SOURCES SOUGHT
V -- VESSEL CHARTER IN EUREKA AREA
- Notice Date
- 6/25/2013
- Notice Type
- Sources Sought
- 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
- WAD-NFFR7500-13-03422
- Archive Date
- 7/25/2013
- Point of Contact
- Maria L Mendoza, Phone: (206)526-6671
- E-Mail Address
-
Maria.L.Mendoza@noaa.gov
(Maria.L.Mendoza@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is not a presolicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service Disabled Veteran owned, and Women owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions. The Fisheries Ecology Division of the National Marine Fisheries Service (NMFS) Southwest Fisheries Science Center (SWFSC) is continuing its expansion of ocean observation activities to the coastal ocean off Northern California (Cape Mendocino to the California-Oregon border). We will be conducting oceanographic surveys to collect data at specified stations, e.g., sampling plankton with a variety of nets and measuring ocean conditions such as temperature and salinity using a CTD and attached sensors, and to collect data along the sampling transect, such as continuous sampling of near-surface temperature, salinity, and chlorophyll (fluorescence), spatially integrated samples of nearshore plankton using, for example, a Continuous Underway Fish Egg Sampler (CUFES), and visual surveys of seabirds and marine mammals. The goal of this project is to collect information that contributes to our understanding of the physical, chemical, and biological state of the California Current Large Marine Ecosystem as part of the Pacific Coastal Ocean Observing System (PaCOOS). Services of a vessel capable of supporting such research are required to support ten (10) cruises, each of twelve (12) hours duration, at approximately monthly intervals to be scheduled in coordination with NMFS investigators in response to weather opportunities. B. Vessel Requirements 1. Minimum overall vessel length of 70 feet and minimum main engine continuous horsepower of at least 550-600. 2. Vessel must be able to maintain a cruising speed of at least 8 kts. in moderate sea states. 3. A winch and davit/boom/A-frame/J-frame is required to deploy plankton nets off the port side of the vessel. This system must be located near an unobstructed rail and must: a) have a minimum clear height beneath a hanging block of 5 ft throughout its entire range of motion; b) be capable of extending that block at least 3 ft over the side; c) be capable of towing a 1,000 lb load while underway at speeds up to 2 knots. The winch controls must allow the operator to measure the amount of cable deployed, to ‘zero-out' this measure to account for slippage during operations, and to measure the rate at which cable is being paid out or retrieved. 4. A winch and davit/boom/A-frame/J-frame with appropriate block is required to deploy the CTD to allow real-time observation of hydrographic data and to control collection of water samples for adaptive sampling of the water column. The winch controls must allow the operator to measure the amount of cable deployed, to ‘zero-out' this measure to account for slippage during operations, and to measure the rate at which cable is being paid out or retrieved. 5. A winch fitted with slip-rings and conducting cable and and A-frame with appropriate block is required to deploy plankton and mid-water trawl nets of modest size off the vessel stern. The winch must be spooled with a minimum of 500 meters of 5/16" stainless steel cable (Note: NMFS will supply the cable if necessary). The winch controls must allow the operator to measure the amount of cable deployed, to ‘zero-out' this measure to account for slippage during operations, and to measure the rate at which cable is being paid out or retrieved. 6. A workspace with sink and seawater drain is required for concentrating and preserving plankton samples. This workspace must provide space for safe accommodation of sample fixatives (e.g., formalin, ethanol). NMFS will provide appropriate containers and secondary containment for these chemicals. 7. Provision of instrumentation, computer resources, and associated seawater supply to allow collection of "continuous" (sub-minute interval) collection of data on near-surface temperature, salinity, and fluorescence (proxy for chlorophyll concentration) data. Seawater supply should be configured so as to minimize vessel influence on especially temperature. 8. A continuous, low-pressure supply of seawater to the deck is required, that accommodates convenient placement of a seawater filtering system (supplied by NMFS) in the area where plankton samples will be processed. 9. Vessel must provide a clean, flush deck area for sampling equipment including an area (at least 8 ft x 10 ft) directly below the stern A-frame, and an area (at least 8 ft x 10 ft) directly adjacent to the port-side davit/boom/A-frame/J-frame. On-deck work areas must be clear of running gear, equipment, vertical obstructions, and stowage. 10. Vessel must provide a convenient NMEA connection to GPS for use by the scientific crew. 11. Vessel must provide dry storage area (at least 24 ft2) for holding scientific supplies and toolboxes, with easy access to the deck. 12. Vessel must provide high-pressure seawater deck-hose to wash down the sorting area and for rinsing down plankton nets. 13. Vessel must have a crane capable of lifting and handling loads in excess of 1500 pounds to assist with loading and off loading of scientific gear. 14. Vessel must provide access to a chart table or navigation software in or adjacent to the wheelhouse. 15. Vessel must provide suitable dedicated dry and protected counter space with nearby 110/120v power outlets for installation of Government-supplied personal computers and other electronic devices (typically, enough room to accommodate three laptop computers). 16. Vessel must provide approximately 10 ft3 of freezer storage (exclusive of space for ship's stores) for samples. 17. Vessel must provide clean and appropriate head and galley facilities for vessel and scientific crew. 18. Vessel must be designed, construction and maintained for sea-kindliness and safety. 19. Vessel shall meet all U.S. Coast Guard marine debris disposal requirements. C. ELECTRONIC EQUIPMENT REQUIREMENTS 1. Minimum communications requirements: two VHF radio sets with battery backup in the event of loss of normal power. 2. GPS, radar, and navigational software. 3. Depth sounder (color display to 100 fm or more) D. SAFETY 1. Vessel shall hold a current U.S. Coast Guard "Letter of Designation" as a uninspected Research Vessel and meet all U.S. Coast Guard safety standards for vessels of her style and length. Any delay of the charter due to failure of the vessel to pass USCG safety inspection may result in loss of payment for the period of the delay. 2. Vessel must have adequate personal flotation devices and life rafts to accommodate all persons aboard. 3. The vessel will provide adequate and effective communications between the bridge and working areas during scientific operations, and the Captain will ensure that all crew carry and use necessary communications equipment as required. 4. The Captain is responsible for all matters relating to safety of persons, the vessel, and equipment operation. The Captain shall adhere at all times to Navigational Rules and Rules of the Road whether it be while towing, running, drifting, or when at anchor. He/she shall review safety procedures, drills, alarms, and equipment with the scientific party at the beginning of the cruise. 5. The contractor shall provide U.S. Coast Guard approved survival suits for all crew members. The Government will provide survival suits for the scientific personnel, if necessary. 6. Preferred vessel shall have a Stability Letter for its current configuration, signed by a qualified naval architect. A copy of the Stability Letter, if available, should be included along with the other requested materials in the vessel's bid package. 7. A fully-tested EPIRB must be affixed to the exterior of the vessel in a manner approved by the U.S. Coast Guard. 8. A crew member with First Aid or EMT certificate is desired but not essential. E. GOVERNMENT PROVIDED EQUIPMENT AND SUPPLIES 1. All scientific sampling equipment and supplies. 2. Plankton nets (Bongo, Pairovet, Manta). 3. CTD and attached sensors. 4. Multiple-net, opening/closing Tucker trawl, attachment gear, messengers, and (if necessary) 500m of 5/16" stainless cable. F. CREW REQUIREMENTS 1. The Vessel shall be responsible for providing sufficient crew to support the operations described in this document. 2. The Captain shall have a minimum of five years experience as master of a comparable vessel. 3. Experience in the conduct of research surveys is highly desirable for the Captain, though not required. G. SCIENTIFIC PERSONNEL 1. The scientific party shall consist of a minimum of 4 and not more than 8 persons, and may include individuals of either or both genders. 2. One government employee or contractor (Cruise Leader) will be responsible for coordination with the vessel captain and crew, implementation of the Scientific Operation Plan, compliance to the charter terms, and supervision of the research staff. H. OPERATING PROCEDURES 1. The Cruise Leader in consultation with the Captain will determine the arrangement of scientific watches. The Captain will determine the arrangement of crew watches. The Cruise Leader has the final authority except in matters relating to safety of the vessel and vessel personnel. 2. The Cruise Leader and Captain will communicate frequently to discuss survey operations, resolve any problems that occurred, and plan ongoing activities. 3. The crew, as directed by the Captain or his designee, shall provide appropriate, support to scientific operations, particularly with respect to control of vessel equipment. As necessary, such support may be provided by an individual dedicated entirely to scientific operations on a temporary basis (e.g., while manning a winch). The crew, when not required by the Captain for vessel operations, shall assist the scientific party in sorting the catch and obtaining biological data. 4. All fish or other organisms taken in the trawl remain the property of the Government. The Cruise Leader is responsible for their disposition. NOAA policy prohibits retaining any portion of the catch for commercial purposes. 5. The Captain and crew shall exercise due caution and follow safety procedures as directed by the Cruise Leader to help prevent damage or loss of Government equipment. Specific procedures for deploying sampling gear and instruments will be presented in writing to the Captain before the start of the cruise. Contractor shall take all precautions in protecting Government equipment, and is not responsible for any damage to or loss of Government equipment, save in the event of gross negligence regarding operating procedures or state of repair of vessel or its equipment. 6. The Contractor shall provide for all routine operating expenses of the vessel incurred during charter days. I. TIME AND ACTIVITY PLAN The cruise will start and end at a suitable wharf in Eureka, California. The vessel will be available the day prior to expected departure for loading, configuration, and stowing of scientific gear; the need for reasonable flexibility in scheduling mobilization is mutually understood, particularly given the vagaries of weather off northern California. If NMFS is supplying the 5/16" cable, crew will be available to spool the cable onto the appropriate winch at the published mobilization rate. Departure times will be determined by the Captain in consultation with the Cruise Leader. Scientific operations will be conducted around the clock, commencing immediately upon arrival at the first station. A detailed cruise plan will be submitted to the Captain at least two weeks before the departure date. The cruise plan will include a daily list of sampling stations (waypoints) with coordinates and an activity plan for each station. J. FOUL WEATHER DAYS If inclement weather or sea state, as determined by vessel Captain or Cruise Leader, preclude safe operations, operations will be suspended until favorable conditions return. Weather days away from home port shall be charged according to the published weather day rates. There will be no reimbursement for days when the vessel remains at home port and is unable to conduct sampling operations due to stress of weather. However, days lost due to weather may be added at the end of the cruise, upon the mutual agreement of the Owner and the Cruise Leader. K. VESSEL BREAKDOWN If the vessel's mechanical, electrical, hydraulic, navigational, or other critical operating systems malfunctions during the cruise and causes loss of sampling days, the Contractor will not be reimbursed for time when the vessel remains idle and/or undergoing repairs. Loss of sampling time or days shall be charged and prorated for the actual time of use including run time back to port (calculated on the basis of normal cruising speeds). However, days lost due to breakdown may be added at the end of the cruise, upon the mutual agreement of the Owner and the Cruise Leader. The period of performance of this contract shall commence Sept 1, 2013 through June 30, 2015 with no option period. The North American Industry Classification Code (NAICS) is 483114 with a size standard of 500 employees. Interested firms shall provide in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm's capability and experience meeting the vessel requirements and personnel qualification described herein and include your firm's name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, and so forth. Any response that does not include this information will not be considered. The Government will review your response to determine if the equal product being offered meets the government's technical requirements. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise that any procurement action that may be issued for the Government's requirements. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All contractors doing business with the Government are required to be registered with the System for Award Management (SAM). NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Detailed information must be submitted by email to the Purchasing Agent, Maria L. Mendoza at maria.l.mendoza@noaa.gov by 09:00 AM local Seattle time (PST), on Wednesday, July 10, 2013. Questions of any nature must be addressed in writing as TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/WAD-NFFR7500-13-03422/listing.html)
- Place of Performance
- Address: SANTA CRUZ, California, United States
- Record
- SN03098908-W 20130627/130625234936-4d3334656648d033d451244cf1fafed8 (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 |