Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2015 FBO #4795
SOLICITATION NOTICE

V -- TRAWL-CAPABLE RESEARCH VESSEL TO CONDUCT WEST COAST SURVEYS

Notice Date
1/8/2015
 
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-15-RP-0036
 
Archive Date
4/30/2015
 
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
Total Small Business
 
Description
The National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Southwest Fisheries Science Center (SWFSC) located in La Jolla, California has a requirement for a trawl-capable research vessel to conduct 90 days of at-sea work with the potential for up to an additional 30 charter days off the coasts of California, Oregon and Washington occurring between May 1 and September 30, 2015. This requirement also includes options for up to four (4) additional one-year periods following the base period. Each option period consists of 40 charter days with the option for up to 30 additional charter days, all to occur between May 1 and October 31 of each option period. The work will consist of conducting plankton tows, oceanographic profiles, pelagic fish trawls, active acoustic sampling, and underway egg sampling at a series of stations and along transects between the stations. The data collected will be used to inform assessments of various stocks of pelagic fishes, rockfish and salmon. The Government will supply the trawl nets, doors, associated rigging and other sampling gear for use by the scientific party at sea. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform the requirements of the solicitation. General vessel requirements for this charter consist of, but are not limited to, the following: • Minimum overall length of vessel of 170 feet; • Continuous horsepower output from main engine of at least 900 hp; • Demonstrated experience in deploying and towing a commercial-size two-warp mid-water fish trawl. Typically a Nordic 264 Mid-water Trawl or a Modified Cobb Mid-water Trawl is used, both made by Northeast Trawl Systems. Government will provide trawl nets, doors and rigging; • Able to maintain a cruising speed of at least 10 knots; • Fifteen (15) or more bunks, mattresses, bedding and towels in dedicated staterooms for scientists; • Access to the flying bridge for marine mammal and bird observations. Minimum standing eye-level height of 33 feet above the sea surface; 300 square feet of covered observation space; venturi or wind dam along entire front bulwarks and extending 8-feet along the port and starboard sides; • Hull-mounted Simrad 38, 70, 120 and 200 kHz split-beam transducers in good operating condition; • Two winches and associated davits or A-frames for deploying Conductivity-Temperature-Depth (CTD)/rosette array and plankton tows over the side (not over the stern). CTD winch shall have at least 1500 m of conducting cable; • Crane or boom system must be capable of vertically raising and lowering cod-end anywhere along centerline of working deck; • Continuous Underway Fish Egg Sampler (CUFES) in good condition; • Global Positioning System (GPS) with National Electrical Manufacturers Association (NEMA) format output to flying bridge and scientific laboratories; • Satellite telecommunications service with bandwidth of at least 500 kbps (ship to shore) that can provide both voice and data connections to land-based stations; • Sufficient crew personnel to conduct scientific operations on a 24-hour per day/seven days per week basis while at sea; • At least two deck officers and three deck hands shall have at least two-years experience deploying commercial-size trawl gear. A comprehensive list of actual requirements will be included in the Statement of Work within the solicitation package document. The proposed contract action is set aside for small business concerns. The NAICS code for this procurement is 483114 and the business size standard for this requirement is 500 employees. Any vendor desiring to be considered for award must be registered in the System for Award Management (SAM) using this NAICS code or a NAICS code with an equivalent size standard. 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://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (866) 969-8491. This procurement also requires offerors to complete the electronic representations and certifications at the SAM website. Any resulting contract will be awarded as a firm-fixed price type contract. Solicitation documents will be made available for download on or about January 20, 2015 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 Proposal (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.fbo.gov/. The 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 should be sent in writing to the Contract Specialist, Crystina Elkins at Crystina.R.Elkins@noaa.gov or via fax at (206)527-3916.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-15-RP-0036/listing.html)
 
Record
SN03611920-W 20150110/150108235203-104d30af6776792dde4d829a233cc6ed (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.