Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2012 FBO #3805
SOLICITATION NOTICE

V -- Vessel Charter in SE Alaska

Notice Date
4/23/2012
 
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-RP-0365
 
Point of Contact
Mimi Antonio Hetzel, Phone: 206-526-6032
 
E-Mail Address
Mimi.A.Hetzel@noaa.gov
(Mimi.A.Hetzel@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NOAA's National Marine Fisheries Service's Alaska Fisheries Science Center (AFSC) has a requirement for various projects including trawl surveys predominately in Eastern Gulf of Alaska and within inside waters of SE Alaska. AFSC conducts scientific research on fish stocks, fish habitats, and the chemistry of marine environments. Information from this research is widely used by commercial interests such as fishing industries, and governmental agencies involved in managing natural resources. This research relies upon marine survey data on commercially marketable species such as rockfish, sablefish, and salmon, and on non-marketable and/or protected species such as eel grass, plankton, Steller sea lions, and harbor seals which is then turned into information products essential to fishing industries, state and federal regulators, and international treaty bodies. This vessel charter is essential to support ecosystem-based approaches to management and is critical to the AFSC mission. The objective of this vessel charter is to provide continuity to important missions of NOAA Fisheries, Alaska Fisheries Science Center. The principal mission requirements along with key research themes are listed below: 1. Surface/midwater trawling: research on young of the year sablefish, rockfish, and salmonid recruitment and its association with climate and biophysical parameters; seasonal assessments of forage fish life-history, abundance, and predator-prey relationships. 2. Oceanography: collection of biophysical data for recruitment studies and for development of ecosystem indicators; research on survival and early life history (egg and larvae) of rockfish and sablefish. 3. Marine mammal observations: support for marine mammal surveys which includes small boat operations, acoustic work, and animal tracking. Period of performance for the base period shall be approximately for 81 days, 6/23/12 - 9/12/12 (Base Period), 33 days, 9/13/12 -- 10/16/12 (Option Period 1), 81 days, 6/23/13 - 9/12/13 (Option Period 2), 33 days, 9/13/13 - 10/16/13 (Option Period 3). The Contractor shall furnish the vessel, necessary personnel, material, equipment, services and facilities (except as otherwise specified) to perform as following: The Contractor shall provide a vessel with a minimum overall length (LOA) of 36.5m (120 ft) and the vessel shall have been actively used for commercial trawling or research where trawl gear was used in the past 12 months. The vessel must have berthing accommodations for between four (4) and six (6) scientists. In additional, the vessel must have a minimum continuous horsepower output from main engine (s) of 1000 HP and be capable of the following: 1. 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. a. Vessel must be able to maintain a minimum cruising speed of 16.8 km/hr (9 nm/hr) in low sea states. b. Vessel must have fuel capacity for 20 days of continuous fishing operations. 2. 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. 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. 3. A deck area clear of obstructions of at least 37 m2 (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. 4. 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). 5. Open space, 1.3 m (4.5 ft.) wide x 2.69 m (8.83 ft.) 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. 6. 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. 7. 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). 8. Seawater deck hose for cleaning sorting table and sampling gear. On/off switch should be readily available from the working deck. 9. 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. 10. A minimum of 2.8 m3 (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. 11. Dry storage area of at least 100 ft3 in the main house for holding scientific supplies. 12. An office desk area with 110/115 volt power outlets for data management (galley may substitute for this area). 13. Clean and sanitary accommodations for crew and scientific field party (minimum of four (4) and a maximum of six (6) 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. 14. Potable fresh water supply adequate for vessel and personal use (including showers and laundry) for at least 20 days. 15. 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. 16. Washer and dryer for personal laundry. 17. Vessel must be ballasted to maintain sea-kindliness during the charter. 18. Provide a safe and stable portable gangway for use in boarding and debarking vessel while in port. 19. 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. 20. The vessel shall be required to have a storage facility, with or without a trash compactor to retain all refuse (except food and paper materials) or a means to incinerate this refuse so that it is not disposed of at sea. 21. Radio: VHF -- a minimum of two sets. 22. Radar with a minimum range of 39 km (24 miles). 23. GPS (Global Positioning System). 24. Depth sounders: Color scope unit operating in the 38-50 kHz range plus a backup unit. 25. An emergency source of electrical power, independent of the main source of power. 26. Stability letter or evidence that vessel stability has been evaluated by a qualified, certified individual, such as a licensed naval architect/marine engineer. 27. USCG Certificate of inspection. 28. At least two hydroacoustic frequencies (38 khz and 120 khz), and required transducers and wiring accessible by scientific personnel from the bridge. 29. Crew Requirements: 1. The minimum crew shall consist of a Captain and three crew members, lead-fisher, engineer-fisher, and cook-fisher. 2. The Captain shall have a minimum of three (3) years of trawl fishing experience as master of a comparable-sized trawler and a minimum of five (5) years total fishing experience as a master. 3. The Captain shall be competent in the use of modern navigational and fish-detecting equipment and be skilled in rigging and repairing trawls. 4. The lead-fisher shall have a minimum of three (3) years experience in trawl fishing and demonstrated experience in building, rigging, repairing, and operating trawls. He/she must possess demonstrated competence for repairing damaged trawls to their original specifications. 5. The engineer-fisher and cook-fisher shall have a minimum of two (2) years experience in trawl fishing and have the necessary net mending skills to assist the lead-fisher in trawl repair. 6. Experience conducting research surveys is highly desirable for the Captain and lead-fisher, though not required. 7. A crew-member with certified first aid or EMT (emergency medical technician) and CPR training and AED use. This procurement is a small business set-aside. The North American Industry Classification Code (NAICS) is 483114 with a size standard of 500 employees. A Request for Proposal (RFP) may be available mid-May 2012 at http://www.fedbizopps.gov/. The estimated response due date may be late May 2012/early June. Paper copies of this RFP 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 RFP, thereafter. Each potential contractor 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.fedbizopps.gov/. Email any questions regarding this procurement to Mimi Antonio Hetzel, Contract Specialist at mimi.a.hetzel@noaa.gov. 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 bidders 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/. Veteran employee reports are required to be filed at https://vets100.vets.dol.gov/VETS-100.pdf.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-12-RP-0365/listing.html)
 
Place of Performance
Address: Waters off of SE Alaska, Juneau, Alaska, 99801, United States
Zip Code: 99801
 
Record
SN02728345-W 20120425/120423234515-c16cc5c8e1bc3f71319b58bb5de026f5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.