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, 2018 FBO #5892
SOLICITATION NOTICE

V -- Biennial Bottom Trawl Survey of Groundfish in the Gulf of Alaska and the Eastern Bering Sea Continental Slope - Pre-Solicitation Notice

Notice Date
1/8/2018
 
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
AB133F18RQ0093
 
Point of Contact
CARINA TOPASNA, Phone: 206-526-4395, Crystina Jubie, Phone: 206-526-6036
 
E-Mail Address
Carina.topasna@noaa.gov, crystina.jubie@noaa.gov
(Carina.topasna@noaa.gov, crystina.jubie@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Alaska Fisheries Science Center (AFSC) conducts regular, comprehensive scientific trawl surveys of marine fish and invertebrate populations in the Aleutian Islands, Gulf of Alaska, and the Eastern Bering Sea using chartered commercial fishing vessels. The established survey design is to conduct stock assessment surveys of groundfish on the continental slope of the eastern Bering Sea (even years: 2018, 2020, and 2022) alternating with stock assessment surveys of continental slope and shelf groundfish surveys in the Gulf of Alaska (odd years: 2019 and 2021). The AFSC Resource Assessment and Conservation Engineering (RACE) Division Groundfish Assessment Program conducts these comprehensive trawl surveys and related research in the Alaska Exclusive Economic Zone as required to monitor and quantitatively describe trends in abundance and distribution of commercially and ecologically valuable groundfish populations. The baseline work for the groundfish trawl surveys consists of a series of standardized bottom trawl operations conducted at pre-determined, randomly assigned stations as provided to the vessel captain prior to the survey. The Gulf of Alaska survey operations typically span 75 days and will be conducted from late May to early August where approximately 280 tows will be conducted. In even years (2018 and 2020), this vessel will be used separately to conduct the Eastern Bering Sea upper continental slope bottom trawl survey, completing approximately 200 tows over about a 55-60 day period from late May to late July or early August. The bottom trawl survey areas comprise stations at depths that range from 10 m up to 1,200 m (6-660 fm) requiring the vessel to have split trawl winches with a minimum of 1,829 m (1000 fm) of 26 mm or 1 in diameter steel core trawl cable in good condition and available for fishing on each drum (not total capacity) but a preference for vessels having 2,195 m (1,200 fm) or more of 26 mm or 1 in diameter steel core trawl cable or more available for fishing on each drum (not total capacity) to ensure complete coverage of the deeper sites in the bottom trawl survey areas. The Government intends to award one separate contract for charter from this requirement. 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: •Minimum overall length (LOA) of 36.5 m (120 feet) and the vessel shall have been actively used for commercial trawling or research where trawl gear was used in the past 24 months. •Minimum continuous horsepower output from main engine of 1000 HP. •Vessel must be able to consistently deploy, tow along the seabed at a continuous speed of both 4.6 and 5.6 km/hour (2.5 - 3 knots) depending on the survey, and retrieve the standard 25.3/34.1 m (83/112 feet) survey trawl (see Attachment 5) under normally expected fishing conditions for the duration of the survey. •Vessel must be able to maintain a minimum cruising speed of 16.67 km/hour (9 knots) in low sea states.. •Vessel must have fuel holding capacity for at least 30 days of continuous fishing operations, and the fuel must be usable and not required for ballast. •Vessel must be rigged for trawling including: oA gallows or gantry. oMinimum of two (2) net reels with capacity for the Poly Nor'eastern bottom trawl. oSplit trawl winches with a minimum of 1,829 m (1,000 fm) of 26 mm or 1 in. diameter steel core trawl cable in good condition and free of signs of excessive wear (frayed, burrs, broken strands, corrosion) and available for fishing on each drum as referenced in Attachment 5. An auto-trawl system with the capability of adjustable winch brakes and measurement of trawl wire deployed. o*Trawl cable must lead directly from the winches to the gallows trawl blocks. Vessel must be able to retrieve wire at a speed of at least 55 meters/minute (30 fathoms/minute) for all wire lengths between 25 and 300 fathoms. Deck requirements: •A deck area clear of obstructions of at least 55.7 m2 (600 square feet) for sampling equipment including a 1.5 X 3.0-m (5 X 10 feet) sorting table, one 0.6 m X 1.2 m (2 X 4 feet) platform scale table for working on catches and obtaining biological data. •The sorting table must be able to be positioned such that all four sides of the table can be used to sample fish catches, there is easy access for discarding catch (not over the rail), and there is access to bins described below used to hold catches. •Discard chutes for overboard catch disposal at deck level so no lifting is required. •Two adjacent deck bins in the trawl alley with a total volume 0f 3 m3 (106 ft3) each, for holding and splitting catches. The minimum dimension on any side for these bins must be 0.9 m (3 ft.). Bin boards must be in good condition, free of signs of wear that indicates mechanical damage. Easy placement and removal of the bin boards is essential. Replacement bin boards must be provided in the event of breakage or damage of bin boards. •The deck work area(s) should be clear of running gear, equipment, vertical obstructions (e.g., hatch coamings) and stowage. •A protected (sheltered from wind - e.g. shelter deck or wave wall) and lighted area on the deck where two work tables, one that measures 1.2 X 2.4 m (4 X 8 feet) and the second 1.2 X 1.2 m (4 X 4 feet), can be set up for collection of weights and other biological data from specimens retained from the catch. •Dry storage area(s) of at least 4.7 m3 (168 cu. ft.) on back deck Dry storage location must allow easy access from the deck and be protected from the seas. •*Ability to communicate directly between the deck and wheelhouse (e.g. intercom or handheld radios). •At least two electric power (110/115 V.A.C) outlets near on-deck work areas. This may be a grounded temporary installation, if necessary and safe to use. •Seawater deck hose with sufficient volume and pressure to allow for cleaning of sorting table and sampling gear. An On/Off switch should be readily available from the working deck. •Ability to lift and manipulate catches: •A hydraulic crane with the capability to lift catches of up to 5.4 mt (6 t) completely clear of the deck under normal weather conditions for the purposes of weighing larger catches. The crane must be made available for weighing catches under these circumstances. The crane must also have the ability to extend out 3 m (10 feet) past the side of the vessel. The crane must be able to manipulate the codend anywhere along the centerline of the working deck. The lifting capacity must be compatible with the vessel stability letter. •A minimum of two lifting winches for handling fishing gear and catches (i.e. gilson winches). Storage Areas: •Dry storage area of at least 5.4 m3 (190 cu feet) in the deckhouse for holding and storing scientific supplies. This space must be easily accessible by the scientific survey crew and available at all times. •Storage area of at least 56.6 cu m (2,000 cu feet) for fishing gear and accessories. Interior Spaces: •A suitable desk or dry counter work space of at least 8 sq. ft. in the wheelhouse with adjacent 110/115 volts power outlets for installation of Government supplied personal computers, printer, GPS, trawl mensuration cabinet and other trawl mensuration equipment. •Access to and use of a suitable chart table in the wheelhouse. •Two (2) 1" diameter through-bulkhead access holes to the outside from the wheelhouse for the passage of GPS and hydrophone cables to Government computers and trawl mensuration units in the wheelhouse. •Two (2) suitable dry desk or shelf areas at least 0.6 X 1.2 m (2 x 4 feet) each with adjacent 110/115 volts power outlets for installation of Government supplied personal computers and printers. The desks or counter spaces should be located in space exclusive of the galley or wheelhouse and which can be used almost exclusively by the scientific staff for data entry and analysis. A dry area of at least 10 sq. ft. with sufficient amperage for charging data collection devices (typically 10 tablets, multiple headsets, and Bluetooth peripherals). •A minimum of 0.5 cu m (17.5 cu ft.) of freezer storage. Freezer space must be reasonably and safely available from the deck and must be continuously available to the scientific party. •One clothes washer and one clothes dryer in proper working order for personal laundry. •Potable fresh water supply adequate for vessel and personal use (including showers and laundry) by vessel and scientific crew for approximately 30 days. If a water maker is not available, then a minimum holding capacity of 22.7 kl (6,000 gal) of freshwater is required. Staterooms: •Clean, sanitary, and appropriate accommodations for each member of scientific field party, captain, and crew. Berthing must be able to accommodate a scientific field party of at least six with any mix of male and female scientists and single-sex staterooms. •Clean mattresses for all bunks for all scientific personnel. •Vessel must be ballasted to maintain sea kindliness during the charter. If crab tanks are used to ballast or trim the vessel, overboard (not on deck) discharge shall be provided. Adequate ballasting must be independent of fuel and fresh water supplies required for 30 days. •One head and one shower in good working condition available for use by the scientific staff. •A method allowing scientists to safely board and debark the vessel while in port. Electronic and Communication Equipment Requirements •A Simrad ES-60 or newer echo sounder system with a 38 kHz transducer. The echo sounder system(s) shall be connected to a Global Positioning System (GPS) unit. Radios: •VHF - a minimum of two working units. oSingle side-band - a minimum of two working units with at least one being synthesized in the 2-18 MHZ range. oA system for switching to backup power (e.g., battery) for radio operation in the event of interruption of the normal power supply. •Minimum of two (2) GPS receivers with differential or Wide Area Augmentation System (WAAS) capability. •Radar - 2 units with a minimum range of 77.2 km (48 miles). •Depth sounders - *Two Color scope units with minimum range of 1,200 m (666 fm) and operating in the 38-50 kHz range. •An electronic plotting and navigational charting system with the ability to upload station location (point data). •A communication system allowing reliable sending and receiving messages, and uploading and downloading of files. •A satellite or broadband telephone for use at sea. •A cellular telephone for use when service is available in the survey area or in port. 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 100% 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. 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 January 19, 2018 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 Specialist Carina Topasna at carina.topasna@noaa.gov or via fax at (206)526-6025. (End of Document)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F18RQ0093/listing.html)
 
Place of Performance
Address: Aleutian Islands, Gulf of Alaska, and the Eastern Bering Sea, United States
 
Record
SN04783257-W 20180110/180108230911-f209157b8a1f9caf5f160bbf2efcde7f (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.