SOLICITATION NOTICE
V -- TWIN TRAWL BYCATCH REDUCTION STUDY
- Notice Date
- 3/17/2011
- Notice Type
- Presolicitation
- 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
- AB133F-11-RP-0069
- Archive Date
- 5/31/2011
- 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 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. The proposed contract is unrestricted and open to all business concerns. The NAICS code for this procurement is 483114 and the size standard is 500 employees. All vendors wishing to do business with the Government are required to be registered in CCR and ORCA using this NAICS code. *** Any contract resulting from this procurement will be awarded at no cost to the Government. Contractor will be compensated for charter costs through sale of fish caught during study. *** Solicitation documents will be made available for download on or about April 1, 2011 at http://www.fbo.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential vendor is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fbo.gov/. The estimated response due date is May 3, 2011; however, the actual date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Crystina Elkins at Crystina.R.Elkins@noaa.gov or via fax at (206)527-3916. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-11-RP-0069/listing.html)
- Place of Performance
- Address: Gulf of Alaska, Alaska, United States
- Record
- SN02402924-W 20110319/110317234147-4f11195335f5f6dfc62eeb779f05674c (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 |