Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2008 FBO #2412
SOURCES SOUGHT

99 -- VESSEL AND OPERATIONAL SUPPORT

Notice Date
7/2/2008
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN7600-8-39882SLW
 
Response Due
7/12/2008
 
Archive Date
7/13/2008
 
Point of Contact
Sharon L. Walker, Phone: (816)426-7470
 
E-Mail Address
sharon.walker@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Commerce, National Marine Fisheries, Miami, FL., has a requirement for services to provide a vessel and operational support. A vessel service charter is required to recover 2 passive acoustic auto-detection buoys in shallow waters off northern Florida and southern Georgia to detect vocalizations of the critically endangered North Atlantic Right Whale. Right whales occupy these areas during winter months and begin to leave during early March. This project is a pilot study designed to assess the capability of acoustic auto-detection buoys to operate successfully in waters of the mid-Atlantic. The buoys must be recovered for refurbishment and repaired prior to redeployment in October. The buoy system being recovered requires a vessel with relatively large aft deck space and a crane and other equipment capable of recovering and safely handling oceanographic moorings. The vessel crew must have experience in the deployment and recovery of oceanographic moorings to ensure both safety and effective recovery of technical equipment. Close proximity of the vessel homeport to the buoy locations is also critical to limit the amount of time spent in transit. The R/V Savannah is the only known vessel meeting the requirements for this project. It has sufficient deck space and dockside facilities to safely handle the equipment. It is available during the required time frame for this project in late July. Savannah Specifications: Length 92', Beam 27',Draft 8', H.P 2x450, Speed 6.9kn, Range 2400 mi, Endurance 10d. The R/V Savannah's port location is close to the location sites of these buoys, minimizing the distance, time, and cost required to recover the buoys. Using a vessel with inappropriate capabilities in terms of deck space or weight capacity would be impractical or unsafe. In addition, inappropriate handling of the equipment increases the risks of breakage or the loss of the equipment (valued at $300,000). Using another vessel located far away from the deployment site would result in increased transit costs and increase the risk of mission failure due to inclement weather. The operation will be conducted during two consecutive days in July 2008. Skidaway Institute of Oceanography is the only known source that meets these requirements. The vessel must have sufficient deck space, a crane, and other equipment capable of recovering and safely handling oceanographic moorings. The mooring assembly requires a large area on the aft deck to support deployment. R/V Interested firms must provide detailed specifications of the proposed charter vessel. Demonstrate prior experience of the Captain and support crews' ability in the recovering of buoys and handling scientific equipment. Documentation must be received within 10 calendars days after publication of this notice. The Government will evaluate the documentation and determine the feasibility of obtaining competition among sources that have the ability to meet the Government's requirements providing the best value. All responsible sources may submit a proposal which shall be considered by the agency. The NAICS code for this action is 541990. The Central Region Administrative Division (CRAD), The government requires that all contractors doing business with the government must be registered with the Central Contractor Registry (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. The government now requires all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR and BPN. Responses should be faxed to 816-426-7470. Attn: Sharon Walker.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=372d48dea215d41b79c34117d1d0421c&tab=core&_cview=1)
 
Record
SN01606104-W 20080704/080702220913-372d48dea215d41b79c34117d1d0421c (fbodaily.com)
 
Source
FedBizOpps 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.