SOLICITATION NOTICE
V -- Vessel Charter in the Northwestern Hawaiian Islands
- Notice Date
- 7/12/2022 8:06:07 AM
- Notice Type
- Presolicitation
- NAICS
- 483114
— Coastal and Great Lakes Passenger Transportation
- Contracting Office
- DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- NC-NM7300-22-00940
- Response Due
- 8/1/2022 1:00:00 PM
- Point of Contact
- Marion Cavanaugh, Phone: 7574416647, Kortney Brooks, Phone: 8164267270
- E-Mail Address
-
marion.cavanaugh@noaa.gov, kortney.brooks@noaa.gov
(marion.cavanaugh@noaa.gov, kortney.brooks@noaa.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The National Oceanic and Atmospheric Administration (NOAA) National Ocean Service (NOS), Office of National Marine Sanctuaries (ONMS) has a requirement for a commercial vessel charter for a research and monitoring cruise to the Northwestern Hawaiian Islands (NWHI) that supports requirements for the Papah?naumoku?kea Marine National Monument (PMNM). The vessel charter contractor shall support three major tasks for this research cruise: (1) coral reef damage assessment project including transit to study locations; (2) providing meal and berthing accommodations, and (3) operations during research. �NOAA provides the Chief Scientist and Dive Master who will have the overall responsibility and decision-making for how the projects are safely accomplished during the vessel charter in coordination with the Captain of the vessel. ��The contractor must provide a vessel, personnel, equipment, services and operational support for a multi-day operation in the NWHI to include transport to all islands in the PMNM. The furthest possible site being Kure Atoll located approximately 1,200 nautical miles from Honolulu and possible port call at Midway Atoll. Charter operations must begin and end in Honolulu, Hawaii.� Operations are estimated at 20 to 25 sea days that include transit, equipment retrieval, and scientific research dives performed by NOAA personnel and reciprocity partners between the period of July 1, 2023 to September 30, 2023. The length of the trip is dependent on the berthing capabilities of the selected vessel and availability of funds. The contractor must provide at least 2 days for mobilization and 2 days for demobilization. A charter day consists of 24 hours of transit with a maximum of 11 operational hours on station. Operational hours may extend beyond the 11 hours depending upon the research that needs to be accomplished. Berthing and Accommodations:� Provide acceptable, clean, safe, pest-free, segregated gender berthing and lavatory facilities for 10 to 21 NOAA and affiliated science team personnel. Berthing requirements, including number and gender of scientific personnel, will be provided by the Chief Scientist. A minimum of 3 meals consisting of meat and vegetarian entr�e options must be provided. Water and other beverages for the science team on board for each day at sea must be provided. An indoor, dedicated, dry space with a table, storage, and electrical outlets are needed for the science team to do their work. The vessel shall have an indoor dry counter work area suitable for placing Government provided computers, printers, and other electronic/office equipment for performing office-type duties. The workspace shall be at least 20 sq ft with adjacent electrical outlets (120VAC, 60 Hz). The vessel shall have a dry storage area of at least 300 cu ft in the interior of the vessel for holding scientific equipment, electronics, and other items. The dry storage area may be continuous or separated into sections throughout the vessel. Equipment Support for Operations: A vessel within the size and range to safely transport 10 to 21 scientists, up to four 19 to 30 ft. small boats and scientific gear to and from the NWHI. Deck crane, davit, or A-Frame suitable for the safe launch and recovery of small boats (approximately 6,600 lbs when loaded with gear and personnel).� The contractor must provide a staging area at an appropriate port location in Honolulu.� The contractor shall provide assistance in loading and off-loading of equipment and gear via ship crane.� The contractor shall accommodate minor modifications to the deck space or removal and/or relocation of equipment to accommodate the project as needed. The vessel must provide deck storage for up to: (1) recompression chamber in a 20� conex box and associated equipment, (2) 10� conex boxes, (4) 19�-30� small boats and boat cradles (2) 8�x15�, (2) 8x20� - may be staged on top of conex boxes, scuba fill station system (2) 5�x4�x6� & (1) 4�x4�x8�, (3) 2�x4� scuba tank tubs, (8)� 4�x4� pallet tubs and (1)� 4�x4� rinse tank and misc scientific gear, non-ethanol fuel tanks. The vessel will provide a shaded laydown area for prepping and working on field gear. The vessel shall have the ability to safely store and dispense ethanol free gasoline fuel for the small boats. Vessel crew must refuel small boats after each day of operations. Amount of gasoline will be dependent on operational tempo, weather conditions, small boat number etc. (400 gal min., not to exceed 1000 gal.) and will be provided by the Government. Vessel shall have a location to secure a Hazmat cabinet 24� x 18� x 36�. The vessel will be outfitted with a crane sufficient for the on/off loading of up to four NOAA-supplied small boats. Adequate fresh water spigots and a sink for gear wash-down, space to facilitate washing/drying of equipment on deck, and internal storage capacity for the disposal of rinse tank gray water while working within PMNM. The North American Industry Classification System (NAICS) code is 483114 with a size standard of 500 employees.� The solicitation is being issued as a 100% Small Business Set-Aside.� All responsible sources may submit a quote that will be considered by the Government.� The solicitation and subsequent purchase order will be issued utilizing the procedures in FAR Subpart 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services.� To be eligible for award, quoters must be registered and have an active record as of the date of the quote is submitted in the System For Award Management (SAM) at https://www.sam.gov/SAM//. �The solicitation will be issued on/or before July 15, 2022 and quotes will be due on/or about August 1, 2022.� Award will be made on/or about August 24, 2022.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/183c00f54f63411ba8a079a7d75f9e9e/view)
- Place of Performance
- Address: Honolulu, HI 96818, USA
- Zip Code: 96818
- Country: USA
- Zip Code: 96818
- Record
- SN06385697-F 20220714/220712230103 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |