that will be installed in dry dock. For vessels that do not have a steel hull, complete drawings of the location for transducer placement and any other necessary modifications to ensure hull integrity should be included in the proposal submission. At the end of charter period, transducers will be removed and the perforation will be doubly secured. The vessel must be equipped with a railing with a working height (from deck boards to top of rail) of no less than 40 inches (OSHA). Vessels with a working rail height exceeding 48 inches will be required to provide an overboard chute, or another means to discard fish overboard. The vessel must have clean and sanitary living conditions and adequate berthing accommodations for the vessel crew and four (4) scientists. A suitable desk, table, counter, or other work surface (approximately 4' X 3') must be available within the vessels' bridge where the scientific staff can set up the trawl instrumentation receiver, its display unit, gyrocompass, portable computer, and an external computational storage facility for logging trawl performance data and catch data. A stable source of 110 V, 60 cycle AC power must be available nearby as well as a convenient and accessible storage space for tools, notebooks, sampling forms and other frequently needed equipment and supplies. The proposed contract is 100% set-aside for small business concerns. The NAICS code for this procurement is 532411 and the size standard is $7.0 million. Solicitation documents will be made available for download on or about March 1, 2010. 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 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.fedbizopps.gov/. The estimated response due date is March 30, 2010; however, the actual date offers are due will be stated within the solicitation documents. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Kate Steff at kate.r.steff@noaa.gov or via fax at (206)527-6940. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO AWARD can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR 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://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-10-RP-0066/listing.html)
- Place of Performance
- Address: West Coast of the United States, Newport, Oregon, 97365, United States
- Zip Code: 97365
- Zip Code: 97365
- Record
- SN02062985-W 20100212/100210235241-df58fc28682a75b146abcc75b59092d9 (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 |