Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2012 FBO #3995
SOLICITATION NOTICE

19 -- Biennial Bottom Trawl Surveys of Alaskan Groundfish in the Gulf of Alaska, Aleutian Islands, and Continental Slope of the Eastern Bering Sea

Notice Date
10/30/2012
 
Notice Type
Presolicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
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
AB-133F-13-RP-0018
 
Archive Date
3/24/2013
 
Point of Contact
Kate R. Steff, Phone: 2065266370
 
E-Mail Address
kate.r.steff@noaa.gov
(kate.r.steff@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The National Oceanic Atmospheric Administration (NOAA), Alaska Fisheries Science Center (AFSC), has a requirement for a multi-vessel charter (three (3) vessels) for the Biennial Bottom Trawl Surveys of Alaskan Groundfish in the Gulf of Alaska, Aleutian Islands, and Continental Slope of the Eastern Bering Sea. AFSC requires three (3) commercial stern trawlers with experienced crew to conduct stock assessment bottom trawl surveys of groundfish in the Gulf of Alaska (2013 and 2015) and in the Aleutian Islands and the upper continental slope of the eastern Bering Sea (2014 and 2016). Each vessel will need to be completely rigged for trawling with a stern ramp and gallows or gantry, two net reels each with capacity for one standard, four-seam Poly'NorEastern bottom trawl, and be equipped with modern navigation, fish-finding, and communications electronics. The AFSC Resource Assessment & Conservation Engineering Division will provide the trawls, bridles, and trawl doors. The survey areas comprise stations at depths that range 10 up to 1,200 m (6-660 fm) requiring each vessel to have split trawl winches with a minimum of 1,463 m (800 fm) of 2.53 cm- (1 in-) diameter steel core trawl cable in good condition and available for fishing on each drum (not total capacity) but a preference for vessels having 1,830 m (1,000 fm) of 2.53 cm- (1 in-) diameter steel core trawl cable or more available for fishing on each drum (not total capacity) to ensure complete coverage including the deeper sites in the study areas. An experienced skipper and a four-member fishing crew will be needed to operate each vessel and the fishing gear, while a team of six scientists will direct survey operations. The Gulf of Alaska survey spans up to 75 days and will be conducted from mid May to late July where approximately 280 tows will be conducted by each of the three vessels involved in the survey. On alternate years, two vessels will conduct trawl surveys off the Aleutian Islands that span up to 70 days, completing approximately 210 tows for each of the two vessels involved, from early June to early August. The third vessel will conduct the upper continental slope survey of the eastern Bering Sea, completing approximately 200 tows as part of the survey, also from early June to early August. Further specifications and full details will be provided in the Solicitation Package. Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform the requirements for the Biennial Continental Slope Bottom Trawl Survey of Groundfish Resources in the Eastern Bering Sea, except as noted in the Statement of Work. The resulting three (3) firm-fixed-price (with reimbursable line items for communications and moorage with optional line for Government Property Transport) contracts will have a base period of performance of charter from approximately mid-May mid-August 2013, up to 75 charter days. Currently, fuel is planned to be provided via Defense Logistics Agency (DLA) contract. Should the DLA not be available, then fuel shall be reimbursed at cost. The proposed contract is 100% set-aside for small business concerns. The NAICS code for this procurement is 483114 and the size standard is 500 employees. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about December 12, 2012 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 RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential offeror 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 January 24, 2013; however, the actual date offers are due will be stated within the solicitation documents. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Kate Steff at Kate.R.Steff@noaa.gov or via fax at 206.527.6940. ***All vendors doing business with the Government are required to be registered with the SYSTEM FOR AWARD MANAGEMENT (SAM) (this replaces the former CCR and ORCA).*** NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: http:///www.sam.gov/. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) within their SAM registration. In order to register with SAM and to be eligible to receive an award from this acquisition office, all vendors 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. All responsible and fully responsive sources may submit a proposal which will be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-13-RP-0018/listing.html)
 
Place of Performance
Address: Bering Sea, Starting At, Dutch Harbor, Alaska, 99685, United States
Zip Code: 99685
 
Record
SN02921125-W 20121101/121030233746-20c0aa94f07c0a7f07714255d96e3442 (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.