MODIFICATION
V -- Senior Vessel Operator in Charge - Questions and Answers
- Notice Date
- 3/7/2012
- Notice Type
- Modification/Amendment
- NAICS
- 488390
— Other Support Activities for Water Transportation
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
- ZIP Code
- 80305-3328
- Solicitation Number
- NCND60211201920DLZ
- Archive Date
- 3/9/2012
- Point of Contact
- Donald L. Schartz, Phone: 3034977363
- E-Mail Address
-
donald.l.schartz@noaa.gov
(donald.l.schartz@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions and Answers Amendment 1 This amendment provides attached questions and answers. COMBINED SYNOPSIS/SOLICITATION Senior Vessel Operator in Charge SERVICES (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NCND60211201920DLZ (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-¬¬55. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 488390. The small business size standard is $25.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 -Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for Senior Vessel Operator in Charge. (VI) Description of requirements is as follows: See attached statement of work and Department of Labor Wage Rates: WD 05-2163, Revision No. 11, dated June 13, 2011which can be found on www.wdol.gov. (VII) Period of performance shall be: Base Year for a six month period 03/15/2012 through 09/15/2012 Option Period I for a six month period 09/16/2012 through 03/15/2013. Option Period II for a six month period 03/16/2013 through 09/15/2013. Option Period III for a six month period 09/16/2013 through 03/15/2014 Option Period IV for a six month period 03/16/2014 through 09/15/2014. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Donald Schartz either through email donald.l.schartz@noaa.gov or faxed at 303-497-6984 no later than 12:01 p.m. MST, March 8, 2012. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Capability - quote shall include documentation of a project of similar scope See details in S.O.W. paragraph VI. 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis to the responsive and responsible offeror. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2012), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Effective March 1, 2011). (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (21) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (23) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (25) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (26) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (28) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (33) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (35)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (37) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (42) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998). This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) 52.232-19 Availability of Funds for the Next Fiscal Year. Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.201-72 CONTRACTING OFFICER'S REPRESENTATIVE (COR) (APR 2010) (a) David Lott is hereby designated as the Contracting Officer's Representative (COR). The COR may be changed at any time by the Government without prior notice to the contractor by a unilateral modification to the contract. The COR is located at: 99 Pacific Street, Suite 200K Monterey, CA 93940 Phone Number: 805-831-1920 X103 Email: dave.lott@noaa.gov (b) The responsibilities and limitations of the COR are as follows: (1) The COR is responsible for the technical aspects of the contract and serves as technical liaison with the contractor. The COR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the contract. (2) The COR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any contractor request for changes shall be referred to the Contracting Officer directly or through the COR. No such changes shall be made without the express written prior authorization of the Contracting Officer. The Contracting Officer may designate assistant or alternate COR(s) to act for the COR by naming such assistant/alternate(s) in writing and transmitting a copy of such designation to the contractor. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 12:01 P.M. Mountain Standard Time on March 8, 2012. All quotes must be faxed or emailed to the attention of Donald Schartz. The fax number is (303) 497-6984 and the email address is donald.l.schartz@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Donald Schartz through the email address: donald.l.schartz@noaa.gov or fax (303) 497-6984. STATEMENT OF WORK Requisition Number: NCND6021-12-01920 Channel Islands National Marine Sanctuary Senior Vessel Operator in Charge I. INTRODUCTION Background Channel Islands National Marine Sanctuary (CINMS) requires the non-personal services of a part-time Senior Operator-in-Charge (OIC) to operate Research Vessel SHEARWATER, home-ported in Santa Barbara, CA. The vessel supports research, education, public outreach, maritime heritage, and emergency response-related operations for CINMS. Most operations are conducted in partnership with federal, state, and local government agencies, as well as local colleges, universities, high schools, and non-governmental organizations (NGO). R/V SHEARWATER's primary mission is to serve CINMS and the Office of National Marine Sanctuaries (ONMS); the vessel occasionally supports other NOAA program areas. The vessel embarks on both day trips and overnight voyages lasting up to five days in duration. R/V SHEARWATER is at sea for as many as 60-150 days per year, spending the majority of her time working around the five northern Channel Islands. ONMS operates a variety of research vessels and occasionally cross decks crew. Objectives The Senior OIC represents the sole authority on board, and is charged with the safe operation of the vessel, timely execution of all prescribed missions, and the safety and well-being of all embarked personnel. In addition to the Operations Coordinator, the OIC shall be expected to work in various settings with an additional OIC and other crewmembers. II. RESPONSIBILITIES 1) Ensure the safe navigation and mechanical operation of the vessel in which assigned, at all times, in accordance with all NOAA, National Ocean Service (NOS), National Marine Sanctuary Office (ONMS) policy guidelines, vessel operations manuals, vessel standing orders, and specifically NOAA Small Boat Standards and Procedures Manual (NSBSPM), NOA 209-125, MARPOL, and COLREGS. 2) Ensure that an all-hands safety briefing is conducted at the start of every voyage and enforce compliance with all safety procedures at all times. 3) Conduct an Operational Risk Assessment with crew members prior to getting underway, in accordance with NSBSPM Section 6-1, and record score in Float Plan. This includes assessing weather and sea-state forecasts for the mission area. The OIC has the authority to cancel the operations in question if risks cannot be reduced to a level that will ensure the safe, successful outcome of the mission. 4) Ensure that a copy of the final Cruise Plan, including complete manifest and emergency contact information for each individual, is on board prior to departure. 5) Ensure the efficient contribution of all resources, including crew and embarked personnel, to the accomplishment of the vessel's mission. 6) Conduct monthly fire, man overboard, and abandon ship drills when underway, and document in vessel's log. 7) Work with CINMS Operations personnel to schedule, prepare for, and execute research and monitoring, education, outreach, emergency response, resource protection, and maritime heritage cruises. 8) Coordinate a wide variety of logistical arrangements with the Operations Coordinator, including fueling, securing pier space, acquiring supplies, and participating in formal repair periods. 9) Assist in the coordination and completion of routine maintenance on all systems and equipment, in accordance with NOAA and Original Equipment Manufacturer (OEM) requirements and recommendations; document all work completed in a vessel maintenance log. 10) Coordinate with additional vessel crew to conduct vessel operations maintenance work and repairs as approved by the Contracting Officer's Technical Representative (COTR) or their designee. 11) Inspect and maintain safety equipment in accordance with NOAA procedures. 12) Document all vessel-related activities, including information pertaining to safety, training, over-the-side operations, dive operations, fueling, and the safe navigation of the vessel, in the vessel's Official Log. 13) Possess sufficient liability insurance and agree to indemnify the Department of Commerce and/or NOAA for any negligent acts committed by the OIC. 14) Maintain the Preventative Maintenance and Repair Schedule spreadsheet for the Research Vessel Shearwater. 15) Ensure that all required monthly, quarterly and annual safety inspections have been completed aboard the vessel. 16) Participate and contribute to the ONMS Marine Operations Committee as required. 17) Conduct and coordinate routine and emergency ship maintenance with vessel operations coordinator and ship's crew. 18) Maintain currency on all required certifications. 19) Invoice for services at minimum once per month while actively working and maintain records of all invoices throughout the life of the contract. III. REQUIRED MINIMUM KNOWLEDGE AND EXPERIENCE 1) Certifications (copies must be provided) a) Licensing  Valid 1600-Ton United States Coast Guard Master, Near Coastal License b) Certifications (all of the following are required)  Current STCW (Standards of Training, Certification, and Watch keeping) Basic Radar Operator certificate  Current STCW Advanced Fire Fighting certificate  Current STCW Basic Safety Training certificate, or equivalent water survival training certificate  Current STCW Damage Control certificate or equivalent  Current CPR with AED, Medical O2 Administration, and 1st Aid certificates  NOAA Small Boat Program Component Training, required training as defined in the NOAA Small Boat Standards and Procedures Manual for any operator of NOAA small boats.  Previous HAZWOPER training 2) Knowledge, Skills, and Abilities (KSA's): Proficiency with the following underway research operations, equipment, and logistics is required. a) Research Operation  Towing nets, slow-speed trawling  Conductivity-Temperature-Depth (CTD) casts, water sampling equipment  Remote-Operated Vehicle (ROV), Autonomous Underwater Vehicle (AUV), Side Scan Sonar, and Multi-Beam operations b) Equipment  A-frame  Oceanographic winch  Knuckle Boom crane for small boat launches and general loading  Anchor windlass  Dive compressor  Diesel generators  Diesel engines and ships systems (hydraulics, water maker, AC/DC electrical power) c) Personnel  Working with researchers, educators, docents, students, and VIP's/guests  Fulfilling the role of a sanctuary representative 3) Additional Requirements a) Experience with evaluating the overall safety of a vessel, identifying deficiencies, and recommending corrective actions, upgrades, etc. b) Ability to work independently, make decisions, and complete the duties of an OIC without direct supervision. c) Ability to exercise authority, particularly in situations where safety has been compromised or disciplinary actions may be appropriate; willingness to cancel operations (when appropriate), even if such a decision is against an embarked guest's wishes. d) Experience directing a crew; overseeing equipment loading/unloading; overseeing vessel maintenance; ensuring vessel cleanliness; performing fuel transfers and related fuel operations; and planning operations, particularly those operations that are new to a vessel and/or her crew. e) Ability to captain a vessel safely and efficiently. Minimum 10 years professional experience in vessel operation and maintenance Documentation describing the type of boats operated [including basic particulars and primary mission(s)], professional roles fulfilled aboard those vessels, the waters and conditions in which you have operated, and approximate number of underway days on each vessel is requested. That documentation should include the types of on-board equipment with which you are familiar and detailed information on your boating record, including any accidents, violations, disciplinary actions, awards, etc. f) Three years' experience as a master aboard a Technicraft Catamaran, or vessel of equivalent (60 feet) or larger size, conducting commercial or scientific work. g) Skill in communicating orally and in writing; ability to speak in front of large groups of people; familiarity with record keeping (i.e. logs and manifests). h) Special Conditions: Applicants are subject to a background check. This is a non-smoking work environment. Valid California driver's license is required. Applicants must be able to work a flexible schedule, including occasional weekends, evenings, and nights. Position occasionally includes varied mealtime hours, and requires lifting up to 50 pounds, working outdoors, and working offshore in all ocean and weather conditions. IV. DESIRED EXPERIENCE 1) Detailed local knowledge of the five northern Channel Islands, including Santa Barbara, Anacapa, Santa Cruz, Santa Rosa, and San Miguel Islands; local knowledge of the Santa Barbara Channel, including common traffic patterns. 2) Familiarity with local agencies and organizations with whom CINMS frequently Works, including Channel Islands National Park, United States Coast Guard, United States Geological Survey, California Department of Fish and Game, University of California-Santa Barbara (multiple departments), local non-profit organizations and non-government organizations, and local high schools, colleges, museums, societies, aquaria, etc. 3) Detailed understanding of prevailing weather patterns throughout both the islands and the Santa Barbara Channel; familiarity with the ways in which weather patterns vary within the sanctuary, and understanding of weather avoidance tactics (i.e. locating safe places to "hide"). 4) Current EMT or MPIC certification. 5) Four year degree from an accredited maritime academy. 6) Previous experience operating vessels for CINMS is greatly desired. Due to the unique nature of the operations conducted, experience operating CINMS vessels as a captain reduces the one to two month time it takes to train a new captain. V. PERIOD OF PERFORMANCE Period of performance is 6 months from the award date of this contract, with the option to add funds to the contract for four additional periods of service (pending available funding). VI. EVALUATION FACTORS Offers shall be evaluated on the basis of technical factors and price analysis to determine the best value for the government. Evaluation of technical factors shall be weighted at approximately 60%, while price analysis weighted at 40%.Technical factors include: -Number of years acting as captain of a commercial or government vessel over 60 feet in length -Number of years working on a research vessel -Number of years working on commercial or government vessel within the Channel Islands -Size of USCG Master License beyond 100Tons -Formal training in diesel engine, dive compressor or marine generator repair -Number of years acting as captain for the National Marine Sanctuary Program -The amount of experience and certifications listed under the Desired Experience and Certifications section. VII. BUDGET The contractor shall submit a cost proposal in accordance with the tasks outlined above, calculated for 25 days at sea during a 6-month period and for the option periods (pending available funding). If the contractor has not spent at least one year as master of vessel at least 60ft in length conducting oceanographic research, an additional 30 days at sea must be included in the cost proposal to allow for training specific to CINMS operations. VIII. TRAVEL REIMBURSEMENT: The sum of $500.00 dollars shall be available to cover contractor travel costs as approved by the Contracting Officer's Technical Representative (COTR). IX. SUPPLIES: The contractor can be reimbursed for supplies needed for the above mentioned deliverables at the discretion of the COTR. No more than eight hours of work each day is authorized for in port and dry dock periods without prior approval of the COTR. No overtime pay authorized. Contractor shall invoice the Channel Islands National Marine Sanctuary on the 1st of the month, at minimum (may also invoice on the 16th). VII. IT SECURITY REQUIREMENTS: The Certification and Accreditation (C&A) requirements of 48 CFR 1352.239-73 do not apply, and a Security Accreditation Package is not required. The government will provide the necessary computer equipment and information to perform this contract. All work must be performed upon government furnished equipment and if addition hardware and/or software is needed, the Contractor must request the additional requirements from the COTR. The contractor will be using government furnished equipment (GFE), which is currently covered by an existing government Certification and Accreditation (C&A) package.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND60211201920DLZ/listing.html)
- Place of Performance
- Address: 113 Harbor Way, Suite 150, Santa Barbara, California, 93109, United States
- Zip Code: 93109
- Zip Code: 93109
- Record
- SN02690882-W 20120309/120307235126-6b32a05227f94caf9301c79ed374c031 (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 |