Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 05, 2013 FBO #4150
SOLICITATION NOTICE

19 -- PROVIDE RESEARCH CHARTER VESSEL TO CONDUCT SAMPLING - SF18 with clauses

Notice Date
4/3/2013
 
Notice Type
Combined Synopsis/Solicitation
 
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-0076
 
Archive Date
4/19/2013
 
Point of Contact
WILLIAM BELL, Phone: 206 526-4425, Randall Brown, Phone: 206 526-6226
 
E-Mail Address
Bill.Bell@noaa.gov, randall.w.brown@noaa.gov
(Bill.Bell@noaa.gov, randall.w.brown@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Please return the SF18 with your bid. No clause are required to be returned. COMBINED SYNOPSIS/SOLICITATION AB-133F-13-RP-0076 (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 AB-133F-13-RP-0076/WSB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (IV) This solicitation is opened to all small businesses. The associated NAICS code is 483114. The winning bidder must have NAICS Code 483114 in the System for Award Management Database. The winning bidder must have the NAICS code in the vendor's System for Award Management (SAM) profile. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001: Provide research charter vessel to conduct sampling for juvenile Chinook salmon for 10 work days in Skagit Bay in accordance with the statement of work. (VI) Description of requirements is as follows: STATEMENT OF WORK AB-133F-13-RP-0076 Statement of Work: Skagit Intensively Monitored Watersheds Research: Charter for surface trawling in Skagit Bay and Swinomish Channel. Organization: The Northwest Fisheries Science Center (NWFSC), National Marine Fisheries Service (NMFS), National Oceanic and Atmospheric Administration (NOAA), Department of Commerce (DOC), is a government agency charged with the mission of stewardship for living marine resources. General: We are seeking a research charter vessel to conduct sampling for juvenile Chinook salmon for 10 work days in Skagit Bay and Swinomish Channel. We will capture Chinook salmon and other species using a paired surface trawl, measure species and collect samples, and collect zooplankton and abiotic data. Period of performance: Date of Award - May 24, 2013. Project Description We will conduct a monitoring effort in Skagit Bay to assess the Skagit River Chinook salmon juvenile outmigration, and potential fish and jellyfish competitors and prey. This effort was initiated in 2001 to aid status monitoring of Chinook salmon, and continued in 2005 as part of the Skagit Intensively Monitored Watershed project to examine effects of estuary restoration on Chinook salmon. We are seeking a charter vessel to assist with this work. Vessel Requirements (see also Additional Requirements, below) We will conduct 10 days of fieldwork spaced out over multiple work weeks. It is preferable that the captain have prior working knowledge of scientific research trawl protocols. Specific Vessel Requirements: 1. The recommended vessel will be in a range of 38-75 feet long. 2. In order to effectively sample in Skagit Bay and transit through Swinomish Channel, the vessel's draft should be < 8 feet. 3. The minimum continuous horsepower output from the main engine is approximately 300hp. 4. Vessel should be able to maintain a minimum cruising speed of at least 15 km/hr (8kts) in low sea states. 5. Ideal vessel would have a primary winch for deploying fishing gear as well as the additional winch capability to simultaneously deploy other oceanographic instruments. 6. A clean, flush deck area for sampling equipment including an area (approximately 8 x 8 ft2) for processing biological samples and obtaining biological data. This area must have accessible AC power, and accommodate use of chemicals for preparation and preservation of biological samples. The work area shall have easy access to scuppers to discard unwanted catch, holding bins/tanks/containers to hold species prior to and after tagging for recovery. On-deck work area shall be clear of running gear, equipment, vertical obstructions, and stowage. 7. Dry storage area in the main deck house for holding scientific supplies/equipment. 8. Seawater deck-hose for supplying fish holding tanks. On/off switch shall be readily available from the working deck. 9. A suitable dedicated dry counter with adjacent power outlets for installation of Government-supplied personal computer(s), printer, and various electronics. 10. Wet counter space (minimum 6 ft2) for dissections and sample processing. 11. Freezer space for samples. Freezer space must be reasonably and safely available from the deck and must be continuously available to the scientific party. 12. Potable fresh water supply adequate for vessel and personal use of crew and scientists. 13. Clean and sanitary accommodations for crew and scientific field party (4-8 scientists) 14. Head shall be clean and operating appropriately; toilet will not emit odors or back flush. 15. Work spaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. 16. Bunks shall be clean and comfortable. 17. In an effort to reduce marine debris pollution, the Captain shall comply with waste management regulations as described in Section V of MARPOL. The vessel shall be required to have a storage facility, to retain all refuse so it is not disposed at sea. 18. Captain must have prior familiarity of sampling techniques as well as biological gear (such as CTDs) and fish handling techniques. 19. The vessel must possess a Coast Guard certification. In addition, conformance with present regulations for commercial fishing vessels requires that the master or an individual in charge of the vessel ensures that safety drills and instruction are conducted at least once a month (46 CFR 28.270). Safety orientations must be given to each individual on board that has not received the instruction and has not participated in the drills before the vessel can continue to operate. Electronic Equipment Requirements 1. Radios: A VHF set, a single side-band unit, and a system for switching to battery power for radio operation in the event of interruption of the normal power supply. 2. Plotter with capability of plotting from GPS or LORAN C. 3. GPS - with 6 channels, sequential capability to track satellites. 4. Radar - minimum range of 15 miles. 5. Depth Sounders - color scope unit with minimum range of 914 m (500 fm) and operating in the 25-50 kHZ range. 6. The C&A requirements of clause 73 do not apply, and an IT Security Accreditation Package is not required. Crew Requirements 1. The minimum fishing crew shall consist of (1) Captain. 2. The Captain shall have a minimum of 8 years sea experience with 5 years as a master of a comparable-sized vessel. 3. Offerors shall provide a resume indicating pertinent employment experience. Scientific Personnel 1. The government field party shall consist of 4-8 individuals. 2. One member of the scientific party will be responsible for implementation of the Cruise Plan, compliance to the charter terms, disposition of catches and the conduct and performance of scientific personnel aboard the vessel. 3. Scientific personnel will provide own bedding, towels, food, and personal gear, including life vests/float coats. Scientific personnel may spend the night onboard the boat for research the following day. Operating Procedures 1. The contractor shall provide a place on the boat for scientific personnel to consume meals. Meal times will be coordinated with the Field Party Chief to accommodate the need to complete sampling work. 2. Workday length and hours will be determined by the Field Party Chief in consultation with the Captain. Working days may be up to 12 hours. The decision will be based on the type of activity expected as well as on prevailing weather conditions and the Cruise Plan. The Field Party Chief may cancel the research cruise up to 24 hours in advance due to inclement weather and has the final authority in scientific matters. The Captain may also be asked to provide data on the navigational records. 3. The Field Party Chief and the Captain will meet at least once a day during sampling to discuss operation and resolved problems. They will work together to resolve sampling locations, transits, and scheduling. In the event that they cannot reach agreement on any problem which has the potential for compromising the research or threatens the safety of the Scientific Personnel, the Field Party Chief will direct the vessel to return to port where an acceptable solution will be arranged between the Government and the Contractor. 4. All fish taken remain the property of the Government. The Field Party Chief is responsible for their disposition. Present NOAA policy specifically prohibits retaining any portion of the catch for commercial purposes or for personal use and consumption. 5. The Captain shall operate the boat in a safe matter for all personnel onboard. The hydraulic winches shall be in good working order. 6. The contractor shall provide for all operation expenses of the vessels incurred during charter days. These expenses include moorages, fuel, personnel cost, etc. Safety 1. The vessel's Captain is responsible for all matters relating to safety of personnel, the vessel, and equipment operation. The U.S. Coast Guard shall possess a certification that is valid for the time period of the charter. The ship shall be operated in accordance with U.S. Coast Guard's Navigation Rules and the U.S. Maritime Regulations at all times. 2. At the time of submission of the proposal and bid, the contractor shall provide (if available) the Stability Letter from the vessel's Stability Report, certified by a licensed naval architect/marine engineer, which describes the vessel's stability characteristics for the intended charter operations. Recent stability or marine survey reports, pictures, drawing or blueprints should be included along with other required information to assist in the evaluation. 3. A Category I 406 MHz EPIRB must be affixed to the exterior of the vessel in a manner approved by the USCG. 4. The captain should have fire-fighting experience equivalent by the North Pacific Vessel Owner's Association. Government-Provided Equipment and Supplies 1. The scientific equipment will be research supplies, trawling gear, personal safety and flotation gear, and a skiff required for paired trawling. The scientific equipment may be left onboard the boat overnight if research will be performed the following day. The research charter vessel will conduct sampling for juvenile Chinook salmon for 10 work days in Skagit Bay. The principal time will be daylight hours Monday to Friday, and the principal area of research will be Deception Pass to Crescent Harbor. Chinook salmon and other species will be captured using a paired surface trawl. Species will be measured and samples collected. Zooplankton and abiotic data will also be collected. Please see the attached statement of need for details. (VII) Date(s) and place(s) of delivery and acceptance Date of Delivery: May 24, 2013 Delivery will be FOB Destination. SHIP TO: NORTHWEST FISHERIES SCIENCE CENTER FE DIVISION 2725 MONTLAKE BLVD E. SEATTLE, WA 98112 (VIII) The period of performance for the base contract shall be from date of award to May 24, 2013. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide a capability statement describing qualifications to perform the requirements. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Bill Bell either through email Bill.Bell@noaa.gov or fax at 206 526-6025 no later than April 10, 2013 at 5pm Pacific Standard Time. (X) FAR 52.212-2, Evaluation - Commercial Items 2005-66, applies to this acquisition. Paragraph (a) is hereby completed as follows: Lowest Price Technically Acceptable. Offers will be evaluated based on price and the factors set forth in the Section 6, past performance, FAR 12.601 and FAR 13.106-2, and award will be made to the firm offering the lowest price technically acceptable to the Government in accordance with the Statement of Work. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 2005-66 and System for Award Management Registration (SAM) FAR Clause 52.204.99 (Class Deviation from 52.204-7 (September 2012) (DEVIATION). (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items 2005-66, applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 2005-66 applies to this acquisition. The following clauses under subparagraph (b) apply: Please refer to the SF18 with Clauses. (XIV) 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.acquisition.gov/far/index.html Additional clauses are attached as a separate document on this FBO announcement. (End of Clause) (XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XVI) Quotes are required to be received in the contracting office no later than 5pm Pacific Standard Time on April 18, 2013. All quotes must be faxed or emailed to the attention of Bill Bell. The fax number is (206) 526-6025 and email address is bill.bell@noaa.gov. (XVII) Any questions regarding this solicitation should be directed to Bill Bell, 206 526-4425, and email address: bill.bell@noaa.gov or Randall Brown, 206 526-6226 and email Randall.W.Brown@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-13-RP-0076/listing.html)
 
Place of Performance
Address: NORTHWEST FISHERIES SCIENCE CENTER, FE DIVISION, 2725 MONTLAKE BLVD E., SEATTLE, Washington, 98112, United States
Zip Code: 98112
 
Record
SN03027243-W 20130405/130403234237-cd5ded763590092a6a1c002e136275c7 (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.