SOLICITATION NOTICE
W -- Lease of 70' sea going vessel
- Notice Date
- 6/14/2010
- Notice Type
- Presolicitation
- Contracting Office
- U S GEOLOGICAL SURVEY, APS BRANCH OF ACQUISITION AND GRANTS3020 STATE UNIVERSITY DR. EAST, MODOC HALL STE 2002 SACRAMENTO CA 95819
- ZIP Code
- 95819
- Solicitation Number
- 10WRQQ0219
- Response Due
- 7/16/2010
- Archive Date
- 6/14/2011
- Point of Contact
- STEWART EVANS CONTRACTING SPECIALIST 9162789334 ;
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Geological Survey has a requirement for a vessel to conduct underwater video work and seafloor sampling out of the Port of Juneau and anchorages at Glacier Bay, AK. The work area will be in Glacier Bay, AK, near Gustavus, AK.. The work is expected to take 14 working days with 1 to 2 days to mobilize and one day to demobilize at Juneau. The work days are expected to be 12 hour days. The desired time frame is from August 29 to September 11, 2010. The vessel will be anchoring in Glacier Bay for work in the area. This work is in support of ground truth data acquisition for acoustic bathymetric and backscatter data previously acquired in the study area. USGS Field engineers will install a USGS owned electro-hydraulic winch aboard the vessel and coordinate with vessel master/engineer to connect to ships power. This winch will contain the conducting cable that will be used to tow the USGS camera system and collect digital photo and video data of the sea floor. VESSEL OPERATIONAL SPECIFICATIONS TO BE PROVIDED TO USGS 1. Name and detailed description of the vessel to be used under this contract2. Name, proof of U.S Coast Guard license, and description of experience of the Captain3. Contract vessel shall have marine and general public liability insurance with limits of liability for: a. Bodily Injury of not less than $100,000 for each person and $500,000 for each occurrence b.Property damage of not less than $100,000 for each incident and $500,000 in aggregate. Proof on insurance shall be provided after contract award.VESSEL REQUIREMENTS 1. The vessel shall be fully licensed by the U.S. Coast Guard as required by law and shall have passed all appropriate U.S Coast Guard requirements for safety and seaworthiness. 2. The vessel shall be equipped with radar, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, and GPS navigation.3. The vessel must be able to accommodate 5 to 6 USGS personnel for daytime work only.4. Minimum vessel length: 70 feet overall5. The vessel must have a stern mounted U-frame or J-frame capable of lifting and towing a camera sled weighing approximately 400 lbs. and the ability to safely handle dynamic loading under way. The approximate dimensions of the sled are 2.5 feet x 6 feet with a 2 foot tail fin, and 3 feet high. There must be adequate deck space under the U/J-frame to safely launch and recover the sled.6. The vessel must be able to accommodate an electro-hydraulic winch with an approximate 5ft x 5ft footprint and weighing 8000 lbs. There must also be an approximate distance of 15-20 feet between the winch drum and the lifting block on the U/J frame. 7. The vessel must be able to provide 220/440 3-phase (78a/38a at full load) power to the winch. 8. The vessel must have a dry lab area with at least 6 linear feet of counter space to accommodate the topside camera console and operators. The lab must have access to the working deck to connect to the camera sled and external antennas for the navigation system. The lab must have approximately 4kW of 110 VAC power with a dedicated 30 amp service receptacle for the video console. Additional 110 VAC outlets will be required for associated computer stations.9. The vessel must able to maintain straight survey lines at one (1) knot and maintain steerage for long periods of time.10. Three meals daily to be provided. Potential vendors must have a vessel at least 70' in length to suuport all USGS operations and be familiar with the process of maintaining low speed steerage as identified above. Interested concerns having the ability to meet the USGS requirement may request a copy of RFQ 10WRQQ0219 by contacting the Contracting Officer by email at sevans@usgs.gov. All quotes will be submitted with a capabilities statement to the Contracting Officer no later than the closing date of this announcement at 2:00 PM PDT. All submissions will be evaluated to determine vendor capabilities. All potential venders must be active in CCR and current in ORCA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/10WRQQ0219/listing.html)
- Record
- SN02176621-W 20100616/100614234434-e7ed3e3de4d5c9c0f9cefc39b2447fc8 (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 |