SOLICITATION NOTICE
R -- CHARTER RESEARCH VESSEL TO DRY TORTUGAS REGION - WC133F-09-RQ-0587SLW
- Notice Date
- 6/11/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 483114
— Coastal and Great Lakes Passenger Transportation
- 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
- WC133F-09-RQ-0587SLW
- Point of Contact
- Sharon L. Walker, Phone: (816)426-7470
- E-Mail Address
-
sharon.walker@noaa.gov
(sharon.walker@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SOLICITATION The U.S. Department of Commerce, National Marine Fisheries Science Center (NMFSC), Miami, FL This procurement is for vessel services to support two research cruises to the Dry Tortugas region (SE Gulf of Mexico). The research cruises will involve intensive scuba operations. Due to overfishing of the snapper-grouper complex, research to assess the effectiveness of a network of no-take marine ecological reserves in the Dry Tortugas region (SE Gulf of Mexico) is a high-priority item for the National Marine Fisheries Service, Florida Keys National Marine Sanctuary, National Park Service, and State of Florida. Research has been conducted in the Dry Tortugas region in 1999, 2000, 2004, 2006, and 2008. The planned 2010 research cruises are a critical continuation of the reserve assessment research. Two 10-day research cruises will be conducted in the Dry Tortugas region of SW FL (SE Gulf of Mexico). Cruise operations will be conducted over a total of 20 days and will support scuba-based surveys of reef fish, macroinvertebrates, other benthic fauna, and habitat characteristics. This research will facilitate the (1) assessment of natural system variability versus change resulting from implementation of "no take" spatial management zones recently implemented in the Dry Tortugas region, (2) assessment of correlations between spatially-explicit multispecies abundance and biomass data with relevant biophysical structure; and (3) modeling of linkages between coral reef fishery resources and key environmental "habitat" features. Operations shall be conducted in and around the Dry Tortugas near 24.5 degrees North, and 083.0 degrees West. Biological data will be collected by SCUBA divers using non-destructive, in situ, fishery independent visual monitoring methods. Diving operations shall require two legs of 10 full operational days each with a short break between legs. Port days shall occur at the beginning and end of each of the two legs (four port days total). Dates of the cruises are to be determined but shall fall between mid May to mid July. Actual dates for cruises to be set upon agreement between the two parties. The vendor will provide charter of a research vessel for two research cruises to the Dry Tortugas region (SE Gulf of Mexico) for May 15, 2010 and 1-9 June, 2010, with port days before and after each of the two cruises. Charter vessel and operations will be in accord with NOAA Charter Vessel Policy. The charter will include accommodation and food for a party of 24 researchers, and diving support for researchers including Nitrox gas compressor system and scuba tank fills. The vendor shall choose a single port in the state of Florida for embarkation/disembarkation where science personnel and equipment will on-load/off-load. To complete the tasks described above, the following vessel requirements shall be provided: Vessel specifications: A. General Information 1. Support vessel suitable for use as a field laboratory and a tender/mother ship for research diving operations. Overall length not less than ninety (99) feet, and minimum cruising speed of ten (10) knots. 2. Vessel crew, including USCG licensed captain (with working knowledge of English), experienced in undersea research operations and live-boating multiple groups of scuba divers, who shall be responsible for operation and maintenance of all equipment owned, leased, operated or otherwise under the control of the Vendor. 3. Vessel to be fully founded. Founded requirement includes, but is not necessarily limited to: a. Accommodations and linens for a minimum of 24 science personnel, not including crew. b. Three meals daily plus additional snacks and drinks. c. Liability insurance protection for vessel operations and personnel while conducting scuba diving operations. d. Docking, harbor, pilot fees, etc. e. Taxes, duties, etc. f. All crew expenses. g. Fuel and oil charges. h. All other expenses arising from operations considered being routine in the operation of a research vessel. i. Any and all expenses associated with upgrading the vessel or any other equipment required to comply with these specifications. 4. Climate controlled (72F ± 5) berthing for a minimum of twenty four (24) mission personnel (scientists and NURC staff). 5. Vessel documentation/certification. 6. Must pass a USCG, UNOLS, or NOAA Office of Marine Operations safety inspection or other third party inspection equivalent to Subchapter U, 46 CFR 188 for life at sea, fire safety, and material condition. This inspection must also be conducted on vessels designated as "uninspected vessels" or "research vessels" by the USCG. The NAICS code for this action is 483114. Small business size standard shall not to exceed 500 Employees. This support service is being procured under the guidelines of FAR Part 12, Commercial Items Procedures. The solicitation can be uploaded from this website. Interested parties can request a copy of the Request for Quotation on or about June 11, 2009. Potential vendors are encouraged to return to this site to obtain the Request for Quotation. Faxed requests can be sent to 816-274-6983, Attn: Sharon Walker. 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 reequest all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR. Responses should be faxed to 816-426-7470. Attn: Sharon Walker.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/WC133F-09-RQ-0587SLW/listing.html)
- Record
- SN01842017-W 20090613/090611235048-5d6ccb62ee954985c5e8c19b74d4745f (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 |