Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 21, 2016 FBO #5446
SOLICITATION NOTICE

V -- CHARTERED VESSEL TO CONDUCT LONGLINE SURVEY IN THE BERING SEA, ALEUTIAN ISLANDS REGION AND GULF OF ALASKA - Redacted Brand Name Justification

Notice Date
10/19/2016
 
Notice Type
Presolicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
 
ZIP Code
98115-6349
 
Solicitation Number
AB-133F-16-RP-0143
 
Archive Date
2/28/2017
 
Point of Contact
Crystina R Jubie, Phone: (206) 526-6036
 
E-Mail Address
crystina.r.jubie@noaa.gov
(crystina.r.jubie@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Redacted Brand Name Justification Document The National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center (AFSC) has a requirement for a vessel charter to conduct a longline survey beginning on/about May 28 and ending on/about August 28 in Dutch Harbor, Alaska during each of calendar years 2017, 2018, 2019 and 2020. The base period of performance for the contract is planned for approximately March 1, 2017 through February 28, 2018. The objectives of this survey are to: 1. Determine the relative abundance and size composition of the most commercially important species: sablefish, shortspine thornyhead, Greenland turbot, Pacific cod (Gadus macrocephalus), and rougheye and shortraker rockfish. 2. Determine the relative abundance and size composition of other groundfish species caught during the survey: arrowtooth flounder (Atheresthes stomias), grenadiers (Macrouridae), skates (Rajadie), and spiny dogfish (Squalus suckleyi). 3. Tag and release a portion of the sablefish, shortspine thornyhead, and Greenland turbot taken throughout the cruise to determine migration patterns. 4. Implant sablefish, Greenland turbot, spiny dogfish, and lingcod (Ophiodon elongates) with electronic tags that record water temperature, depth, and time. 5. Collect sablefish otoliths to study the age composition of the population. Fishing will occur every day unless it is a transit day, a scheduled port day or is cancelled due to weather conditions. Each day 7,200 hooks shall be set using Government-provided longline gear, except in the Bering Sea where 8,100 hooks shall be set. The vessel crew must conscientiously maintain the longline gear to Government standards every day by repairing or replacing damaged skates before baiting. Fish not used for scientific sampling or tagging are to be retained by the vessel and sold as compensation for the survey. Vessel crew shall assist scientists when necessary to ensure survey operations go smoothly. Minimum vessel requirements include, but are not limited to: • Minimum registered length of 41.1 m (135 ft.); • Minimum main engine continuous horsepower 1,000; • Completely rigged and ready to fish longline gear; • Clear, flush area of at least 37.2 sq. m (400 sq. ft.) for sampling; • Freezer storage, exclusive of that for ship stores, of at least 34.0 cu m (1,200 cu ft.) for storage of bait and scientific samples and supplies; • Freezer storage, exclusive of that for ship stores, sufficient to store at least 136 mt (300,000 lb.) of dressed and frozen fish; • Dry storage area containing approximately 42.4 cu m (1,500 cu ft.); • Potable fresh water supply adequate for vessel and personal use for the crew and scientific party (18-19 people total) for 25 days; • A head and shower shall separate from living quarters; • Clothes washers and dryers (two of each) for personal use by crew and scientific party; • Staterooms for all scientists; and • An endurance capability for operating and fishing for a minimum of 25 consecutive days, including running to and from stations. A comprehensive list of requirements will be included in the Request for Proposal (RFP). The Contractor shall furnish all necessary vessel(s), personnel, equipment, required for performance of the statement of work/specifications which will be provided in the RFP. 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. It is highly encouraged that any vendor meeting this size standard and desiring to be considered for award 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 no-cost contract. Solicitation documents will be made available for download on or about October 25, 2016 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 Contracting Officer, Crystina Jubie at Crystina.R.Jubie@noaa.gov or via fax at (206)527-3916.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-16-RP-0143/listing.html)
 
Place of Performance
Address: THE BERING SEA, ALEUTIAN ISLANDS REGION AND GULF OF ALASKA, United States
 
Record
SN04307622-W 20161021/161019233924-388da595c4f3ca5909ad60af6217ab4b (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.