SPECIAL NOTICE
V -- REQUEST FOR INFORMATION: BOTTOM TRAWL SURVEYS OF GROUNDFISH AND CRAB RESOURCES OF THE CONTINENTAL SHELF AREAS OF ALASKA
- Notice Date
- 1/27/2011
- Notice Type
- Special Notice
- 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
- RFI-BERINGSEA-2011
- Archive Date
- 2/25/2011
- Point of Contact
- Crystina R Elkins, Phone: (206) 526-6036
- E-Mail Address
-
crystina.r.elkins@noaa.gov
(crystina.r.elkins@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- 1. Contracting Office Address: Department of Commerce Western Acquisition Division (WAD) 7600 Sand Point Way NE Seattle, WA 98115-6349 2. General Information: This is a Request for Information (RFI) only, as defined in FAR 15.201(e), to obtain information for planning purposes. This RFI is NOT a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The purpose of the sources sought synopsis is strictly for market research purposes in accordance with Federal Acquisition Regulation (FAR) subpart 17.207. Further, NOAA's Western Acquisition Division (WAD) is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that WAD will not pay for any information or administrative costs incurred in response to this RFI; all cost associated with responding to this RFI will be solely at the interested party's expense. No telephone calls will be accepted requesting a bid package or solicitation. There is no bid package or solicitation at this time. All information received shall be safeguarded from unauthorized disclosure. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. 3. General Intent: The Alaska Fisheries Science Center (AFSC) conducts regular, comprehensive trawl surveys of marine fish and invertebrate populations in the continental slope of the eastern Bering Sea and the Gulf of Alaska using chartered commercial fishing vessels. The AFSC Resource Assessment and Conservation Engineering (RACE) Division Groundfish Assessment Program conducts these comprehensive trawl surveys and related research in the Exclusive Economic Zone (EEZ) off Alaska as required to monitor and describe trends in abundance and distribution of commercially and ecologically valuable groundfish populations. The objectives of the surveys are to: deliver (1) annual estimates of groundfish and crab biomass and population size and (2) biological, habitat, oceanographic, and acoustic data for the eastern Bering Sea to the North Pacific Fishery Management Council (NPFMC) Groundfish and Crab Plan Teams. Project performance is determined by the successful completion of each charter necessary for generation of up-to-date estimates of biomass, abundance, distribution, and population structure of groundfish and crab populations to stock assessment scientists for inclusion in the annual stock assessment analyses and ecosystem forecast model efforts. Questions of consideration: A. Please provide the daily rate for a charter lasting 55 days with an option for 20 additional days based on the following vessel characteristics and capabilities: • Minimum vessel length of 120 feet (LOA) and the vessel shall have been actively used for commercial trawling or research where trawl gear was used in the past 12 months. • Minimum continuous horsepower output from main engine of 850 HP. • A stern ramp and gallows or gantry • Split trawl winches with a minimum of 1,463 m (800 fm) of 2.53 cm (1 in.) diameter steel core trawl cable in good condition and free of signs of excessive wear (frayed, burrs, broken strands, corrosion)and available for fishing on each drum • Minimum of one net reel with capacity for a 25.3/34.1 m (83/112 ft) or a 27.4/36.5 m (90/120 ft) Poly'NorEastern survey trawl • A hydraulic crane with the capability to extend out 3 m (10 ft) past the side of the vessel and lifting winches rated for handling fishing gear, sampling gear, and catches weighing as much as 5.4 mt (6 t) under dynamic load conditions. The crane must be capable of raising or lowering the codend anywhere along the centerline of the working deck. • Vessel must be able to maintain a minimum cruising speed of 10 knots in low sea states. • Efficient and effective overboard discard of samples. A system should be in place to service both a sorting table and deck bins. • Can accommodate a scientific party of up to six (6) of mixed gender • Potable fresh water supply adequate for vessel and personal use (including showers and laundry) for 11 people for at least 25 days. If a water-maker is not available, then a minimum of 22.7 kl (6,000 gal) is required. • Daily routine of approximately 4-6 tows: ~12 - 14 hours/day • Vessel must be able to consistently deploy, tow along the seabed at a continuous speed of no more or less than 5.6 km/hr (3 kts), and retrieve the standard 25.3/34.1 m (83/112 ft) or 27.4/36.5 m (90/120 ft) Poly'NorEastern survey trawl • Vessel must have fuel capacity for approximately 50 days of continuous operations • A Simrad ES-60 echo sounder system (or successor) with either a 38-kHz single or split beam transducer. The ES-60 echo sounder should be connected to the ship's GPS unit and should be running the most recent version of the Simrad ES-60 software. Sources of noise and interference should be identified and eliminated. Charter pricing should be all inclusive and shall include all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform these services. Any rates based on catalog pricing shall be so stated. B. Please provide the fuel consumption rate for the vessel assuming the following: 1) Number of gallons that a vessel is expected to consume over a 24 hour period under the following conditions: a) Trawling for 5 hours at 3 knots; b) Cruising between stations 10 hours at 10 knots; c) Anchored drifting with generators running for 9 hours = Estimated Daily Fuel Consumption: _________ gallons 2) Estimated Daily Fuel Consumption x $3.00 per gallon = $ __________ (Estimated Cost of Fuel Per Day) 3) Estimated Cost of Fuel per Day x 75 charter days = $__________* (Estimated Cost of Fuel Per Contract Period). C. Please provide the cost for shipment of Government Equipment from Seattle, WA to Dutch Harbor, AK and return. Pricing provided should be one-way. (Pricing from Seattle, WA to Dutch Harbor, AK and pricing from Dutch Harbor, AK to Seattle, WA) ALL RESPONSES WILL BE TREATED AS PROPRIETARY AND WILL BE USED SOLELY FOR THE PURPOSE OF CONDUCTING MARKET RESEARCH. DISCLAMER: There is no guarantee that any submission in response to this RFI will result in a Government program. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. The information submitted in response to this RFI is intended as market research and is for Government planning purposes only. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Information provided to the Government in response to this RFI is intended for the sole purpose of market research and will not be provided to third parties. 4. Required Reponses: Responses to this RFI are limited to 5 single-sided, double-spaced pages, using standard letter-size 8½" x 11" paper. The font for text should be Times New Roman 12-point or larger. Responses must be unclassified. 5. Request for Clarification: A responder may request clarification, in writing, from the Contracting Officer for any requirement that is unclear, by sending an e-mail to Crystina.R.Elkins@noaa.gov. Any requests for clarification must be received no later than five (5) business days prior to the close of this RFI in order to receive a timely response. 6. Submission of Documentation: Responses to this RFI are due to the contracting office identified below by 2:00 local Seattle time, February 10, 2011. Responders shall provide responses by electronic submission by either: (1) sending by electronic mail to: Crystina.R.Elkins@noaa.gov or (2) sending via facsimile to: (206)527-3916. All RFI responses must be unclassified. Existing commercial documentation and product literature can also be submitted and is not subject to the page limitation. 7. Additional Information: All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding this announcement should be directed to the contractual point of contact listed above. The Government may or may not use any responses to this RFI as a basis for a subsequent project. Any projects developed from the RFI responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FBO.gov. Responses to this RFI will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to respondents with respect to any information submitted under this RFI. No requests for a bid package or solicitation will be accepted; no bid package or solicitation exists at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/RFI-BERINGSEA-2011/listing.html)
- Record
- SN02368046-W 20110129/110127234257-225374554ceb830cb7802c8ff07ca95b (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 |