SOLICITATION NOTICE
19 -- CHARTERED RESEARCH VESSEL TO CONDUCT SURVEY NEAR THE SOUTH SHETLAND ISLANDS, ANTARCTICA AND THE COAST OF NORTHERN CHILE
- Notice Date
- 11/15/2016
- 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-17-RP-0005
- Archive Date
- 4/30/2017
- 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
- N/A
- Description
- The National Oceanic & Atmospheric Administration (NOAA)'s National Marine Fisheries Service (NMFS), Southwest Fisheries Science Center (SWFSC) has a requirement to charter a research vessel for 35-days of staging and at-sea operations between January, 1 and March 1, 2018 in the vicinity of the South Shetland Islands, Antarctica between 50o and 70o S and 20o and 70o W. This requirement also includes options for 35 days of staging and at-sea operations during January - March in each of calendar years 2019, 2021 and 2022. In addition, NOAA's Office of Ocean and Atmospheric Research (OAR) has a requirement to charter a research vessel for 17-days during April 2018 to service moorings used in climate studies off the coast of northern Chile in the vicinity of 20°S, 85°W. Charter will begin and end in Valparaiso, Chile. Time required at the 20°S, 85°W site is 5 days. Additional days are required for transits between Valparaiso and the site, staging and weather contingencies. The requirement also includes options for 17-days during April in 2019, 2020, 2021 and 2022. Operations will consist of conducting plankton tows, physical and biological oceanographic sampling, and active acoustic sampling at a grid of stations and along transects between the stations. Operations will also include the provision of support to two field camps in the South Shetland Islands using at least two Government-supplied Mark V Zodiac boats. The Government will supply all required sampling equipment and supplies for use by the scientific party at sea and zodiacs with outboard motors. The Contractor shall furnish the necessary vessels, personnel, equipment, and services to perform the statement of work/specifications. Vessel requirements include, but are not limited to: • Overall vessel length of at least 67 m and displacement of at least 2000 m tons. Continuous horsepower from main engine(s) of at least 1500 HP. Cruising speed of at least 10 knots and maximum speed of at least 12 knots. Maximum endurance of at least 40-days and 9,000 n. miles. American Bureau of Shipping Ice Class rating of C0 or better; • In full compliance with all applicable international conventions and all applicable laws, regulations, and other requirements of the nation of registry. SOLAS GMDSS equipped for Sea Areas A1, A2, A3 and A4; • Accommodations for a Scientific Field Party (SFP) of at least 26 people, male and female; • At least 40 m2 of wet lab space, 80 m2 of dry lab space, and 5 m2 of dedicated space for marine mammal and seabird observations; • At least two winches, conducting cable and associated A-frames, J-frames, or gantries for independently deploying 1) Conductivity-Temperature-Depth (CTD) and water sampling carousel array and 2) plankton sampling gear over the side or the stern; • Crane with 5 ton lifting at 3 meters outboard; • 1,000 sq. ft. deck space minimum; • Onboard access to underway ship data; • Vessel must have the ability for scientific party to conduct active acoustic sampling while underway using hull-mounted Acoustic Doppler Current Profiler and Simrad 38, 70, 120 and 200 kHz split-beam transducers in good operating condition; • Oceanographic sampling to include CTD and water bottle carousel casts to depths of 2,000 m using conducting cable of at least 8.2 mm diameter, and continuous sampling of uncontaminated seawater using the vessel's installed piping system; • Plankton and micro-nekton sampling using various Government-furnished single-warp nets (e.g., Isaacs Kidd Midwater Trawl, Tucker Trawl, Rectangular Midwater Trawl, MOCNESS trawl system). Winches must be capable of deploying at 2000 m of conducting cable 8.2 mm or larger in diameter; • Small boat operations using two Mark V Zodiacs supplied and operated by the Government to transfer supplies, equipment, and personnel between the contract vessel and land-based field stations and to conduct pinniped and seabird surveys; and • Support for 24-hour per day operations, including a Captain, 2 mates, a winch operator and at least two deckhands. A comprehensive list of actual requirements will be included in the Statement of Work within the solicitation package document. 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 unrestricted. 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. For additional information and to register in SAM, please access the following web site: www.sam.gov. In order to register with the SAM, 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. It is also preferred that 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 November 30, 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-17-RP-0005/listing.html)
- Record
- SN04327986-W 20161117/161115234219-7f46d19b36d9b2a25e12208c3b1c1bfc (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 |