SPECIAL NOTICE
99 -- Notice of Intent to use Moon Divers Incorporated t to charter a vessel from Pago Pago to Rose Atoll NWR
- Notice Date
- 10/20/2009
- Notice Type
- Special Notice
- Contracting Office
- Division of Contracting and General Services U.S. Fish & Wildlife Service911 NE 11th Avenue Portland OR 97232
- ZIP Code
- 97232
- Archive Date
- 10/20/2010
- E-Mail Address
-
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
- Small Business Set-Aside
- N/A
- Description
- Notice of Intent to use Moon Divers Incorporated t to charter a vessel from Pago Pago to Rose Atoll NWR carrying 12 scientist plus the crew. Provide other logistical support for up to twelve (12) scientists and workers (water, food, drinks, accommodations while traveling to and from Rose Atoll from January 25 to February 3, 2010, date is dependent on Weather Conditions, this is a followup contract to 101818C366 which had to be posgponed due to extinuating circumstances. NAICS 488320. STATEMENT OF WORK Name of Facility: Rose Atoll National Wildlife Refuge Name of Agency: U.S. Fish & Wildlife Service, Pacific Remote Islands NWR Complex Revision Number: 1 1.0. BACKGROUND: On October 14, 1993, the Taiwanese long-line fishing vessel, the Jin Shiang Fa ran aground on Rose Atoll's southwest ocean reef margin. The ship quickly broke up on the upper reef slopes and flats of the atoll. Salvage efforts in late 1993 removed the bow section from the reef crest but were not successful in removing the other larger broken pieces of the ship from the reef. During the subsequent decade, wave action scattered the ship's metallic and non-metallic debris over many acres of the southwest shallow reef flats and lagoon, and pushed some of the large pieces of wreckage from the ocean reef slope up on the southwestern reef flats. In April 1999 before the cleanup operations commenced, thousands of pieces of ship metal debris were scattered over a wide area on the SW reef crest and offshore reef slopes with non-metallic debris scattered over a broader area in the lagoon. In June 2005, the Hawaii Undersea Research Laboratory submersibles Pisces IV & V were used to conduct dives off the deep fore reef of the SW side of the atoll to confirm the absence of the bow section of the ship on the deep SW reef slope. Subsequently, all remaining metallic and non-metallic debris was removed from all reef and lagoon habitats during seven trips between July 1999 and March 2007. The schedule of the proposed work is to be on site Rose Atoll National Wildlife Refuge from January 2010 and depart from Pago Pago Harbor on January 25, 2010, and return from Rose to Pago Pago Harbor by February 3, 2010 weather permitting. The purpose of the contract is to provide travel and logistical support for up to 12 scientists involved on surveys of marine and terrestrial wildlife at Rose Atoll; remove all coconut trees and seedlings from Rose Island; remove invasive algal growths from approximately 17 patch reefs in the lagoon; provide up to a dozen scuba tanks and refills; and chartering the vessel that would back-stop all activities including provision of food, water, drinks accommodations, bathrooms, travel while at sea, and use of cranes and other equipment to launch, retrieve and operate skiffs, load and discharge debris (coconuts, seedlings and invasive algae). While at Rose from 4 to 8 scientists will be camping on Rose Island while the rest will remain on the charter vessel during non-working hours. 1.1 SCOPE: The proposed work shall encompass the following tasks: 1.1.1 The selected contractor confirms to the Government that the required schedule for travel to and from Rose Atoll and work at Rose Atoll will be met within 5 days of contract award. 1.1.2 After contract award, the Contractor shall mobilize skiffs, scuba tanks, equipment, and supplies and personnel needed for coconut tree, coconut seedlings, and cyano-bacterium (blue-green algae) removal and disposal, load their work vessel and skiffs in accordance with the schedule, and travel to Rose Atoll National Wildlife Refuge. The Contractor shall be responsible for transporting their vessel, personnel and equipment to Rose Atoll to be used for the loading and disposing of the debris. The Contractor shall provide room, board, and 12 scuba tank fills and refills for representatives of the Contractor, Government and workers sponsored by the Government, including the Government Contracting Officer Representative (GCOR). The two representatives from the American Samoa Government may accompany the Contractor's trip to Rose Atoll to accomplish marine or land surveys, and help the GCOR document or engage in the clean up work. 1.1.3 The Contractor shall utilize his vessels, equipment, supplies, and personnel to accomplish the removal of blue-green algae, coconut seedlings, and all but one coconut tree from Rose Atoll's patch reefs and Rose Island. The debris shall be floated on the surface or hauled by skiff and transported to the support ship via the contractors work boat or Samoan catamaran (alia). The contractor will then be responsible for the ultimate disposition or disposal of all debris. 1.1.4 Upon completion of the cleanup, the Contractor and GCOR will inspect Rose Island and determine whether there is coconut tree or seedling debris left to be removed. 1.1.5 Upon certification by the GCOR that all tasks have been completed, the Contractor shall depart Rose Atoll and return to the home port (Pago Pago Harbor) for demobilization and disembarkation. This includes providing a vessel charter, meals and lodging for twelve (12) FWS passengers/personnel and associated technical expertise to facilitate travel and logistics. The length of charter is estimated and can be terminated at any time by FWS due to unforeseen circumstances. Area of operation will be Rose Atoll NWR. 1.1.6 The vessel will be required to provide sleeping areas for 12 scientist, 3 meals per day, fuel for chartered vessel, adequate deck space, Utility (hydraulics) crane to load and off-load all required equipment and gear, and enough water for drinking and showers for passengers and crew for at least 10 days. 1.1.7 Research passengers/personnel will meet the vessel at Pago Pago Harbor to load equipment and supplies during the morning of the day of departure. The ship's crew will be responsible for loading supplies aboard the vessel in Pago Pago Harbor and offloading supplies, passengers and skiffs off the north entrance to Rose Atoll lagoon. Vessel must be available for loading of gear during the early morning of the day of departure for the charter, and staterooms will be available for sleeping quarters (no food is provided on the loading day). 2.0 SPECIFICATIONS: 2.1 Provide name and detailed description of the vessel designated to be used under this contract, and a vessel survey that is not more than five (5) years old. FWS must approve any change in the named vessel listed in the contract. 2.2 Current color photograph of the vessel and of the inside spaces and staterooms must be provided. 2.3 Provide name, proof of U.S. Coast Guard license, and a description of the watercraft experience of the Captain. Captain shall have at least (5) years of experience operating vessels of the size being offered in the following geographic region of Samoa and American Samoa, and shall have experience working with previous research charters. 2.4 The vessel must be made available for inspection by FWS prior to deployment for operation on the project/contract scope of work. Additional inspection should be made available within 1 day after proposal submission and prior to contract award. Vessel shall be made available for inspection on __tbd___ following the proposal deadline date and prior to contract award. Arrangements for this inspection shall be made with the contracting officer. 2.5 Vessel must meet U.S. Coast Guard standards for either an "uninspected vessel" or "uninspected research vessel" for safe operations at sea in the geographic area of American Samoa-. 2.6 Contracted vessel shall have marine and general public liability insurance with limits of liability in accordance with Department of the Interior insurance regulations, 1452.228-70 LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JUL 96). 2.7 The pilot house of the vessel will be accessible to the research crew unless the Captain restricts access due to safety concerns. 2.8 The length of the work day will be jointly determined each day by the Captain and the FWS project leader. In the event of a disagreement, the FWS project leader has final authority, except for work stoppage due to uncontrollable circumstances, such as unsafe weather or sea conditions, or other safety-at-sea considerations as determined by the Captain. The Captain will have ultimate authority and responsibility for the vessel and all personnel aboard and therefore retains the right to operate the vessel in a safe manner based on his/her best judgment. 2.9 Vessel shall be of compatible length, (at least 70 feet), to carry all equipment and personnel listed within this section, and all contractor employees needed for support. 2.10 Vessel shall be fully licensed by the US Coast Guard as required by law and shall have passed all appropriate US Coast Guard requirements for safety and seaworthiness. Proof of certification shall be provided with the offer resulting from this solicitation. 2.11 Vessel shall be willing to move each day to a new staging area as agreed upon directed by the GCOR and Captain. Areas of safe anchorage will be identified by the vessel master or Captain. 2.12 Vessel shall be equipped with radar, satellite navigation, or Loran C; and GPS, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, and two VHF radios. Must have US Coast Guard approved emergency life raft on board with capacity for all research and vessel personnel. 2.13 Contractor will be responsible for all fuel requirements for the vessel being chartered during the vessel's time at sea and during work of the period of performance of the awarded contract. 2.14 The vessel must have a lifting crane (hydraulics) with operator to lower and raise equipment from shore or water to the main deck of the vessel and transfer debris from skiffs to vessel. 2.15 Additionally, in order to enhance efficient and safe transfer of personnel, equipment, a section of the starboard or port side railing should be able to be removed and replaced with a latched gate or with access and egress facilitated via a gangway. 2.16 The crew onboard the vessel shall consist of a minimum of 6 people, including: 1) licensed vessel master (Captain), 2) first mate, 3) engineer, 4) deckhand, 5) crane operator, and 6) cook 2.17 Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel. Fuel, lubricants, and other consumables for operating government owned skiffs will be provided by government. 2.18 Mechanical breakdown that causes rescheduling of the FWS operational schedule shall require the contractor to deduct the daily cost for that period of time from their final invoice. 2.19 Vessel shall carry enough fuel, potable water (at least 3,000 gallons), and food sufficient for up to 10 days at sea without a port call. Port calls are not anticipated or needed other than Pago Pago Harbor as specified. Other port calls are not needed, must not compromise the tight schedule of the charter, and must be prearranged with the FWS Contracting Officer before contract award. 2.20 Vessel must have large deck (at least 20 X 35 feet) for holding coconut trees, deck loading skiffs, supplies, and equipment. 2.21 Vessel must have dry place to store surgical supplies, laboratory and biological specimen collection supplies. 2.22 Vessel must have water supply and hose on deck for cleaning of work area. 2.23 Vessel must have air hose on deck for inflating inflatable skiffs. 2.24 Vessel must have ability to carry all skiffs (~16-32') from Rose Atoll, offload skiffs, passengers and supplies in open seas off the north side of Rose Atoll, retrieve skiffs, supplies, passengers and debris at Rose, return to Pago Pago Harbor, and safely offload skiffs three (3) with outboard motors attached. It is not anticipated that any skiffs will need to be towed, but the Contractor must be capable of towing up to three (3) skiffs from Rose Atoll to Pago Pago Harbor in case of mechanical breakdown. 3.0 GENERAL GUIDELINES: 3.1 All areas of the vessel shall be accessible to the scientific staff, unless agreed to beforehand. 3.2 No alcohol will be permitted on the vessel. 3.3 No smoking will be allowed on the vessel. 3.4 The vessel master or designee will, at all times, maintain radio contact with research passengers/personnel working in small boats from the vessel, according to a pre-arranged radio schedule to assure their safety. In event of a problem or an accident, immediate steps will be taken for a pick-up. 3.5 Safety orientation will be given on the first day by the vessel master to all research passengers/personnel aboard, including location of exits, locations and operation of life rafts, communications, man overboard procedures, fire drills, and procedures for abandoning the vessel in the event of an emergency. 4.0 ACCOMMODATIONS: 4.1 Vessel must have Sleeping space for twelve (12) passengers/personnel and additional space for required crew members. 4.2 Vessel shall be clean and provide quality living conditions. 4.3 This includes being free from extreme noise levels in the living and work areas and from undesirable and noxious odors. 4.4. Vessel lights, heat, hot water, sanitation facilities (including wash basins, toilet, and shower), galley, and cooking and eating supplies shall be appropriate to support up to twelve (12) passengers/personnel and vessel's crew members. 4.5 Berthing spaces, heads, sinks, and showers will be thoroughly cleaned routinely by a vessel crew member. 4.6 Vessel shall have a flat, dry space available for setup and operation of laptop computers. 4.7 Vessel shall have 110-volt AC electricity to recharge computers, AA batteries and VHF radios. 5.0 MEALS: Three meals per day (breakfast, lunch, and supper), snacks, and drinks for twelve (12) research passengers/personnel shall be provided by the contractor during the voyage. Meals must be well balanced, nutritious, palatable and varied. If special dietary needs (e.g., low-sodium, vegetarian, diabetic, etc.) are required, FWS will notify the contractor at least five (5) days prior to scheduled departure of the nature and number of special dietary requirements. 6.0 DELIVERY POINTS (FOB): FWS passengers/personnel will meet the vessel at the port for boarding and loading of equipment during the early morning of July 27, 2008.The vessel will then depart Pago Pago Harbor on July 27 2008, so that it she arrives at the north approach to Rose Atoll no later than the early morning of July 28, 2008. This is required to accommodate a full day of field work beginning on the early daylight hours of July 28, 2008. The vessel, crew, and all passengers shall remain at Rose and not depart until the late afternoon of August 3, 2008 to allow for seven (7) daylight field days of work at Rose Atoll prior to return to Pago Pago Harbor. The charter dates at Rose cannot be changed due to the need to be on-site during favorable tidal conditions. 7.0 PUBLIC AFFAIRS: The Contractor shall not make available to the news media or publicly disclose any data generated or reviewed under this contract. When approached by the news media, the Contractor shall refer them to the Contracting Officer or her representative for response. Project reports and data generated under this contract shall become the property of the government and distribution to any other source by the Contractor, unless authorized by the Contracting Officer or her representatives, is prohibited.8.0 TECHNICAL REQUIREMENTS:8.1 The Contractor shall provide a combined passenger and work vessel, all equipment, supplies, and the personnel for scientific monitoring and cleanup operations on site at Rose Atoll. Other contractor-provided equipment may include but may not be limited to chain saws, axes, other saws, collecting nets, cranes, wheel barrows, sleds, small work boats, skiffs, floating equipment, rafts, lift bags, cables, blocks-and-tackle, diving equipment, hoists, A-frames, davits, winches, lines, chains, other tools, cargo netting, bags for cyano-bacteria, underwater suction devices or manual devices for removal of cyano-bacteria and collection into bags, etc. The Contractor including the subcontractor's ship crew shall be responsible for loading debris on the vessel or towing debris by the vessel for ocean transport and disposal of the debris. The Contractor shall be responsible for dumping the debris at an approved disposal site using his own equipment or other equipment attached or installed on the work vessel by the Contractor. The Contractor shall be responsible for furnishing and installing equipment, if any, needed for disposal of debris from the vessel. The Contractor will be responsible for disposal of all debris. The Contractor shall insure that all proposed divers are fit and certified to dive and have prior similar work experience involving debris removal, safety training, use of lifting equipment and other procedures to be proposed and used by the Contractor. The Contractor shall ensure and assume the liability for all non- U.S. Fish and Wildlife Service sponsored divers. The Contractor's vessel(s) shall be licensed to accomplish work for hire, be current in U.S. Coast Guard safety and loads-and-lines certifications, carry sufficient liability insurance, carry sufficient safety equipment in compliance with SOLAS, sanitation equipment in compliance with MARPOL, authorized to transport passengers, and be piloted by licensed captions and crew. 8.2A Government Contracting Officer Representative (GCOR) shall accompany the Contractor's vessels and remain on site at Rose Atoll until clean-up operations and the final inspection are completed. The GCOR shall help specify on-site the coconut trees to be removed and the lagoon patch reefs to be cleaned. The GCOR shall participate in the final inspection for each patch reef, accompanied by the master diver of the Contractor. The Government shall certify and ensure that all debris is properly disposed. The Government's Refuge Field Dive Officer shall suggest improvements and approve of a dive safety and evacuation plan to be followed during dive operations. The Government shall ensure that all Contractor divers are certified, fit to dive, and have prior similar work experience involving debris removal, safety training, use of lifting equipment, and other procedures to be proposed and used by the Contractor. 9.0REPORTS, DATA, AND DELIVERABLES 9.1 Prospective contractors must deliver written and signed bids within 10 days of receipt of the bid package from the Contracting Officer. The bid should include a brief statement of the scope of the cleanup and the cost for the reef slope debris removal and disposal. 9.2 Upon award, the selected Contractor is not required to submit reports, data, or deliverables as a part of this contract, other than invoices. 9.3 The Contractor must submit written invoices for: (1) a mobilization deposit equivalent to 35% on the total contract cost, and (2) an invoice for the 65% balance upon completion of all contract work. 10.0 PLACE AND PERIOD OF PERFORMANCE 10.1 Place: Mobilization at Pago Pago Harbor, American Samoa, debris removal work at Rose Atoll, and debris disposal, if any, 3 nautical miles north of Rose Island. 10.2 Period of Performance: A nine-day period to be confirmed by the contractor from January 25, through February 3, 2010. Due to the small window of opportunity each year for this service, if conditions are not favorable this contract can be extended for up to five years. 11.0 ADMINISTRATIVE MATTERS: The Government Contracting Officer will issue a notice to proceed and authorize payments in accordance with this contract. 12.0 INSPECTION AND ACCEPTANCE: All inspections and acceptances will be accomplished on site at Rose and Pago Pago Harbor by the Government Contracting Officer Representative. 13.0 TECHNICAL COORDINATOR & GOVERNMENT INSPECTOR Name: James E. Maragos, Ph.D., Coral Reef Biologist Address: Pacific Remote Islands National Wildlife Refuge Complex U.S. Fish and Wildlife Service 300 Ala Moana Blvd., Rm 5-231, Box 50167, Honolulu, HI 96850, USAEmail:jim_maragos@fws.govPhone:1-808-792-9557Fax:1-808-792-9585Cell:1-808-927-5034
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f1e7d51f6dcc8d76f0745daccf1dab77)
- Record
- SN01988600-W 20091022/091020235254-f1e7d51f6dcc8d76f0745daccf1dab77 (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 |