MODIFICATION
V -- NON-PERSONAL SERVICES OF A PART-TIME OPERATOR-IN-CHARGE (OIC) TO OPERATE RESEARCH VESSEL SHEARWATER, HOME-PORTED IN SANTA BARBARA, CA
- Notice Date
- 7/16/2012
- Notice Type
- Modification/Amendment
- NAICS
- 488330
— Navigational Services to Shipping
- 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
- NCND6021-12-02764SRG
- Archive Date
- 7/26/2012
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- AMENDMENT 1 - QUESTIONS AND ANSWERS Answers to the "Second Vessel Operator in Charge" questions: 1. QUESTION: SOW I Background. First paragraph, second to last sentence states "For every five days at sea, approximately one maintenance day in port is required in addition to a winter repair period of up to eight weeks." SOW VII Budget instructs the bidder to use 29 days at-sea for cost proposal preparation. Should the cost proposal include costs for the maintenance requirements in SOW I Background in addition to the at-sea days? ANSWER: In the cost proposal, please only include the cost for 29 days at sea (12 hr). In port maintenance may be required, but will be paid on an hourly, as needed basis (no more than 8 hrs/day). Feel free to include an hourly rate, along with your day rate, but please only bid for 29 (12 hr) days at sea for each option. (Note: there is an initial base period of 9/1/2012-12/31/2012, then four 6-month options of 29 days at sea each). 2. QUESTION: SOW I Background. For the winter repair period, the SOW states up to eight weeks. If these costs are to be priced, can the Government provide a specific number of weeks for the winter repair period to level prospective bidders? ANSWER: The winter repair periods vary each year. This year, we are looking at about two weeks of in water repair during fall/winter 2012, and a month long haul out in June 2013. The role of vessel operators during this period is to help with transport of vessel to the ship yard and various maintenance items as needed. Please do not bid on this separately. If the second vessel operator is needed during this preiod, they will be paid at an hourly rate, up to 8 hours, and this cost will be taken out of the 29 day at sea bid. 3. QUESTION: SOW II Responsibilities, #12 Insurance. Can the Government provide specific coverage limits that are deemed "sufficient" maritime insurance? ANSWER: The language "sufficient liability insurance," is there because there is no specific NOAA Small Boat Program requirement for any sort of insurance, so we don't have clear guidance on what is appropriate. What we have in mind is (P&I) Protection and Indemnity, not the larger more robust policies like MGL or MEL. Our intention is that the contractor will have coverage in the case a third party went after them for injury damages, or if the government was after them for damages to the vessel. Liability insurance in the order of 1 million is probably a prudent business practice for a contractor; however, there is no specific amount we require. 4. QUESTION: SOW VI Evaluation Factors. The technical evaluation factors state the number of years of experience in various areas will be considered during the evaluation. Is there a specific number of years for each item that the Government requires as a minimum? ANSWER: Minimum requirements are listed under SOW Section III - Required Minimum Knowledge and Experience. Note: Section III.3.e. Ability to captain a vessel safely and efficiently. Minimum 5 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. Section III lists the minimum requirements. Anything above those requirements, as listed under Section VI, is given extra weight because of experience level and reduction in initial training time and costs. COMBINED SYNOPSIS/SOLICITATION NON-PERSONAL SERVICES OF A PART-TIME OPERATOR-IN-CHARGE (OIC) TO OPERATE RESEARCH VESSEL SHEARWATER, HOME-PORTED IN SANTA BARBARA, CA (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 NCND6021-12-02764SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 488330. The business size standard is $35.5 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Non-personal services of a part-time Operator-in-Charge (OIC) to operate Research Vessel SHEARWATER, home-ported in Santa Barbara, CA in accordance with the statement of work for the period of four months. CLIN 1001 - Non-personal services of a part-time Operator-in-Charge (OIC) to operate Research Vessel SHEARWATER, home-ported in Santa Barbara, CA in accordance with the statement of work for the period of six months. CLIN 2001 - Non-personal services of a part-time Operator-in-Charge (OIC) to operate Research Vessel SHEARWATER, home-ported in Santa Barbara, CA in accordance with the statement of work for the period of six months. CLIN3001 - Non-personal services of a part-time Operator-in-Charge (OIC) to operate Research Vessel SHEARWATER, home-ported in Santa Barbara, CA in accordance with the statement of work for the period of six months. (VI) Description of requirements is as follows below in the Statement of Work. (VII) Period of performance shall be: Base Year for a four month period 9/1/2012 through 12/31/2012. QUOTED PRICE tiny_mce_marker _________________ Option Period I for a six month period 1/1/2013 through 6/30/2013. QUOTED PRICE tiny_mce_marker _________________ Option Period II for a six month period 7/1/2013 through 12/31/2013. QUOTED PRICE tiny_mce_marker _________________ Option Period III for a six month period 1/1/2014 through 6/30/2014. QUOTED PRICE tiny_mce_marker _________________ Option Period IV for a six month period 7/1/2014 through 12/31/2014. QUOTED PRICE tiny_mce_marker _________________ (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 Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-3163 no later than 4:00 p.m. MST, July 23, 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. All evaluating factors will have similar or same ranking under the best value. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Technical Evaluation Factors listed in the Statement of Work as shown in paragraph VI Evaluation Factors 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 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 (MAY 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) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAY 2011) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (47) 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.). (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (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 one 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: http://www.arnet.gov (End of Clause) The following additional FAR terms and conditions apply: 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.216-7, Allowable Cost and Payment (Jun 2011) 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 (Apr 1984) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) 52.242-15, Stop-Work Order (Aug 1989) 52.246-16, Responsibilities For Supplies (Apr 1984) 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. 1352.237-71, Security processing requirements-low risk contracts. Security Processing Requirements-Low Risk Contracts (APR 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days-National Agency Check and Inquiries (NACI). (2) Contracts less than 180 days-Special Agency Check (SAC). (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days-National Agency Check and Inquiries (NACI). (2) Contracts less than 180 days-National Agency Check and Inquiries (NACI). (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility ( i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (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 4:30 P.M. Mountain Standard Time on 4:00 p.m. MST, July 25, 2012. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-3163 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-3163. STATEMENT OF WORK Requisition Number: NCND6021-12-02764 Channel Islands National Marine Sanctuary Second Vessel Operator in Charge I. INTRODUCTION Background Channel Islands National Marine Sanctuary (CINMS) requires the non-personal services of a part-time Operator-in-Charge (OIC) to operate Research Vessel SHEARWATER, home-ported in Santa Barbara, CA. This position is to serve as the 2nd of two OICs. The position is subordinate to the Senior OIC when both are aboard R/V Shearwater at the same time. 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 operates 50-150 days per year, spending the majority of her time working around the five northern Channel Islands. For every five days at sea, approximately one maintenance day in port is required in addition to a winter repair period of up to eight weeks. ONMS operates a variety of research vessels and occasionally cross decks crew. Objectives The 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), and Office of National Marine Sanctuaries (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) Ensure that all required monthly, quarterly and annual safety inspections have been completed aboard the vessel. 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. Accomplish items specifically tasked by the Operations Coordinator or site management. 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) Inspect and maintain safety equipment in accordance with NOAA procedures. 11) 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. 12) Possess sufficient liability insurance and agree to indemnify the Department of Commerce and/or NOAA for any negligent acts committed by the OIC. 13) Maintain the Preventative Maintenance and Repair Schedule spreadsheet for the Research Vessel Shearwater. 14) Provide oversight during shipyard and repair periods. 15) Sail in the position on 1st Mate when the Senior OIC is aboard or if requested by the Vessel Operations Coordinator. 16) Subcontract for vessel related services and repairs, maintenance, parts required for the operation of the vessel, as approved by the COTR. 17) Maintain currency on all required certifications. 18) 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 100-Ton (or greater) 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 CPR with AED, Medical O2 Administration, and First 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  Remotely-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 5 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) 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). g) Experience supporting dive operations, including running a SCUBA compressor, tending divers, familiarity with NOAA Dive Regulations and dive accident emergency management. 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 prevailing weather conditions and 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 Emergency Medical Technician (EMT) or Medical Person in Charge (MPIC) certification. 5) 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 at 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 29 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 60ftin 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 $250.00 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. ADDITIONAL INFORMATION FOR VENDOR: 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NCND6021-12-02764SRG/listing.html)
- Place of Performance
- Address: CHALLEL ISLS NATL MARINE SANCTUARY, 113 HARBOR WAY, SANTA BARBARA, California, 93109, United States
- Zip Code: 93109
- Zip Code: 93109
- Record
- SN02803926-W 20120718/120716235010-87a7f7be76339fae9cd042871de20b5f (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 |