Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2003 FBO #0739
SOLICITATION NOTICE

V -- Charter Vessel with Crew for Scientific Cruise

Notice Date
12/4/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC133F-04-RQ-0065SKC
 
Response Due
1/6/2004
 
Archive Date
1/21/2004
 
Point of Contact
Sharon Clisso, Contract Specialist, Phone (816) 426-7267 ext. 231, Fax (816) 426-7530, - William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530,
 
E-Mail Address
sharon.k.clisso@noaa.gov, william.j.becker@noaa.gov
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration, (NOAA), National Marine Fisheries Service (NMFS), Beaufort, North Carolina intends to contract for a vessel with crew and all other equipment and supplies necessary to complete the 2004 NMFS/USFWS Cooperative SEAMAP Winter Tagging Cruise offshore North Carolina and Virginia. The vessel is required for charter during the period of January 16-26, 2004. The Scientific party will board January 16, 2004, depart from Morehead City, NC on January 17, 2004, conduct tagging operations January 17-25, 2004, and return to port January 26, 2004. All equipment and Scientific party will be aboard by 4:00 PM January 16, 2004, available for departure at the Captain's discretion. The vessel shall be capable of working offshore of Cape Hatteras, NC, in the winter under typical weather conditions. Typical weather conditions include strong, variable winter fronts, with 0-12 foot seas, and sustained winds from 0-35 knots. The two closest ports are Norfolk, VA, and Morehead City, NC, so a lengthy run is required to reach port if inclement weather or other problems arise. The vessel shall accommodate (two-bunk staterooms, toilet facilities, shower facilities, three meals per day, private work space in the staterooms) a large enough Deck Crew (4 crew members) and Scientific Party (11 scientists) to operate continuously on a 24-hour basis and provide for two complete watch shifts for both the Deck Crew and Scientific Party. The vessel shall carry sufficient fuel and water for the entire period of operations (i.e. 10 days at sea). The vessel shall have enough open stern deck space to allow for trawling operations, processing the live catch on deck, and supporting three 1,000-gallon holding tanks supplied by continuously running seawater. The tanks, valves and hoses will be provided by the Government, but the Contractor shall connect them to the vessel's seawater pumping system. The Contractor shall supply a table for tagging operations. The vessel shall, at a minimum, be able to deploy, tow and retrieve a 65-foot head-rope width bottom trawl with associated doors and cables. The vessel shall provide storage areas with the capacity to store and transport three or more additional spare 65-foot head-rope width bottom trawl nets and a spare set of trawl doors and which are accessible to a winch that can be used for retrieval. A minimum of 650 square feet of wet lab space shall be provided for watch personnel to stage from with wet gear, to store needed cruise supplies, and to provide work space away from inclement weather for processing biological specimens. The vessel shall provide freezers, either walk-in or commercial chest freezers for sample storage. The capability for electronic mail receipt and transmission to and from the ship is desirable. The vessel's bridge equipment shall include the latest technology for satellite positioning (differential Global Positioning System which provides latitude and longitude positions) and modern sonar devices capable of detecting bottom contours and schools of fish. The vessel shall provide depth, surface salinity and surface temperature data continuously. The vessel shall house and feed the Scientific Party before departure as well as during weather days at dockside. The vessel shall deploy, tow and retrieve the trawl for tow times of from 5 to 30 minutes, averaging 15 minutes, at a speed of 3 knots. Organisms must be delivered on deck alive with minimal trauma. Sufficient deck and table space shall be provided for catch sorting and processing, including measuring, weighing and tagging of target species. Operations, subject to the discretion of the Captain with regard to weather conditions, shall be conducted on a 24-hour basis. Detailed specifications will be provided in the cruise protocol which will be part of the Request for Quotation. Specific requirements of the contract vessel: Maximum draft: 10 feet (2.7 m); Cruising speed: 10 knots; Water capacity: sufficient for 10 days at sea with full compliment of 22 persons; Range: 1000 nautical miles; Endurance: 10 days at sea minimum; Deck compliment: at least 6 deck personnel capable of working 24 hour days in shifts; Scientific compliment: at least 11 scientists; Galley: three meals daily; Power: clean power 120VAC single phase in dry lab; Winches: trawl winch with at least 15,000 pound line pull and 6,000 pound payload hoist at 50 meters a minute; minimum ? inch steel cable. CTD winch with slip-ring and sufficient EM cable for profiling on the continental shelf to depths of 50 meters; Deck gear: stern A-frame with minimum 15,000 pound capacity. J-frame or gallows frame for deployment of CTD. Marine crane with minimum capacity of 10,000 pounds. CTD: Sea Bird SBE-19 or SBE-25 or equivalent. Electronic technician: required. Echo sounding: low frequency transducers for fish finding (e.g., Furuno FCV-261 or FMV-601); Freezers: chest freezer for specimen storage; Underway data stream: date, time; Differential GPS, air temperature, barometric pressure, wind speed, wind direction, sea surface temperature, sea surface salinity and water depth to be logged throughout the cruise and available as a digital record. Daily back-up of all data. Requests for Quotes (RFQ) will be available on or about December 22, 2003. All requests for the RFQ shall be in writing. Requests may be faxed to Sharon Clisso at 816-426-7530. This acquisition is unrestricted. NAICS code 483114 applies. The Central Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this Acquisition Office must be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at 800-333-0505. All responsible sources may submit an offer which will be considered by the agency.
 
Place of Performance
Address: Offshore North Carolina and Virginia
 
Record
SN00480862-W 20031206/031204211901 (fbodaily.com)
 
Source
FedBizOpps.gov 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.