Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2010 FBO #3310
SOURCES SOUGHT

V -- Vessel Charter for Ecology of Ice Seals in the Bering Sea Study

Notice Date
12/15/2010
 
Notice Type
Sources Sought
 
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-11-RQ-0144
 
Point of Contact
Mimi Antonio Hetzel, Phone: 206-526-6032
 
E-Mail Address
Mimi.A.Hetzel@noaa.gov
(Mimi.A.Hetzel@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
NOAA's National Marine Fisheries Service, National Marine Mammal Laboratory in Seattle, WA has a requirement for a vessel to conduct a charter for ice-associated seal ecological research in the marginal sea-ice zone of the central and western US waters of the Bering Sea. The cruise objective is to locate and capture ribbon and spotted seals for biological sampling and deployment of telemetry devices. Estimated average daily fuel consumption is the number of gallons that a vessel is expected to consume over a 24-hour period when operating for 8 hours at 3 knots, cruising at 10 knots between sites for an additional 6 hours, and anchored or drifting with the generators running for 10 hours. The vessel charter will be for a base period of 40 days with reimbursable line items for moorage, communications, and fuel for the vessel. The operational period of performance is for 30 continuous days plus transit from Kodiak, Alaska and returning to either Dutch Harbor or Kodiak Alaska. Exact dates for the 30 day operational period are flexible but must occur between 20 April and 10 June 2011. Operations consist of running along the southern ice edge to the International Date Line (180° longitude) and into broken ice accessible to the ship. Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform these services. The contractor will be required to provide a vessel which can accommodate a scientific party of up to twelve (12). Minimum Vessel Requirements 1. Vessel must either be rated at a minimum ABS Ice Class C0 or equivalent OR be capable of operating nominally in waters of 3/10th ice coverage or less with occasional, brief operations in 3-6/10th coverage at less than 3 knots. No multi-year ice will be encountered. 2. Vessel must be able to maintain a minimum cruising speed of 16.8 km/hr (10 nm/hr) in ice-free waters and low sea states. 3. Vessel must have fuel capacity for approximately 40 days of continuous operations. 4. Vessel must, at a minimum, meet the regulations for commercial fishing vessels under 300 GRT (46 CFR Part 28) and be inspected by the USCG under the fishing vessel voluntary inspection program. 5. A deck area clear of obstructions of approximately 600 sq ft for equipment including 4 fully inflated zodiac-type boats (6'3" X 15'5" ft each) with outboard motors attached and 5 outboard engine boxes (3'x3' each). Additional space throughout the ship to store clamshell boxes and pallets of gear (approximately 900 sq ft) will also be required. 6. Unleaded gasoline storage of at least 100 gallons readily available to small boats for daily refueling. Storage must be able to be jettisoned from the ship in case of fire. Safe fuel transfer and spill response equipment to be supplied by the contractor. 7. Wet-lab space or similar for staging small boat operations and drying wet gear daily. This space will need electric power to accommodate glove and boot dryers, and a sink is preferred. 8. Dry lab space is required for processing biological samples. Flammable storage lockers for ethyl alcohol and acetone preferably located in or near dry or wet lab. Electrical power to accommodate charging stations of GPS and VHF radios is also required in this area. The NAICS code for this procurement is 532411 and the size standard is $7.0M. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about late January 2011 at http://www.fedbizopps.gov/. 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 RFQ becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential bidder 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 mid-February 2011; however, the actual date offers are due will be stated within the solicitation documents. 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 bidders 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 bidders 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. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available at this time. No contract will be awarded on the basis of responses received to this notice. Documentation to support the contractor's capability to perform this requirement must be submitted in writing and include the point of contact and phone number, and a description of services performed under previous contracts for the same services, DUNS Number, CCR, Cage Number, business type and size, and a brief narrative regarding its capability to provide the services as described above. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the service as specified above. Detailed information must be submitted by email to the address noted herein by 2:00 PM local (PST) Pacific Standard Time, December 28, 2010. Email Address: mimi.a.hetzel@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-11-RQ-0144/listing.html)
 
Place of Performance
Address: Along the Ice Edge of the Bering Sea, Kodiak, Alaska, 99615, United States
Zip Code: 99615
 
Record
SN02344488-W 20101217/101215234042-2f976fdb5fd6a410c594100ba09a7b2e (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.