Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2004 FBO #1119
SOLICITATION NOTICE

R -- R - - Vessel Captain/Engineer Services

Notice Date
12/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
NCND6011-5-00002SLW
 
Response Due
1/18/2005
 
Archive Date
1/18/2005
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, Flower Garden Banks National Marine Sanctuary, Bryan, TX is in need of the services of a vessel captain and engineer to oversee operation and maintenance of the vessel Point Glass. The Flower Garden Banks National Marine Sanctuary (FGBNMS) encompasses 3 separate topographic features covering approximately 43 square nautical miles, located about 107 miles south of the Texas/Louisiana border in the Gulf of Mexico. The FGBNMS contains the northernmost coral reef ecosystem in the continental United States. In order to enhance operational capability within the sanctuary for research, resource management, enforcement and education purposes, the FGBNMS acquired a decommissioned 82? patrol vessel from the U.S. Coast Guard, named the Point Glass. The vessel is currently docked in Freeport, Texas, but may be moved to Galveston, Texas during the contract period. Contract Period is for a base and 2 option years. The following tasks will be performed by the Vessel Captain/Engineer. 1) Serve as the principal captain and engineer of the FGBNMS vessel Point Glass. 2) Be responsible for vessel operation at sea, up to 100 miles offshore, in and around the FGBNMS. Typical vessel operations are for periods of two-to-five days per trip, up to 36 trips per year, for a total of up to 180 days at sea per year. While at sea, a twelve-hour workday is required. Cruises will be scheduled as far as possible in advance, but the contract must be flexible to work within weather windows and be available for emergency operation. 3) Be responsible for overseeing all aspects of the preventative maintenance program for the vessel. The contractor shall be responsible for the readiness of all major vessel systems. Oversee and direct any maintenance contracts associated with the vessel or vessel support. The contractor shall possess a valid U.S. Coast Guard 100 gross ton captain?s license. The contractor shall possess at least 3 years of specific knowledge and experience of the offshore waters of the Gulf of Mexico, preferably in the vicinity of the FGBNMS. The contractor shall have knowledge and experience in large marine vessel electrical, plumbing, air conditioning and SCUBA compressor operation. The contractor shall have experience and expertise with a variety of vessel electronic systems, including electronic navigation systems. Any business capable of providing this service is encouraged to respond to this announcement within 15 calendar days after publication of this notice. The NAICS code for this action is 541990. This is a small business set-aside. This service is being procured under the guidelines of FAR Part 12, Commercial Items Procedures. The Central Administrative Support Center (CASC), Acquisition Management Division (AMD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: 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. A copy of the Request for Proposal (RFP) will be issued on or about January 7, 2004. Requests may be faxed to 816-426-7530. Attn: Sharon Walker.
 
Record
SN00722967-W 20041219/041217211613 (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.