MODIFICATION
19 -- MATOC Vessel Charter, Pacific Islands Fisheries Science Center - Solicitation 1
- Notice Date
- 6/29/2012
- Notice Type
- Modification/Amendment
- 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-0028
- Response Due
- 7/31/2012 2:00:00 PM
- Point of Contact
- LINDA M GRUBER, Phone: 206-526-6386, Stephanie M Garnett, Phone: 253 526 6384
- E-Mail Address
-
LINDA.M.GRUBER@NOAA.GOV, stephanie.m.garnett@noaa.gov
(LINDA.M.GRUBER@NOAA.GOV, stephanie.m.garnett@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation for Multiple Award Vessel Charter. The National Oceanic and Atmospheric Administration's (NOAA) Pacific Islands Fisheries Science Center (PIFSC) is located in Honolulu, Hawaii. The Center is responsible for research on federally managed marine fisheries, protected species such as the endangered Hawaiian monk seal and other marine mammals, and ecosystems in the entire western and central Pacific Ocean, including coral reefs, insular (near island) habitats and pelagic (open ocean) environments.. REQUIREMENT: The contractor shall provide a vessel that can support a variety of scientific and management activities, including but not limited to, protected species field camp deployment and recovery, marine debris recovery operations, cetacean surveys, scientific research, and emergency response. Field camp support includes transporting personnel, supplies and scientific materials to remote locations and transferring them on and off the island via small boat. It may be required to transport monk seals between islands. Marine debris recovery includes locating and removing derelict fishing gear and other marine debris; requiring extensive diving, snorkeling and free-diving operations from small boats launched from a larger research vessel platform and requires storage and transport of the debris onboard the vessel until it can be transferred ashore for proper disposal. Cetacean surveys may include continuous visual surveys during daylight hours for cetaceans using mounted binoculars. Scientific activities may include support of small boat and diving operations near remote islands or the deployment and recovery of scientific instrumentation in the open ocean. Emergency response may include the evacuation of personnel and/or animals from remote field stations in the event of a medical emergency or natural disaster. Vessel Requirements: 1. The vessel operator/owner shall obtain a permit allowing operations within the Papahānaumokuākea Marine National Monument (PMNM). The vessel's permit shall cover all activities related to vessel operations including but not limited to navigation, access to the PMNM, overboard discharge, anchoring, prohibited fishing, and Vessel Monitoring System (VMS). The PMNM may be contacted for a full description of vessel permitting requirements. A separate Scientific and/or Resource Management type of permit which will cover the Government's personnel and operations will be obtained by the Government. 2. The vessel shall provide a USCG Certificate of Inspection (COI) that is valid for the time period of the charter. Any costs associated with bringing the vessel to a passing standard are the responsibility of the contractor. A copy of the USCG certification shall be posted on the vessel and a copy shall be provided as part of the proposal. If an award is made and the contractor subsequently fails to obtain a COI before the start of the charter, this contract may be terminated. Furthermore, in the event of such termination, the contractor may be liable to the Government for costs associated with re-procurement. 3. The vessel shall be at least 100 feet Length Overall (LOA), 120 feet Length Overall is desired but not required. 4. The vessel shall be able to maintain a minimum cruising speed of 8 knots in a Beaufort sea state 6 (sustained winds of 21 to 26 knots with 9 to 13 feet seas). The ability to maintain a minimum cruising speed of 10 knots in a Beaufort sea state 6 is desired, but not required. 5. The vessel shall have sufficient fuel capacity and reserves to accommodate 60 days of continuous operations. Fuel consumption estimates can be based on 50% of the time transiting between locations and 50% of the time on-station with all housekeeping, deck, electrical, and other necessary services available. 6. The vessel shall have sufficient endurance to depart Honolulu, conduct a minimum of 35 days of operations at sites as far away as Kure Atoll, and safely return to Honolulu. Should work be required at more remote locations (e.g. Palmyra or Wake Atolls) the Government will consult with the contractor to determine the number of days that operations can be safely conducted. 7. The proposal shall provide specifications for fuel capacity and fuel consumption rates for the vessel underway at 8 knots. These will be used as a factor in evaluating responses to the solicitation to assess the vessel's endurance and the estimated cost of fuel for a given charter operation. This should not be taken as a desire on Government's part to constrain the vessel's speed to 8 knots. The vessel's captain is expected to work with the Government to determine the most effective and efficient safe speed for vessel operation and fuel costs will be reimbursed based on actual expenses. 8. The vessel shall be equipped with the appropriate compliment of tools and spare parts necessary to maintain general vessel operations for the duration of the charter. 9. Two (2) electrical power outlets (120 VAC, 60 Hz) near on-deck work areas are required. Additional outlets are desired, but not required. 10. The vessel shall have seawater and freshwater deck hoses for rinsing SCUBA equipment and processing scientific samples on a daily basis. An on/off switch or tap should be readily available from the working deck. 11. The vessel shall have at least one compressed air hose near the on-deck work area, capable of 125 psi. 12. The vessel shall be capable of being rigged for marine debris removal operations and include a) operational winches, blocks, gantries, etc., necessary for the craning and hauling of marine debris, supplies and scientific equipment aboard and around the deck; b) all the associated gear including lines, bins, etc., necessary to store and secure recovered marine debris on/below deck. 13. The vessel shall be equipped with a hydraulic crane, a knuckle crane is desired but not required. All weight lifting equipment and rigging shall meet NOAA Small Boat Program Standards. (a) The crane shall be capable of at least five (5) Tons Safe Working Load (SWL) for deploying and recovering small boats, supplies, oceanographic equipment and marine debris. (b) The vessel shall be able to crane-haul on/off at least eight (8) Tons of marine debris within a twenty-four (24) hour period. (c) The crane shall have a minimum SWL of three (3) Tons when extended to a point alongside the vessel where offload of small boats, supplies, and marine debris will most commonly occur. (d) The vessel shall be configured such that the crane operator can maintain direct visual contact with the small boats during the offload/backload operation. 14. The vessel shall be able to carry, launch and recover five (5) 17.5 ft boats plus attached twin 30-Horsepower outboard motors, approximately one (1) Ton each (provided by the Government). Launch and recovery operations must be able to be conducted in conditions up to a Beaufort sea state 5 (sustained winds of 16 to 20 knots with seas of 6 to 9 feet). 15. The vessel shall provide deck storage area of at least 800 sq ft for small boats, motors, scientific gear and accessories. The 800 sq ft includes space for five (5) 17.5 ft boats. Deck storage area may be continuous or separated into sections throughout the vessel, such that a minimum continuous space provided is at least 160 sq ft. 16. The vessel shall have sufficient deck space for at least two (2) 20-foot steel open-top shipping containers (approximately 20 feet long by 8 feet wide and 8.5 feet high) or equivalent deck and/or hold capacity for storage of marine debris. The vessel shall safely secure containers while underway and when on work sites. The containers will be provided by the Government. 17. The vessel shall have 300 sq ft for palletized storage of Government provided equipment with access to any of the pallets while underway and/or on-station. Pallet dimensions are approximately 4x4x4 feet. 18. The vessel shall have available 35 sq ft continuous or near continuous deck space dedicated to staging Government SCUBA and support equipment (e.g. one pallet of 15 SCUBA cylinders, SCUBA air compressor(s), etc.). This space must be clear of fuel, oil, or hydrocarbons and meet all NOAA Dive Program and NOAA Small Boat Program smoking restrictions. 19. The vessel shall have a covered working area of at least 100 sq ft on deck. The covered work area can be a permanent fixture of the vessel or a temporary arrangement for the duration of the charter. A larger covered working area is desired, but not required. 20. The vessel shall have dry storage area of at least 300 cu ft in the interior of the vessel for holding scientific equipment, electronics, and other items. The dry storage area may be continuous or separated into sections throughout the vessel. 21. The vessel shall have a minimum of 12 cu ft of freezer storage, or the ability to support space for a minimum of two government supplied chest freezers exclusive of space for ship's stores, to stow scientific samples and supplies that may contain hazardous chemicals. Freezer space shall be reasonably and safely accessible and shall be available at all times to Government personnel. A larger freezer storage space is desired, but not required. 22. The vessel shall have a dry counter work area suitable for placing Government provided computers, printers, and other electronic/office equipment and for performing office-type duties. The workspace shall be at least 12 sq ft with adjacent electrical outlets (120VAC, 60 Hz). 23. The contractor shall provide clean and sanitary berthing accommodations and steward services for a minimum of twelve (12)-(14) Government personnel (a mix of male and female), minimum of sixteen (16) Government personnel is desired but not required. Government and Contractor provided personnel may share berthing arrangements, but must allow for separate rooms for male and female personnel. Berthing space shall contain at least one drawer or closet per occupant for stowage of clothing and personal gear, lighting, ventilation, emergency exit, and be separate from machinery or fuel tanks. Quarters and furnishings shall contain fireproof installations where applicable. Proposals must include berthing space configuration for consideration. Desirable for keeping crew and scientific complement staterooms separate. 24. The vessel shall have a potable fresh water supply for vessel and personal use (including showers and laundry) for all personnel aboard for the duration of the charter. A minimum capacity of 40,000 gallons of potable fresh water is required. The potable water system shall have dedicated tanks (treated and coated), ventilated with insect screens installed (if appropriate), and a dedicated potable water hose. A water-maker is highly desirable. 25. The vessel shall provide clean linens including mattresses, clean fitted sheets, pillows, and towels for each Government personnel. 26. The vessel shall have a minimum of two heads and two freshwater showers available to Government personnel. Additional heads/showers are desired but not required. The vessel shall provide sufficient soap, toilet paper, and paper towels sufficient for the number of personnel on-board and the duration of the charter. 27. The vessel shall have workspaces, berthing, and galley spaces adequately ventilated and free from tobacco smoke, excessive engine noise, and hydrocarbon fumes. 28. The vessel shall have a working washer and dryer for Government personnel laundry use. The vessel shall provide laundry detergent sufficient for the number of personnel on-board and the duration of the charter. 29. The vessel shall have a skiff, or inflatable boat measuring at least 16.5 ft LOA with an outboard motor (minimum 40 hp). The skiff/inflatable boat shall be rated for a minimum of 880 lbs total carrying capacity; shall be stored away from the working deck area, but be readily and easily deployed for routine and/or emergency situations. A Rigid Hull Inflatable Boat (RHIB) or inflatable type skiff is preferred. 30. The vessel shall be able to safely store a minimum of 700 gallons of unleaded gasoline fuel to refuel Government provided small boats and to resupply field camps. The contractor shall abide by all USCG rules and regulations which apply to the carriage of gasoline. 31. The vessel shall have a location to secure a Hazmat cabinet 4 ft wide by 3 ft deep and 6 ft tall. The cabinet will be provided by the Government for the storage of chemicals used in scientific operations. Government staff will provide an MSDS binder of all chemicals brought on charter. 32. The vessel shall be ballasted to maintain sea-kindliness during the charter. The operating area within the PMNM which has strict rules for discharge. Note: fuel considered as ballast shall not be considered in the vessel's fuel-endurance estimate; freshwater considered as ballast shall not be considered in the vessel's potable water estimate. 33. In an effort to reduce marine debris pollution, the Captain shall comply with waste management regulations as described in MARPOL 33 CFR part 151 and MARPOL Annex V of MARPOL and as regulated by the Papahānaumokuākea Marine National Monument (PMNM). The vessel shall have a storage facility, with or without a trash compactor, to retain all refuse so that it is not disposed of within the Marine National Monument. At no time will plastic be discharged from the vessel. Household trash shall not be mixed with marine debris during transport. 34. The vessel shall meet all PMNM discharge requirements (e.g. grey water, black water, dive gear disinfection rinse water). The vessel shall minimize transits outside PMNM boundaries to discharge waste water by having sufficient holding capacity to store and/or treat waste water. 35. The vessel shall be equipped with a minimum of one anchor and sufficient ground tackle to safely and securely anchor the vessel. Consistent with mission objectives, the vessel and small boats will employ anchoring methods in accordance with the PMNM regulations to minimize damage to coral reef habitats during any anchoring operations. 36. The vessel shall be able to maintain underway status, including all engine-room functionality the entire duration of the charter. The vessel shall be able to maintain all housekeeping, deck, and other necessary services while underway or while on-station (at anchor or otherwise). 37. A viewing platform for cetacean surveys, such as bridge wings or a flying bridge, space for two big-eye (25-power) mounted binoculars, one on each side of the vessel, with an unobstructed view from ahead to the beam of the vessel, and adequate space for at least 3 people to stand to maintain survey operations is desired but not required. Electronic Equipment and Communication Requirements: 1. The vessel shall have a minimum of two (2) VHF radios, one (1) of which shall be fixed mounted in the bridge. Two (2) additional VHF radios are required for each contractor-provided skiff. The Government will provide VHF radios for the Government personnel and Government supplied boats. 2. The vessel shall have a minimum of two (2) long-range communication devices, such as single side-band HF radios or satellite communications. 3. The vessel shall provide a competent watch stander on the bridge at all times, including during all operations to monitor and respond to radio communications, check-ins and/or emergency call-ins with field personnel. 4. The vessel shall have a minimum of one (1) plotter (flatbed or CRT) with capability of plotting input from GPS. 5. The vessel shall have a minimum of two (2) GPS (Global Positioning System) units. GPS units must be in proper working order at all times during the charter to plot and automatically update the vessel's position. 6. The vessel shall be equipped with a minimum of two (2) radar units suitable for marine vessels, with a minimum range of 24 nautical miles. 7. The vessel shall be equipped with a primary and a backup depth sounder to facilitate navigation and operations requiring information about the depth of water beneath the vessel. Depth sounders must report in units that match those on nautical charts. 8. The vessel shall be equipped with an electronic navigation/charting system with GPS NMEA input (or similar), that allows for continuous recording of the vessel's position and track-line. The vessel shall be equipped with a back-up navigation system. When requested by the Chief Scientist, the Contractor shall provide the vessel's geo-positional data during the charter period. 9. The vessel shall be equipped with a Vessel Monitoring System (VMS), in compliance with PMNM regulations. 10. The vessel shall have the capability to receive up-to-date weather information (e.g. Weather Fax or other system). The Captain shall download, discuss, and review the weather reports on a daily basis with the Chief Scientist. 11. The vessel shall have nautical paper charts (largest scale available) of the operational and transit areas. 1. Crew Requirements: The contractor shall provide a Captain, appropriately licensed by the USCG for the gross tonnage of the vessel, for each charter. The Captain shall be competent in the use of navigation and safety equipment. The Captain shall have experience launching and recovering small boats; approaching islands, navigating unmarked channels; operating in the near shore environment of the Northwestern Hawaiian Islands. The Captain shall have the ability to compute and monitor the vessel's trim and stability to make certain the vessel always remains within trim and stability guidelines. It is desired, but not required, that the Captain have experience conducting debris removal, oceanographic and scientific operations. 2. The contractor shall provide adequate crew to effect the safe operation of the vessel and provide appropriate watch standing schedules. At a minimum, the contractor shall provide five (5) personnel to include a Captain, engineer, two deckhands, and a dedicated cook/steward for the duration of each charter. The contractor shall provide skilled crew capable of crane operations and line handling for launch and recovery of small boats and cargo. 3. It is desired, but not required, that all vessel mates, operators and small boat coxswains have experience operating in near shore areas. 4. When not engaged in vessel operations or tasks assigned by the Captain, the crew may be asked to assist with scientific operations. These operations may include, but not limited to, sorting debris, gear deployment/recovery, and obtaining scientific data. The Captain may be asked to assist scientific personnel with navigation and debris removal record keeping. Additional tasks will not interfere with mandatory rest periods as stipulated in 46 CFR 15.705. 5. All vessel's crew and scientific staff shall comply with NOAA and PIFSC personal conduct policies including: EEO, workplace harassment, substance abuse, safety and environmental awareness. A no tolerance policy will be enforced. 6. The contractor shall provide safe, efficient working conditions and accommodations to the Government personnel free from violence, threats of violence, harassment, including sexual harassment, intimidation, and other disruptive behavior. The contractor, its agents, subcontractors, and employees, including the Captain and crew of the vessel shall not harass, assault, oppose, impede, intimidate, threaten, interfere with or make unwelcome advances toward any member of Government personnel. Violation under this clause may result in termination of the contract, at the discretion of the Government under the Default Clause, and consequent liability of the contractor to the Government for any costs incurred, as well as debarment, suspension or similar action from future participation in Government contracts. Violation of the contractor's obligations under this clause may result in criminal and/or civil prosecution of the person(s) involved by either the Government or affected Government personnel, as provided by applicable law, as well as adverse performance evaluation under the terms and conditions of this contract. 7. During the charter period, all firearms shall remain locked, secured by the Captain and accessible upon request by the Chief Scientist. 8. During the charter period, the possession or use of intoxicating alcohol and/or illegal drugs, by any person, is not permitted and may be grounds for termination of this contract by the Government. 9. Presence of family members: unless serving as crew, the spouses or children of crewmembers or owner(s) may not accompany the vessel during the term of the charter without obtaining prior written approval from the Contracting Officer's Technical Representative. 10. All vessel crew must be eligible to be granted access to Joint Base Pearl Harbor Hickam. OPERATING PROCEDURES: 1. The contractor shall provide all Government personnel three (3) nutritionally balanced meals and two (2) snacks served daily. Fresh food, hot entrees, fruits, and vegetables shall be a regular part of the meal service. Meal portions shall be sufficient to accommodate the needs of field personnel engaged in vigorous physical activity throughout the day. Special dietary requirements of Government personnel will be provided to the vessel's Captain at least seven days prior to charter departure (e.g. food allergies, vegan, etc.) 2. The contractor shall make available drinking water and non-alcoholic beverages at all times. Meal times shall be coordinated with the Chief Scientist to accommodate the need to complete operations and the time required for the steward to prepare meals. At the discretion of the Chief Scientist, coolers with packaged meals and refreshments shall be provided for Government personnel and crew conducting operations away from the vessel. The Chief Scientist will notify the steward one day prior to needing packaged meals. 3. Meal service shall begin one hour before departure, extend throughout the charter, and end two hours after arrival to final port. Meal service shall include in-port days unless notified by the Chief Scientist. 4. The workday length and hours will be determined by the Chief Scientist in consultation with the Captain. The decision will be based on the type of operations expected (transiting, field camp resupply, debris removal, etc.) as well as on the prevailing weather conditions and the operational requirements describe in the Project Instructions. The vessel shall be adequately crewed to support operations as describe in the Project Instructions, possibly up to 24 hours of operations per day a sea. The Chief Scientist has the final authority for the scientific operations of the vessel and Government personnel. The Captain has final authority in matters relating to safety of the vessel and personnel on board. 5. The Chief Scientist and Captain shall meet daily to discuss operations and weather forecasts; and to resolve any concerns that occur. 6. The Chief Scientist and Captain shall work together to resolve all concerns which occur regarding the charter and scientific operations while underway. In the event the Chief Scientist and Captain are unable to resolve any concerns, which has the potential to significantly impact the scientific mission or threatens the safety of the Government personnel, the Chief Scientist under consultation with the COR and Contracting Officer, may direct the vessel to return to port where an acceptable solution will be arranged between the Government and the contractor, or the charter will be terminated. The vessel will be off-charter if required to return to the port of charter origination and will remain off-charter until the deficiency has been resolved and the vessel has returned to the survey area. Off-charter days are not billable to the government. 7. The Captain and crew shall exercise due caution and follow safety procedures as directed by the Chief Scientist to protect Government personnel and to prevent damage or loss of Government gear and equipment. Specific safety procedures may be provided to the Captain by the Chief Scientist. Repair or replacement costs may be deducted from charter payments if loss or damage to Government equipment is the result of the contractor's negligent disregard of such instructions and procedures. 8. All contractor and vessel equipment specified in the Government's statement of work and that which is not specified but is necessary for the safe and continuous operation of the vessel shall be operational at the beginning of the charter and maintained in working order throughout the duration of the charter. 9. The contractor shall provide assistance in loading, off-loading, and staging large gear/equipment in preparation for departure and upon return to port. 10. In the event of an incidental take of a marine mammal or federally listed wildlife species during the course of the charter, the Chief Scientist will report the incident to the PIFSC Science Director and Deputy Science Director immediately. The following definitions apply: Take - under section 3(18) of the Endangered Species Act (ESA), "...to harass, harm, pursue, hunt, shoot, wound, kill, trap, capture or collect, or to attempt to engage in any such conduct." Incidental Take - take that is incidental to, but not the purpose of, otherwise lawful activities. 11. In accordance with NOAA Diving Program (NDP) Regulations, no diving (free-diving, snorkel or SCUBA diving) outside of mission operations will be conducted by the vessel crew or Government personnel. Any dives conducted by Government personnel outside the scope of the charter and the direct mission will require approval by the PIFSC Unit Diving Supervisor (UDS). The contractor is responsible for providing diver support, if necessary, for vessel husbandry activities (hull maintenance, propeller or rudder de-fouling, anchor maintenance, etc.) 12. During the charter, all small boat activities shall be approved by the Chief Scientist and PIFSC Vessel Operations Coordinator (VOC). 13. The Contracting Vessel shall be required to undergo a U.S. Customs and Immigration inspection, and U.S. Department of Agriculture inspection in the event that port calls were made outside of the U.S. Customs jurisdiction, this includes Midway Island. 14. Berthing requirements, including number and gender of Government personnel, will be provided by the Chief Scientist. The Chief Scientist and Captain will work together on a detailed berthing plan to accommodate the gender mix of the Government personnel, taking into consideration the current compliment of the ship. The Government anticipates a Multiple Award Task Order Contract (MATOC) Indefinite Delivery/Indefinite Quantity (IDIQ) type contract with reimbursable items, with a base year and four option years. The North American Industry Classification Code (NAICS) is 483114 with a size standard of 500 Employees. Any vendor desiring to be considered for award must be registered in CCR and ORCA using this NAICS code. Solicitation documents will be made available for download on or about 06/29/2012 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 07/31/2012; 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, Linda Gruber at Linda.M.Gruber@noaa.gov or via fax at (206)527-0209. 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-RP-0028/listing.html)
- Place of Performance
- Address: Honolulu, Hawaii, United States
- Record
- SN02790384-W 20120701/120629234734-53211210b6ac9dfe9121e59d2adf199a (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 |