Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 27, 2024 SAM #8401
SOURCES SOUGHT

19 -- 19--NOAA-NEFSC SCIENTIFIC RESEARCH VESSEL FOR PURCHASE

Notice Date
11/25/2024 12:37:28 PM
 
Notice Type
Sources Sought
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M325Q0023
 
Response Due
12/13/2024 11:00:00 AM
 
Archive Date
12/13/2024
 
Point of Contact
ROSSITER, AMANDA
 
E-Mail Address
AMANDA.ROSSITER@NOAA.GOV
(AMANDA.ROSSITER@NOAA.GOV)
 
Description
U.S. DEPARTMENT OF COMMERCE NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) NATIONAL MARINE FISHERIES SERVICE (NMFS) NORTHEAST FISHERIES SCIENCE CENTER (NEFSC) REQUEST FOR INFORMATION FOR A SCIENTIFIC RESEARCH VESSEL This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued or awarded. This RFI requests industry input for market research purposes in accordance with Federal Acquisition Regulations (FAR) Part 10 Procedures. This is not a solicitation, nor does it guarantee a solicitation will be issued. Requests for a solicitation will not receive a response. This is not a request for proposals, and it does not obligate the government in any manner. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of information. All information considered proprietary shall be marked accordingly, and properly identified proprietary information will be safeguarded in accordance with federal regulations. The Government shall not be liable for or suffer any consequential damages for improperly identified proprietary information. The purpose of this announcement is solely to gather information from the marketplace, and any responses received will neither be considered an offer by the responding party nor returned to the responding party. No telephone inquiries will be accepted, and requests for solicitation packages will not be honored at this time since no solicitation has been prepared. Synopsis: RFI to Purchase a Vessel The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) Northeast Fisheries Science Center (NEFSC) is responsible for the stewardship of the nation�s living marine resources and their habitats. Scientific research is an important means of gathering valuable information about fish species and is necessary for making informed management decisions on these fish stocks. The NEFSC conducts research and provides scientific advice to manage fisheries and conserve protected species on living marine resources in marine and estuarine habitats of the Mid-Atlantic and New England areas. The NEFSC requires a monohull design Research Vessel with a maximum Length Overall (LOA) of 95�, limited endurance, and maximum flexibility of operations. The vessel shall have operational capability during all seasons in the coastal and offshore waters of the Mid-Atlantic, the ability to conduct scientific surveys for up to ten (10) Days at Sea (DAS), and the ability to conduct 24-hour operations. The NEFSC is seeking information on new (built) or used vessels that meet the requirements outlined below. I. Technical Specifications The monohull design should maximize interior deck space and have a general configuration allowing for various modifications including wet lab, dry lab, gear storage, hazmat storage, freezer, and berthing spaces. In addition, allow for adding or currently having the following equipment: dynamic A-frame, J-frame, support winches, and/or knuckle boom(s). Also, the vessel should be able to accommodate various electronic equipment upgrades such as dynamic positioning, multibeam sonar, and/or live-feed camera systems. A. VESSEL CONFIGURATION AND PERFORMANCE REQUIREMENTS 1. Built after 1985 2. Maximum overall length (LOA) of 95 ft. 3. Steel or aluminum monohull (steel preferred). 4. Currently flagged in or the ability to be flagged in the United States. NOAA is interested in foreign-flagged vessels, provided they can meet the requirements 5. Maximum vessel weight shall not exceed 100 gross tons. 6. Adequate back deck space to accommodate trawling ops, moorings, AUV�s, lines, buoys, coolers, and other sampling gear. 7. Speed - 1.5 knots at clutch ahead, 9 knots minimum at full ahead 8. Bow thruster preferred 9. Bilge manifold with intakes in every space 10. Minimum continuous output from the main engine(s) of 500 horsepower. 11. USCG approved fire suppression system, including a fixed system in engine room B. ENDURANCE, SEAKEEPING, AND ACCOMMODATION REQUIREMENTS 1. Endurance Seven (7) days minimum Five (5) days with no discharge or water-making (preferred) 2. Seakeeping Able to safely transit in sea state 6 - sustained winds to 30 knots and seas to 12 ft Stabilization preferred - outriggers, Canadian-style wings, gyro stabilizers, or bilge keels 3. Accommodation Berthing - 10 minimum, 12 preferred 2 officers, 2 deckhand/engineer, 1 deckhand, 1 steward, 6 scientists Heads (including showers) - 2 preferred Galley to accommodate 10 persons minimum (preferred) C. TRAWL CAPABILITY 1. A vessel with the following equipment: trawl winches, net drum, gallows and blocks, boom, boom winch, trawl ramp, and/or Gilson winch. D. PREFERRED CAPABILITIES Vessels that can reasonably accommodate refits for the equipment below are preferred. 1. Side Sampling Capabilities 6000 lb. SWL J-Frame 2 conducting core winches 2. Constant Flow Seawater Sampling System Pump and through hull fittings 3. UNOLS Van Capability 8�x8�x20� 8,000 lb. UNOLS van compatible Deck Tie-Down Points Power Supply Fresh and Salt water supply 4. Mooring Capability A-Frame 6000 lb. (Stern) Crane 5. Seawater and Auxiliary Seawater Systems INFORMATION REQUESTED: The Government requests that all interested vendors provide information regarding their experience and capability to provide an eligible vessel. NOAA may use the responses to this Sources Sought to conduct additional market research. Information obtained from this Sources Sought and the subsequent communication with the vendors, if any, may assist NOAA in developing a formal Request for Proposal (RFP) or Request for Quote (RFQ). In addition to addressing technical capabilities, responses must include the following: 1. Name and address of firm 2. Size of business (e.g., small, small disadvantaged business, woman-owned, etc.) 3. Point of contact - email address and phone number 4. Interested vendors shall describe their capabilities or ability to subcontract to purchase, design, and/or retrofit any vessel meeting the requirements 5. Rough order of magnitude for the cost of a new or used vessel meeting the specifications 6. Estimated timeframe of vessel availability 7. Interested firms shall complete Column E of the attached spreadsheet detailing the vessel characteristics. Vendors are encouraged to identify multiple vessels and can create copies of the tab for each vessel. 8. OPTIONAL - any drawings, specifications, brochures, or links that provide supplemental information to help the Government determine vendor capabilities. SUBMITTAL REQUIREMENTS: Telephone responses are NOT solicited and will not be accepted. No solicitation exists at this time. This synopsis is not to be construed as a commitment by the Government to award a contract, nor will the Government pay for the solicited information. Please submit your response to the attention of the Contracting Specialist, Amanda Rossiter (Amanda.Rossiter@noaa.gov) no later than December 13, 2025 at 2:00 p.m., Eastern Time. Each response shall be no more than 15 single-sided, single-spaced pages (excluding the cover page), and each page shall be separately numbered, and shall be in .pdf format. Please include the Research Vessel Vendor Capabilities Excel Spreadsheet.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ee19449a616e49ec8811af871f4df688/view)
 
Place of Performance
Address: Woods Hole, MA, USA
Country: USA
 
Record
SN07275126-F 20241127/241125230112 (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.