SOLICITATION NOTICE
L -- ROV AND SUPPORT VESSEL TO CONDUCT ASSESSMENT OF PRIMNOA THICKET HABITAT IN THE GULF OF ALASKA
- Notice Date
- 3/28/2013
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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-13-RQ-0230
- Archive Date
- 5/24/2013
- Point of Contact
- Crystina R Elkins, Phone: (206) 526-6036
- E-Mail Address
-
crystina.r.elkins@noaa.gov
(crystina.r.elkins@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, Auke Bay Laboratory (ABL), Ted Stevens Marine Research Institute (TSMRI) in Juneau, Alaska has a requirement for an Remotely Operated Vehicle (ROV) and support chartered vessel to conduct an assessment of Primnoa thicket habitat in the Gulf of Alaska during the months of July and August 2013. The estimated period of performance is July 1, 2013 - September 30, 2013. The research will be conducted at four sites (to be identified in the solicitation) in the eastern Gulf of Alaska from Dixon Entrance to the Fairweather Ground. The depths surveyed will range from 100m to 800m. The vendor must be available for a maximum of 12 dive days at sea (plus mobilization, demobilization and transit times) and will begin in Seattle, Washington, Sitka, Alaska, or Ketchikan, Alaska. The preferred time period to accomplish this research is July 2013 - August 2013. Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform these services. The minimum requirements for this program consist of, but are not limited to: Provide an ROV capable of: conducting trip transect methodology at depths from 100m to 800m and in currents of up to 1.5 knots, the ability to conduct a minimum of four (4) three-hour dives per 24-hour period and single dives throughout the entire 24-hour period, equipped with a 5- or 7- function manipulator arm with the ability to collect and store samples during operations, have a working payload of 175 pounds, have a TrackPoint II tracking system (or equivalent), adequate positional control to travel down pre-specified transects at speeds <1 knot with intermittent stops to collect samples, a minimum of one high-definition color cameras that can be mounted high on the front of the ROV with pan, tilt and zoom functions. Provide a support vessel for launching the ROV capable of: Supporting 24-hour ROV operations, dynamic positioning ability, ability to maintain a minimum cruising speed of 16.8 km/hr in ordinary sea states, fuel capacity for 20 days of continuous operations, electric power near on-deck work area, provision to mount electric winch to the vessel's deck, accommodations for crew and maximum scientific party of 10, potable fresh water supply adequate for use during entire charter. The proposed contract action is unrestricted. The NAICS code for this procurement is 541712 and the size standard is 500 employees. Any vendor desiring to be considered for award must be registered System for Award Management (SAM) using this NAICS code. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about April 4, 2013 at http://www.fbo.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 Request for Quote (RFQ) becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential proposer 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.fbo.gov/. The estimated response due date is April 24, 2013; however, the actual date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement are to be sent in writing to Contract Specialist, Crystina Elkins at Crystina.R.Elkins@noaa.gov or via fax at (206)527-3916. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM). 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: www.sam.gov. In order to register with the SAM and to be eligible to receive an award from this acquisition office, all offerors 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 offerors to complete the electronic representations and certifications at the SAM website. 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/AB133F-13-RQ-0230/listing.html)
- Record
- SN03022911-W 20130330/130328234708-60450e57d93d2becb0628bac4a509905 (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 |