Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2024 SAM #8125
SOLICITATION NOTICE

19 -- NOAA-SWFSC-VESSEL CHARTER FOR MARINE MAMMAL SURVEY OFF THE COASTS OF CALIFORNIA, OREGON AND WASHINGTON

Notice Date
2/23/2024 12:36:18 PM
 
Notice Type
Presolicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
REQUIREMENTS-24-1576
 
Response Due
3/8/2024 11:00:00 AM
 
Archive Date
03/23/2024
 
Point of Contact
Amanda Rossiter, Crystina Jubie
 
E-Mail Address
amanda.rossiter@noaa.gov, crystina.jubie@noaa.gov
(amanda.rossiter@noaa.gov, crystina.jubie@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Project Title:� Southwest Fisheries Science Center - West Coast Charter for Marine Mammal and Fisheries Surveys The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division (WAD), to conduct vessel support for Southwest Fisheries Science Center (SWFSC) Marine Mammal Survey with a base year plus five (5) one-year option periods. The estimated period of performance will be from July 15, 2024 through December 31, 2025 and the primary places of contract performance will be off the coasts of California, Oregon and Washington. For this specific effort, the Southwest Fisheries Science Center (SWFSC) Marine Mammal and Turtle Division and the Fisheries Research Division, conducts research on a variety of protected marine mammal, marine turtle, sea bird and fish species primarily in the Eastern North Pacific in support of recovery and fisheries management efforts. A research vessel is needed to conduct a marine mammal and seabird survey during the 2024 calendar year. Data collected will inform assessments of West Coast marine mammal populations as mandated by the Marine Mammal Protection Act (MMPA) and the Endangered Species Act (ESA). The research vessel will be for 120 days of at-sea work between July 15, 2024 and December 15, 2024. This requirement also includes options for as many as 60 days of at-sea work during calendar years 2025, 2026, and 2027. The minimum specifications for the vessel are: Overall vessel length of at least 170-feet. Continuous horsepower output from main engine of at least 900 hp.� Maintain a cruising speed of at least 10 kt. 13-15 bunks, mattresses, bedding and towels in dedicated staterooms for scientists. 600 square feet or more of dedicated laboratory space with 110/115 v power. 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 along the port and starboard sides; provision to attach stands for 25-power binoculars supplied by government; wireway to connect observer equipment to inside data logging computers. This proposed contract action is set aside for Small Business concerns. The North American Industry Classification Code (NAICS) for this acquisition is 483114 with a small business size standard of 550 employees. The product service code (PSC) is 1910 - Transport Vessels, Passenger and Troop. It is highly encouraged that any vendor meeting this size standard and desiring to be considered for contract award be registered in the System for Award Management (SAM). No award can be made unless the vendor is registered in SAM. The intent of this synopsis is for informational purposes only. This notice of intent is not a formal solicitation nor a request for competitive proposals. This notice does not guarantee a solicitation will be issued, does not guarantee a contract award will be made, and does not obligate the Government in any manner.� No solicitation document is available and telephone requests will not be accepted.� No award will be made on the basis of quotations or offers received in response to this notice. Solicitation documents are anticipated to be made publicly available on SAM.GOV on/about March 8, 2024, and will include the time and date offers are due. All inquiries in response to this synopsis shall be sent via e-mail to the Contract Specialist Amanda.Rossiter@noaa.gov and the Contracting Officer Crystina.R.Jubie@noaa.gov .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7ce161cfeac346739f2c51c6e6d40445/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN06975493-F 20240225/240223230043 (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 |
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.