SOURCES SOUGHT
V -- VESSEL CHARTER FOR TRAWL SURVEYS OF GROUNDFISH AND SALMON RESOURCES IN THE BERING-ALEUTIAN AREAS OF ALASKA
- Notice Date
- 3/6/2009
- Notice Type
- Sources Sought
- NAICS
- 532411
— Commercial Air, Rail, and Water Transportation Equipment Rental and Leasing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133F-09-RP-07878
- Archive Date
- 4/4/2009
- Point of Contact
- Sharon S. Kent,, Phone: (206) 526-6035
- E-Mail Address
-
sharon.s.kent@noaa.gov
- Small Business Set-Aside
- N/A
- Description
- NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified business concerns capable of furnishing the National Marine Fisheries Service (NMFS) with a vessel charter for trawl surveys. The contractor shall furnish the vessel and all necessary personnel, material, equipment, services and facilities to perform three charter/survey periods each year for approximately 20 days per charter (a maximum of 60 possible charter days per charter period) as follows: Base Year: Charter 1 - Begins on or about August 12, 2009, lasting approximately 20 days, departing from Dutch Harbor, Alaska. Optional Charter 2 - Begins on or about September 20, 2009, lasting approximately 20 days, departing from Dutch Harbor or another Alaska port that would be mutually agreeable to both parties. Optional Charter 3 - Begins on or about October 10, 2009, lasting approximately 20 days, departing from Dutch Harbor or another Alaska port that would be mutually agreeable to both parties. Charter breaks are planned in Dutch Harbor, AK and Nome, AK. The surveys are divided into three regions: Region 1 - Stations south of 60N and east of 168W; Region 2 - Stations south of 60N and west of 167W; Region 3 - Stations north of 60N to 64N. The period of performance will be for the base period (2009) with four optional charter periods (2010 - 2013) starting at the same approximate dates each year. Exercising the Optional Charters 2 and 3 in a given year will depend on whether or not the Government secures adequate funding for one or more of the 20-day segments. Minimum vessel and crew requirements are: 1. Minimum overall length of 36.5m (120 feet); 2. Vessel has been actively used for commercial trawling or research where trawl gear was used in the past twelve months; 3. Minimum continuous horsepower output from main engine at 1,000 HP; 4. Vessel must be able to tow the standard survey trawl, a Cantrawl Model 400/580 hexagonal mesh trawl fished with 5-meter steel allow doors and a set of three 110-m long bridles for each door, and associated gear hardware and headrope floats at a continuous speed of 3 to 5 knots under weather conditions considered safe and typical for survey sampling; 5. Vessel must maintain a minimum cruising speed of 16.8 km/hr (9nm/hr) in low sea states; 6. Vessel must have fuel capacity for approx. 50 days of continuous fishing operations; 7. Vessel must be completely rigged for trawling; 8. Have capability to accommodate a scientific party of six (6) scientists that may include both males and females; and 9. Crew shall consist of five personnel - (1) Captain (three years experience of bottom trawl fishing as master of a comparable-sized trawler in Alaskan waters and at least five years total fishing experience as master), (2) lead-fisher (five years experience in otter trawl fishing and demonstrated experience in building, rigging, repairing, operating bottom trawls and possess demonstrated competence for repairing damaged trawls to their original specifications), (3) engineer-fisher, (4) general-fisher, and (5) cook-fisher. Personnel 3, 4 and 5 shall have a minimum of three years experience in trawl fishing and have the necessary net mending skills to assist the lead-fisher in bottom trawl repair. The North American Industry Classification Code (NAICS) is 532411 with a size standard of $7M. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. All interested parties must respond to this announcement by March 20, 2009. Interested firms shall provide in writing, a brief narrative and documentation to support the contractor's capability and experience to meet the requirements herein and include the contractor's name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, etc. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 2:00 PM local Seattle time (PDST), March 20, 2009. Email Address: Sharon.S.Kent@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=22e5af97c0fa1a0d1e6b6e26f0dc4e2f&tab=core&_cview=1)
- Place of Performance
- Address: Bering-Aleutian Areas of Alaska, United States
- Record
- SN01763504-W 20090308/090306220651-22e5af97c0fa1a0d1e6b6e26f0dc4e2f (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 |