Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOLICITATION NOTICE

B -- VESSEL TO PARTICIPATE IN TRAPPING SURVEY

Notice Date
7/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
 
ZIP Code
64106
 
Solicitation Number
NFFN7110-13-04091SLW
 
Point of Contact
Sharon L. Walker, Phone: (816)426-7470
 
E-Mail Address
sharon.walker@noaa.gov
(sharon.walker@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce (USDOC), National Oceanic Atmospheric and Administration (NOAA), and the National Marine Fisheries Service intend to procure services of a vessel to participate in reef fish side scan sonar/video trapping survey. Project Title: A cross-shelf trap and stereo camera survey of hard bottom habitat in the northeast Gulf of Mexico Purpose: The survey's primary objective is to generate indices of relative abundance of federally-managed reef fishes for stock assessments and to inform fishery managers. Another objective is to map and characterize natural reef habitat in the NE Gulf of Mexico using side scan sonar to help guide and improve survey statistical design and determine species-habitat relationships. Scope of Work: The contractor shall provide a vessel that meets the specifications outlined in this document. The vessel will be used in performance of side-scan mapping, deployment and retrieval of stationary video cameras, and fish trapping. The equipment required to perform the work will be provided by NOAA Fisheries except for vessel services. In addition, the vessel daily rate will include the services of the captain and crew and berthing accommodations equal to that of the crew for up to 4 (four) NOAA fisheries biologists. The vessel will be required for up to 30 days. Proposed work:30 sea days (2 x 10 day trips and 2 x 5 day trips) in the area between Pensacola, FL and Cedar Key, FL. Period of Performance:This work will be completed within one year from date of award. Vessel Criteria/Requirements: Minimum vessel requirements: - Maintainable cruising speed of at least18 kts - Length (LOA) of at least 60 ft - Draft less than 6 ft - Ability to safely operate in at least 4' seas up to 60 nm from shore. - At least 250 sq ft of useable deck space. - Ability to operate independently of land for at least 10 days. - Air conditioned accommodations for 4 scientists isolated from bridge and work areas. - Refrigerated storage capacity for food for scientists and crew for at least 10 days. - 600 gal fresh water or freshwater maker. - Head and freshwater shower. - Air conditioned lab space for at least 3 computers and photography gear. - Wet working area for fish dissection. - Full galley. - Capable of pinpoint gear deployment and retrieval (within 5m). - Ability to secure side scan winch (100 lbs) to back deck and withstand towing force. - Capable of towing a side-scan sonar unit at speeds between 2 and 5 kts. - Capable of retrieving gear weighing up to 400 lb from depths up to 160ft (using either a winch with capstain or pot-hauler). - A-frame or U-frame with 500 lb lifting capacity and large enough to retrieve gear up to 6 ft wide. - 2 DSC VHF radios (Digital Selective Calling), single side band radio or satellite phone, EPIRB (Emergency Position Indication Radiobeacon), life raft, and all equipment required by the USCG. - Auto pilot, depth sounder, radar, 2 GPS units, and 120VAC power. Deliverables:30 sea days (2 x 10 day trips and 2 x 5 day trips) in the area between Pensacola, FL and Cedar Key, FL. This is a small business set-aside. The NAICS code for this action is 488390. Size standard not to exceed $35.5M. This support service is being procured under the guidelines of FAR Part 13, Simplified Acquisition Procedures and Part 12 Commercial Items. The Eastern Region Acquisition Division (ERAD) requires that all contractors doing business with the Acquisition Office must be registered with the Systems for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register in please access the following website: http://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 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. The government now requires all contractors submit their Certification and Representation SAM. The SAM website is the single source for vendor data for the Federal Government. Interested parties can provide a quote using the attached solicitation when available by August 23, 2013. Submit to the Attn: Sharon Walker by fax (757-664-3845) or via email, referencing the RFQ No. by the closing date on the solicitation once posted by August 23, 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFN7110-13-04091SLW/listing.html)
 
Record
SN03131059-W 20130801/130730235230-948a6f82ec204e00767243d244a1c63f (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.