SOLICITATION NOTICE
V -- VESSEL CHARTER FOR VARIOUS PROJECTS INCLUDING TRAWL SURVEYS PREDOMINATELY IN EASTERN GULF OF ALASKA AND WITHIN INSIDE WATERS OF SE ALASKA
- Notice Date
- 1/13/2010
- Notice Type
- Presolicitation
- 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-10-RP-0039
- Archive Date
- 3/16/2010
- Point of Contact
- Sharon S. Kent, Phone: (206) 526-6035
- E-Mail Address
-
sharon.s.kent@noaa.gov
(sharon.s.kent@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Previously, a sources sought notice was published in FBO for this requirement under Solicitation No. NFFS7400-10-03888. The National Marine Fisheries Service (NMFS) requires a contractor to furnish the vessel and all necessary personnel, material, equipment, services and facilities in order to perform approximately 20 individual cruises ranging in length from 3 to 23 days each and associated with 12 different research projects beginning mid-April 2010 through mid-October 2010 (approximately 6 months). There will be one optional charter period starting in mid-April 2011 and ending in mid-October. Exercising the 2011 option charter will be dependent on the Government securing adequate funding for the project. The departure and return port will be Juneau, AK. SPECIFIC TASKS: The contractor will provide a vessel for transportation to study areas and a platform to conduct sampling. The study area includes the inside waters of Southeast Alaska, specifically Icy Strait near Juneau. Within the strait, eight stations will be sampled with a 264 Nordic rope trawl, plankton nets, and oceanographic instruments. In general, daily sampling will be conducted at 4-6 stations. The contractor shall provide a protected area on deck to process fish samples. The contractor shall provide support to the scientists by deploying and retrieving the rope trawl and oceanographic instruments. Four or five scientists of both genders will be on board and the work will generally be conducted during a 10-12 hour period each day. Three well balanced meals and snacks and galley cleanup will be provided by the contractor. Minimum vessel and crew requirements are: 1. Minimum overall length of 27.4 m (90 ft) including a history of being used recently for commercial trawling or research with trawl gear). 2. Minimum continuous horsepower output from main engine (s) of 500 HP; a. Vessel must be able to tow two standard survey trawls, a Nordic 264 rope trawl fished with 3-meter steel alloy doors and a set of two 70-m (230') long bridles for each door, and associated gear hardware and headrope floats, and a Cantrawl model 400/580 hexagonal mesh trawl fished with 5-meter steel alloy doors and a set of three 110-m long bridles for each door, and associated gear hardware and headrope floats: both at a continuous speed of 3 - 5 kts under weather conditions considered safe and typical for survey sampling. b. Vessel must be able to maintain a minimum cruising speed of 16.8 km/hr (9 nm/hr) in low sea states. c. Vessel must have fuel capacity for approximately 5 days of continuous fishing operations. 3. Completely rigged for trawling including: a. A stern ramp and gallows or gantry. b. A net reel with capacity for one of the nets described above. c. Split trawl winches with a minimum of 1,000 m (547 fm) of 1.58 cm (5/8 in) diameter wire or steel core trawl cable in good condition on each drum and the ability to retrieve the research trawl at the minimum rate of 61 m (200 ft) per minute. At the beginning of the charter, the trawl cable may be measured with Government provided wire counters and the crew will mark the trawl wire at 45.7 m (25 fm) intervals. The trawl wire and marks may also be measured at the completion of the survey as well as during the survey if there are indications that it has stretched or if significant differences are found between the wire measurements from both trawl winches. d. An auto-trawl system with the capability of adjustable winch brakes and measurement of trawl wire deployed. This auto-trawl system must be annually certified by factory inspectors to be operating as designed and maintained in usable condition throughout the duration of each survey. e. Trawl cable must lead directly from the winches to the gallows trawl blocks. 4. A deck area clear of obstructions of at least 37 m 2 (400 sq ft) for sampling equipment including a 1.5 x 3.0-m (5 x 10 ft) sampling table and one 0.6 m x 1.2 m (2 x 4 ft) platform scale table for working on catches and obtaining biological data. The work area should allow the sampling table to be positioned so that all four sides of the table can be used to conduct work, and with easy access to the rail or scuppers to discard catch. Sea water will also be needed on deck to wash down plankton nets. On deck work area(s) should be clear of running gear, equipment, vertical obstructions (e.g., hatch combings) and stowage. 5. A protected area on deck, such as a covered shelter deck or covered area aft of the house, where a table of at least 1.2 x 2.4 m (4 x 8 ft) can be set up for collecting biological data. (In particular, specimen scales need to be protected from wind and spray which can affect the accuracy of weight measurements). 6. Open space, 1.3 m (4.5 ft.) wide x 2.69 m (8.83) long, on the stern deck where an electro-hydraulic winch with davit will be mounted. The largest possible winch is approx. 850 lbs. (386 kg), and 36" wide, 34" deep, and 32" high (91 x 86 x 81 cm), with electric motor 5 hp 230 V, 60Hz, requiring vessel generator power 230 V, 16 amps, or hydraulic system with 5 gallons/minute (19 liters/min) of oil flow at a line pressure of 1750 psi. This unit will allow for deployment and retrieval of oceanographic equipment throughout the research cruise. Government will provide the winch and davit. Vessel's crew will be required to mount winch and hook up hydraulic and electrical connections. 7. Open deck space for storing small boats up to rigid hull skiffs 22 ft in length. Note that this requirement is for "mothership" operations using skiffs in support of marine mammal and habitat research: is not applicable for trawl operations. 8. O bservation platform at least 14 ft. above the waterline for marine mammal surveys. 9. Electric power (110/115 V.A.C.) outlet near on-deck work area. This may be a temporary installation, if necessary, but must be safe to use in the sheltered on-deck work area (see item 5). 10. Seawater deck hose for cleaning sorting table and sampling gear. On/off switch should be readily available from the working deck. 11. Crane capable of lifting 5 mt (5.5 t) for handling catches and fishing and sampling gear and rigid hull skiffs up to 22 ft. in length. Crane system must be capable of vertically raising and lowering a filled codend anywhere along centerline of working deck and lifting a skiff in and out of the water to a storage area on deck. 12. A minimum of 2.8 m 3 (100 cu ft) of freezer storage exclusive of space for ship's stores for stowing scientific samples and supplies. Freezer space must be reasonably and safely accessible from the deck and must be available at all times to the scientific party. 13. Dry storage area of at least 100 ft 3 in the main house for holding scientific supplies. 14. An office desk area with 110/115 volt power outlets for data management (galley may substitute for this area). Government-supplied personal computers will be installed here for logging data. 15. Clean and sanitary accommodations for crew and scientific field party (maximum of 4 scientists) which may include both male and female scientists. Bunk areas shall contain at least one drawer or closet per occupant for storage of clothing and personal gear. 16. Potable fresh water supply adequate for vessel and personal use (including showers and laundry) for at least 5 days. If a water-maker is not available, then a minimum of 7.6 kl (2,000 gal) is required. 17. Clean mattresses with clean fitted covers will be supplied to the scientific field party. 18. A minimum of one head and one shower shall be available to the scientific field party. Soap, toilet paper, paper towels, and bath towels shall be provided by the vessel. 19. Workspaces, berthing, and galley spaces shall be adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. 20. Washer and dryer for personal laundry. 21. A skiff or rigid hulled inflatable boat measuring at least 4.3 m (14 ft) LOA with an outboard motor (minimum 15 hp). Skiff to be rated at minimum of 400 kg (880 lbs) total carrying capacity; must be stored away from the work area but be readily and easily deployed in case of emergencies. 22. The minimum crew shall consist of a Captain and three crew members, such as lead-fisher, engineer-fisher, and cook-fisher. 23. The Captain shall have a minimum of three (3) years of trawl fishing experience as master of a comparable-sized trawler and at least five (5) years total fishing experience as a master. 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. A Request for Proposal (RFP) solicitation will be available on January 28, 2010 or later, through this website. No paper copies of the solicitation will be issued. No telephone, facsimile, or written requests will be accepted. It is incumbent upon interested parties to register at the solicitation's site for notification and to review the site frequently for any updates/amendments to any and all documents. Technical questions regarding this solicitation should be addressed to Sharon.S.Kent@noaa.gov. This procurement is competed full and open. The Government may award a single contract or multiple contracts. All responsible, responsive sources may submit an offer which will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-10-RP-0039/listing.html)
- Place of Performance
- Address: Alaska, United States
- Record
- SN02040998-W 20100115/100113234459-85cf23a72f09ad2421ce00e875fe29be (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 |