Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2012 FBO #3865
SOURCES SOUGHT

V -- Vessel Charter for Winter Sea Lion Research Aleutian Islands

Notice Date
6/22/2012
 
Notice Type
Sources Sought
 
NAICS
487210 — Scenic and Sightseeing Transportation, Water
 
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
NFFS73001203422MEC
 
Archive Date
7/14/2012
 
Point of Contact
Mark Caban, Phone: 303-497-6875
 
E-Mail Address
mark.caban@noaa.gov
(mark.caban@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
OBJECTIVE: THIS IS A SOURCES SOUGHT SYNOPSIS FOR WRITTEN INFORMATION ONLY. THIS IS NOT A SOLICITATION ANNOUNCEMENT FOR QUOTES AND NO CONTRACT WILL BE AWARDED FROM THIS ANNOUNCEMENT. In preparation for a future procurement, the National Oceanic and Atmospheric Administration (NOAA) is performing market research to determine potential sources. Based on market research results, NOAA reserves the right to set this action aside for small businesses or award as a sole source procurement. This announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow up information requests. The proposed project may result in an contract. TITLE: Vessel Charter for Winter Sea Lion Research in the Aleutian Islands. BACKGROUND: The government will negotiate the charter of a vessel to conduct biological studies of Steller sea lions in the western-central Aleutian Islands. There is a vital conservation need to better understand the foraging ecology, movements and health status of adult female Steller sea lions. To meet that objective, the National Marine Mammal Laboratory (NMML) will capture adult females and deploy telemetry instruments to obtain fine scale data on their foraging behavior, seasonal movement patterns, and the effects of habitat features on foraging behavior. Capture and handling of sea lions will occur on haul-outs. The charter vessel will serve as a platform from which skiffs will be launched for scientific personnel to access land sites, and to provide laboratory space for samples analysis. The charter will start and end at Adak, Alaska, and includes sites between Attu and Seguam Islands with the exact sequence in which individual sites will be visited dependent upon weather and sea conditions. 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 seaworthy vessel with accommodations for up to 12 scientific personnel (both male and female) for a charter of 15 continuous days to occur within the period September-November 2012. PURPOSE: The Government is determining whether there are additional sources capable of performing the same services as the incumbent vendor. The Government is looking for a vendor that can perform all of the functions described in this announcement. The vendor shall be able to comply with the operating procedures, vessel requirements, crew requirements and accommodations as follows: Operating Procedures 1. The purpose of the project is to capture and handle adult female Steller sea lions at haul-out locations in the western-central Aleutian Islands. Scientific personnel will board and disembark the vessel at Adak and research will be conducted between Attu and Seguam Islands, but the primary focus will be on sites west of Adak Island. The exact sequence in which individual sites will be visited will depend on weather and sea conditions, but could include sites at Attu, Agattu, Kiska, Amchitka, Ulak, Gramp Rock, Tanaga, and Adak. Potentially sites east to Seguam Island could be entertained. 2. The vessel will transport scientists to within approximately 1 nm of Steller sea lion haul-out sites. At this point, a decision will be made whether to attempt captures or other activities at that site. If work will be conducted, a skiff will be launched and scientists will disembark the vessel. Space on board the vessel for two operational skiffs is necessary. One of the skiffs will serve as the primary transport to shore, while the other will serve as a rescue boat. Therefore, it is necessary that the vessel and crew be prepared to launch and man the second skiff whenever the first skiff is in the water. The vessel must wait nearby and maintain VHF radio communication with the scientific party. Once the scientists are aboard the vessel, a decision will be made whether to remain nearby or depart for the next site. 3. Work day length will be determined each day by the Chief Scientist or appointed alternate, in consultation with the vessel Captain; decision to be based on type of activity as well as the prevailing situation regarding weather, sea state, work schedule, work progress etc. The Chief Scientist or appointed alternate has final authority except for work stoppage resulting from uncontrollable situations such as unsafe weather and sea state conditions and other safety-of-life-at-sea considerations as determined by the vessel Captain. 4. Space on board the vessel for two operational skiffs is necessary. An aluminum-hulled SAFE boat (provided by the Government) will be the primary skiff used for reconnaissance and transport of scientists, however an inflatable skiff (provided by either contractor or Government) will be used if shore conditions warrant. The inflatable skiff will also serve as a rescue boat. Therefore, it is necessary that the vessel and crew be prepared to launch and man the second skiff whenever the first skiff is in the water. 5. The crew must be familiar with and the vessel capable of launching and retrieving skiffs in moderate seas in open, exposed areas near shore. Most sea lion haul-outs that will be visited are at island capes directly exposed to weather. 6. It is preferred that Government field/scientific gear and skiff(s) will be loaded prior to the charter at the vessel's home (or other) port (if other than Adak), and similarly off-loaded after the charter (if the home port is other than Adak). Estimated shipping costs incurred by the Government will add to the proposed price for evaluation purposes. Period of Performance The operational period of performance is for 15 continuous days starting and ending in Adak, Alaska. Exact dates for the operational period are yet to be determined, but must occur within the period of September-November 2012. Vessel Requirements 1. Minimum overall length of 100 feet (30.5 m) capable of operating in offshore and coastal waters of Alaska. Preference will be given for larger vessels up to 130 feet. 2. Minimum fuel-efficient cruising speed of 9 knots (17 km/hr) maintained in average sea conditions within the operating area. Preference will be given for vessels with faster fuel-efficient cruising speeds. 3. Minimum vessel operating endurance (e.g., fuel and water storage/making capacity) of 15 days (based on average running time of 16 hours per day at 9 knots or 17 km/hr). 4. Vessel shall be equipped with appropriate modern electronic navigational and communication equipment, including but not limited to: acoustic echo (depth) sounder; minimum of two VHF marine radios for communication; two single side-band units with at least one being synthesized in the 2-18 MHZ range; two all-weather radars (minimum 36 mile or 67 km range); a GPS plotter with navigation program. All communication equipment shall be tested and tuned before the charter begins. The vessel also must be equipped with appropriate charts for operating in coastal waters of the Bering Sea and Aleutian Islands. 5. The vessel shall also have the following: a.Bridge or wheelhouse protected from the weather. b.Minimum of 100 sq. ft. (4.6 sq. m) of fully enclosed heated and lighted interior space with table/benches and 110/220 AC electrical service, which can be dedicated to use as a wet/dry laboratory. c.A clean, uncovered flush deck area of at least 500 sq. ft. (46.5 sq. m) for storage and launching of a 16-foot (4.9 m) inflatable boat and one 22-foot aluminum SAFE boats. On deck work area(s) should be relatively clear of running gear, equipment, and stowage. d.Dry storage areas, readily accessible, of approximately 500 cubic feet (14 cubic m) for excess scientific supplies and equipment. e.At least 10 cubic feet (0.3 cubic m) of dedicated freezer space for specimens. f.Capability for loading and off-loading the scientific party, a 16-foot (4.9 m) inflatable boat with outboard motor (supplied by either contractor or Government), and a 22-foot aluminum SAFE boat with outboard motors (supplied by Government) to and from the water. Loading and off-loading of boats shall be with a crane extendable to at least 10' (3 m) past the side of the vessel and capable of lifting 2.5 tons (5000 pounds). g.Seawater and freshwater deck hoses and supply for cleaning gear and clothing. h.Potable fresh water supply adequate for vessel and personal use for the duration of the trip. 6.The Contractor shall provide Arctic-type immersion suits for all vessel crewmen. The Government shall provide immersion suits for scientific personnel if not provided by Contractor. Adequate dry storage space for all immersion suits, including those belonging to government personnel, shall be provided. 7.The vessel shall carry at the least an emergency trauma first aid kit. 8.Unleaded gasoline storage of at least 155 gallons readily available to small boats for daily refueling. Safe fuel transfer and spill response equipment to be supplied by the contractor. 9.Vessel shall have a valid stability letter from a certified marine architect/engineer, and be inspected by the USCG under the fishing vessel voluntary inspection program at least five days prior to departure. 10.Vessel shall have at least two (2) EPIRB's assigned to it. Crew requirements 1.Minimum crew of vessel shall consist of Captain, engineer-mate, cook, and deck hand. The Captain shall have a minimum of five years experience as a master of a vessel comparable in size to the vessel selected; preference will be given to Captains with more than five years experience operating in coastal (rather than offshore) waters of the western-central Aleutian Islands, and with commercial fishing and/or marine mammal experience. 2.The engineer-mate must be qualified for independently taking over operations of the vessel in the event the captain is absent or becomes incapacitated. 3.The cook will be experienced in preparing meals for 12 or more people. 4.The crew must be familiar with and the vessel must be capable of launching and retrieving skiffs in moderate seas in open, exposed areas near shore. Most sea lion haul-outs that will be visited are at island capes directly exposed to weather. Preference will be given for crews with demonstrated experience operating in launch/retrieval operations nearshore in open, exposed marine areas. 5.At least one of the crew must be a capable skiff pilot in case second skiff must be operated. The vessel will provide and identify a skiff (inflatable boat) operator. Preference will be given for identified skiff operators with demonstrated experience in offloading people and gear onto islands (e.g., sand/cobble beaches, rocky intertidal areas) and maneuvering safely near shore in swells. 6.At least one crewman must be trained in CPR and emergency first aid. 7.At least one crew member must be formally trained in survival and fire fighting at a level equivalent to that offered by the North Pacific Fishing Vessel Owner's Association. Accommodation Requirements (all costs associated with accommodations and meals shall be included in the contract price) 1.Accommodations must be provided for scientific personnel of 9-12 which may include male and female scientists to be accommodated separately. These requirements do not include those of berthing for the crew. Temporary, fold-down or undersized bunks are not acceptable for the scientific party. Clean mattresses, covers, and bedding must be provided by the Contractor. Preference will be given to greater flexibility in berthing arrangements. 2.Suitable sanitary accommodations, including head and shower separated from the living quarters and within the ship, must be available. A minimum of two heads/showers will be available for scientific personnel. Preference will be given for greater head/shower per person ratio. Hot, fresh water shower, must be provided at least every third day for each member of the scientific party. A washer-dryer shall be available for personal laundry. 3.Meals must be provided by the Contractor at no additional cost and will include three balanced, nutritious meals (including fresh fruits and vegetables) per day, one of which may be a shore lunch for the scientific party. Vegetarian meals may be required for some members of the party. Water, juice, soft drinks, fruit, and sandwiches should be available throughout the day. Due to the nature of the operation, meal hours must be flexible. The Captain and Chief Scientist will set meal hours that are mutually agreeable on a daily basis. 4.Work spaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. PERIOD OF PERFORMANCE: The operational period of performance is for 15 continuous days starting and ending in Adak, Alaska. Exact dates for the operational period are yet to be determined, but must occur within the period of September-November 2012. QUALIFICATION STATEMENT RESPONSE: The vendor's response to this Synopsis shall include the following information: 1. Vendor's name, address, point of contact, phone number and email address. 2. Vendor's interest in quoting on the solicitation when it is issued. 3. Vendor's qualifications and capability to meet all of the listed requirements. 4. Evidence of vendor's capability to execute and successfully perform comparable work in the past (list of customers). 5. Vendor's small business category and business size. The applicable NAICS code is 541712 (Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)) with a size standard of 500 employees. You must be registered in the Central Contractor Registration (CCR) to be eligible to receive an award from any future Government solicitation. For additional information, please visit the CCR website at htts://www.bpn.gov/ccr/. You must be registered in the Online Representations and Certifications Application (ORCA) to be eligible to receive a future award from any Government solicitation. For additional information, please visit the ORCA website at https//orca.bpn.gov. Any interested vendors should submit capability statement with information that clearly demonstrates their capabilities to provide the services described above in reference to Sources Sought NFFS73001203422MEC. The vendor's capability statement is merely an aid to NOAA's market research efforts. NOAA will consider all comments, supportive or critical, but may or may not use these individual comments. Standard vendor brochures will not be considered a sufficient response to the Sources Sought Synopsis. Qualification Statements will be treated separately from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Quotes. NOAA will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Respondents are advised that NOAA is under no obligation to provide respondents with any feedback on the information received. Responses to the above should be submitted emailed to mark.caban@noaa.gov, Mark E. Caban at 325 Broadway, Boulder, CO 80305-3328 no later than 5:00 PM MDT, Friday, July 29, 2012. EMAIL IS THE PREFERRED METHOD FOR RECEIVING RESPONSES TO THIS SYNOPSIS. Point of Contact: Mark E. Caban
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFS73001203422MEC/listing.html)
 
Place of Performance
Address: Aleutian Islands, Alaska, United States
 
Record
SN02783693-W 20120624/120622234941-8ef5cb20bec84c9c409436ca2d366574 (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.