SOLICITATION NOTICE
V -- WEST COAST CHARTER FOR A TRAWL-CAPABLE RESEARCH VESSEL
- Notice Date
- 9/22/2011
- 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-12-RQ-0007
- Archive Date
- 12/31/2011
- 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
- Total Small Business
- Description
- The National Marine Fisheries Service (NMFS), Southwest Fisheries Science Center (SWFSC) in La Jolla, CA has a requirement for a vessel to conduct four surveys off the coasts of Washington, Oregon and California from January through December 2012. The Government will supply the trawl nets, doors, associated rigging and other sampling gear. The complete survey period includes four separate charters, all with different objectives: The winter survey, 25 days in length, consists of CTD/rosette casts and plankton tows at fixed stations, and acoustic observations and egg pump sampling and extends from San Diego, CA to San Francisco, CA. The spring survey, 35 days in length, focuses on coastal pelagic species and consists of CTD/rosette casts and plankton tows at fixed stations, and acoustic observations and egg pump sampling while transiting between stations and extends from Cape Flattery to Cape Mendocino or San Francisco. The summer survey, 15 days in length, focuses on juvenile salmon and consists of surface trawling for juvenile salmon, CTD/rosette casts and plankton tows at fixed stations, and acoustic observations and extends from Monterey, CA to southern Oregon. The summer CPS survey, 35 days in length, focuses on the status of forage stocks and consists of CTD/rosette casts and plankton tows at fixed stations, and acoustic observations and egg pump sampling and extends from Cape Flattery to Cape Mendocino or San Francisco and approximately 150 miles offshore. The estimated period of performance is January 1, 2012 - December 31, 2012 with four survey periods occurring in January, April, late June/July and July/August. Contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform these services. The contractor will be required to provide a vessel with an overall length of not less than 160 feet. The vessel must have a continuous horsepower output from the main engine of at least 900hp, and be capable of towing a NETS Nordic 264 rope trawl at a continuous speed of 4 kt. The vessel must also be capable of maintaining a cruising speed of at least 10kt and have berthing accommodations for up to 15 scientists. The proposed contract is set-aside for small business concerns. The NAICS code for this procurement is 483114 and the size standard is 500 employees. Any vendor desiring to be considered for award must be registered in CCR and ORCA using this NAICS code. Any resulting contract will be awarded as a firm-fixed price contract. Solicitation documents will be made available for download on or about October 6, 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 proposer 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 October 26, 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 vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR, please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. 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-12-RQ-0007/listing.html)
- Place of Performance
- Address: off the coasts of Washington, Oregon and California, United States
- Record
- SN02589004-W 20110924/110923000425-5954d56762fdc1fb4eee4a6392bb94f1 (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 |