SOURCES SOUGHT
V -- TWIN TRAWL BYCATCH REDUCTION STUDY
- Notice Date
- 3/2/2011
- Notice Type
- Sources Sought
- NAICS
- 483114
— Coastal and Great Lakes Passenger Transportation
- 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
- NFFS7100-11-02729
- Archive Date
- 3/29/2011
- 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
- The National Oceanic and Atmospheric Administration (NOAA), Conservation Engineering Project requires a Bering Sea factory processor vessel that uses a twin-trawl system to catch groundfish in support of trawl gear research. The NAICS code for this procurement is 483114 with a corresponding size standard of 500 employees. The Government requires to charter a commercial fishing vessel that can provide paired catches from matched full-scale bottom trawls operated simultaneously, a method known as twin-trawling. The scientific design is to allow comparisons of modifications made to one of the trawls - comparing such catches measures the quantitative effects of those trawl modifications on catch rates of groundfish. Such comparisons are an essential part of studies of fishing gear modifications to reduce bycatch, unobserved mortality or the effects of trawling on seafloor ecosystems. To accomplish this work, the vendor's vessel must be equipped with two identical commercial-scale trawl systems (including bridles and sweeps) and all equipment necessary (three main trawl winches, two doors and a central clump) to tow both trawls on adjacent, simultaneous paths (twin trawling). Key vessel personnel must be experienced at using this method of fishing on this vessel to capture commercial quantities of groundfish in Alaska waters. Research will take place for up to 16 days between May 15th and October 15th, 2011, with the option for three additional one-year option periods with the actual survey period occurring on or about May 15 through October 15 each year. Contractor must be able to provide all personnel, equipment, tools, materials, supervision, transportation, fuel and services necessary to perform these services. Field evaluations require fishing conditions representative of those of the commercial groundfish fishery, these tests require commercial-scale catches of groundfish to be captured and sampled during this charter. Capturing sufficient quantities of groundfish to represent commercial operations would make it wasteful to merely eject such fish back to the sea. The project will be done under a contract with no cost to the Government, the vessel being compensated by sale of the catch produced during the research. In addition to all facilities necessary to handle, sort and process large catches (2 - 12 tons) of mixed groundfish, the vessel must have motion-compensated flow scales installed to weigh the whole catch as it enters the sorting area and to weigh the catch of each species separately after sorting. Minimum overall vessel length required is 150 feet. Minimum continuous horsepower output from main engine, 1,000hp. Minimum cruising speed of 10 knots. Any future resulting contract will be awarded at no cost to the Government. Funding for the requirement is instead paid by the revenue from the sale of fish caught during the charter. Submittal Requirements: Firms responding to this market survey should provide only focused and pertinent information. Responding firms should provide a capability statement which should include sample and information which relates to this requirement to Contract Specialist, Crystina Elkins by email at Crystina.R.Elkins@noaa.gov by Monday, March 14, 2011 at 1:00 PST. All questions regarding this announcement should be addressed to the Contract Specialist at Crystina.R.Elkins@noaa.gov. The Government intends to negotiate a firm fixed price contract with the period of performance commencing approximately May 15, 2011. It is the Government's opinion that availability of contractors to provide this charter is severely limited, and therefore a competitive solicitation may not be issued. Should the results of this sources sought notice indicate a likelihood of competition, an official notice of the Government's intent to procure the above services will be posted at www.fbo.gov on or about March 15, 2011. 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. Interested firms should submit in writing, (1) its name, address, a point of contact, telephone number, Data Universal Numbering System (DUNS) number, and a brief narrative regarding its capability to provide the services as described above; (2) provide at least 3 examples of current and/or recently completed projects of the same or similar type of service described above. Include projects within the past 3-5 years, a brief description of the project, customer name, customer contact point and telephone number, timeliness of performance, customer satisfaction, and dollar value of the project; (3) State if your company is a Small Disadvantaged Business, HubZone Small Business, or Service-Disabled Veteran Owned Small Business and provide proof of Small Business Administration (SBA) HubZone certification; (4) Indicate whether your firm will submit a proposal for this project, if this project is set-aside for HubZone Small Business,or Service-Disabled Veteran-Owned Small Business; (5) Indicate all applicable personnel and sub-contractors proposed to work on the contract. Firms submitting responses shall provide information that proves you can meet the qualification criteria listed above. The capabilities will be evaluated solely for the purpose of determining if a Set-Aside is appropriate. The Government must ensure there is adequate competition among the potential pool of firms which can operate in the areas of consideration as specified above. Detailed information must be submitted by email to Crystina Elkins at Crystina.R.Elkins@noaa.gov by Monday, March 14, 2011 at 1:00 pm, local Pacific Standard Time, Seattle, Washington. Questions of any nature may be addressed in writing to Crystina Elkins at the email address noted above. NO TELEPHONE INQUIRIES WILL BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFS7100-11-02729/listing.html)
- Record
- SN02391134-W 20110304/110302234202-3fe7a55b93535e25cfaf73c75e6d0231 (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 |