SOURCES SOUGHT
V -- Diving Research Vessel Cruises for the SE Atlantic Ocean, Gulf of Mexico, U.S. Virgin Islands, and U.S. Caribbean
- Notice Date
- 1/10/2013
- Notice Type
- Sources Sought
- NAICS
- 483114
— Coastal and Great Lakes Passenger Transportation
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NFFN7600-13-00143
- Archive Date
- 2/9/2013
- Point of Contact
- Joan Clarkston, Phone: 816-426-7469
- E-Mail Address
-
joan.e.clarkston@noaa.gov
(joan.e.clarkston@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this sources sought synopsis is for market research purposes to determine if capable, businesses (large businesses or small businesses which include service disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), women-owned small business (WOSB) historically underutilized business zone (HUBZone) businesses, 8(a) firms, small disadvantaged business (SDB) relative to North American Industry Classification system (NAICS) Code 483114 (size standard in gross annual receipts of income as defined in 13 CFR 121.104) ) possess the capability to support National Oceanic and Atmospheric Administration (NOAA) to provide diving research vessel cruises for the National Marine Fisheries Service (Southeast Fisheries Science Centers [SEFSC] and Florida Keys National Marine Sanctuaries Center). The operations would be conducted in and around the southeast Atlantic Ocean, Gulf of Mexico, U.S. Virgin Islands, and U.S. Caribbean. It is currently anticipated the government may enter into a five year indefinite delivery indefinite quantity type contract for these services in the future. Responses to this sources sought notice shall not constitute responses to any solicitation, which is not currently available. As stipulated in FAR 5.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a small business set-aside, full and open competition, or sole-source procurement. The SEFSC requires diving research cruises that involve intensive scuba operations and will be for the purpose of gathering fishery independent survey data on reef fishes and/or benthic habitats. Due to overfishing of a variety of reef fish stocks (and in particular the snapper-grouper complex) along the Florida Reef Tract, gulf of Mexico, and throughout the Southeastern U.S. and U.S. Caribbean, research to assess the status of reef fish stocks and effectiveness of management measures (e.g. size limits, networks of no-take marine reserves, etc.) through the region, including reefs in Florida, the Gulf of Mexico, and the Southeastern U.S and U.S Caribbean is a high priority item for NMFS and other governmental organizations. Biological data will be collected by SCUBA divers using non-destructive, in situ, fishery independent visual monitoring methods and/or acoustic data (e.g. multibeam sonar mapping, etc.) will be collected using portable equipment provided by the investigators. The government anticipates these requirements to be for a period of five years. The offeror would be required to provide the vessel(s) for cruises that last between a minimum of 2 to 4 days and a maximum of 10 to 14 days. Port days shall occur at the beginning and end of each cruise leg. Dates of cruises are to be determined, but they generally fall between May through August, but may occur throughout the year, if determined necessary. Vessel would be required to depart for designated research area at such a time as to arrive at first study site by 8:00 AM on the following day. For a vessel(s) to be considered minimally acceptable, for this type of work, they must be able to provide the following: - The vessel(s) length of not less than ninety (90) feet and minimum cruising speed of 10 (10) knots. - Climate controlled (72 degree Fahrenheit +/- 5 degrees) berthing for a minimum of twenty- four (24) mission personnel - Provide a copy of valid Vessel(s) documentation/certifications such as vessel insurance, USCG captains license, etc. - The vessel(s) must pass a USCG, UNOLS, or NOAA Office of Marine Operations safety inspection or other third party inspection equivalent to Subchapter U, 46 CFR 188 for life at sea, fire safety, and material condition. This inspection must also be conducted on vessels designated as "uninspected vessels" or "research vessels" by the USCG. - A single port of embarkation/disembarkation in the State of Florida is required. The vessel would be required to be available at port of embarkation at least twelve (12) hours prior to departure time and upon returning to allow science personnel to on-load/off-load equipment and personnel gear. - All crew members would be required to speak English. - The captain is required to be USCG licensed and have demonstrated experience piloting vessels greater than 90 feet in waters of the Southeast Atlantic, Gulf of Mexico, U.S. virgin Islands, and U.S. Caribbean. - All crew and captain would need to have experience in undersea research operations and live-boating multiple groups of scuba divers, who shall be responsible for operation and maintenance of all equipment owned, leased, operated or otherwise under the control of the offeror. - Provide a dive ladder/platform that allows easy access for divers to get on and off the support vessel. - Provide Storage space- eight hundred (800) square feet of open deck space for storage and work area. - Navigational Equipment such as, but not limited to, standard navigational equipment including compass, radar, and GPS and Fathometer capable of sounding to a depth of fifty (50) meters shall be provided. - Communication equipment such as, but not limited to a VHF radios for standard marine communications. Vessels shall be capable of accessing the USCG from all research site locations shall be provided - Electrical Equipment with a capacity to support the simultaneous operation of at least eight (8) desktop/laptop computers, two (2) portable printers, and charging stations for twelve (12) small battery chargers (AA Batteries, digital camera and video camera batteries). - Vessel Collision Liability and Protection and Indemnity Liability Insurance protection for vessel operations and personnel while conducting scuba diving operations is required. Minimum coverage required is $1,000,000.00 - Provide accommodations and linens for a minimum of 24 science personnel, not including the crew. Provide three meals daily plus additional snacks and drinks for those individuals - Nitrox compressor operated and monitored by vessel crew personnel for filling scuba cylinders is required. Must have documentation of meeting CGA Type 1 Grade E or better within six months of the beginning of the mission. The compressor must be able to produce 26% nitrox gas for a minimum of one hundred and ten (110) aluminium, 80 cu.ft cylinders each day. - Provide a minimum of twenty-four aluminum, 80-cu.ft. cylinders serviced for nitrox usage with standard "K" valves, which shall be required to be filed by vessel crew at least four times per day. - Docking, harbor, pilot fees, taxes, duties, fuel, oil, and maintenance costs etc. would need to be taken care of by the offeror as well as all crew expenses. All other expenses arising from operations considered being routine in the operation of a research vessel would need to be taken care of by the offeror. - Any and all expenses associated with upgrading the vessel or other equipment required to comply with these specifications would need to be taken care of by the offeror. Firms that believe that they have the necessary expertise and capacity to provide these cruises may submit a capability statement or proposal which shall be considered by the agency. The capability statement shall be no more than twenty (20) single-sided pages in length and shall address the following topics: • Organization's Name, Address, Phone Number, Email, and Point of Contact Information • Brief summary describing your company. • Pictures of your proposed vessels and information about the ship such as type, size, cruising speed; number of berths (provide photo) for non-crew members and ability to meet temperature requirements; inspection completed on vessel; availability of meals, drinks, and snacks; availability of dive ladder/platform (provide photo); availability and size of storage space on the vessel (provide photo); port of embarkation/disembarkation; type of navigational equipment, communication equipment, and electrical ability to meet the government's needs; availability and information on the nitrox compressor operated and monitored by vessel crew; availability and information on providing at least the twenty-four aluminum 80-cu.ft. cylinders; information on the offeror's ability to meet all the required expenses of docking, harbor, pilot fees, taxes, duties, fuel, oil, and maintenance costs or routine operational costs. • Advise if the vessel(s) have passed a USCG, UNOLS, or NOAA Office of Marine Operations safety inspection or other third party inspection. • Information on the Offeror's proposed Captain and Crews ability to speak English and complete work related to undersea research operations and maintenance of all equipment owned, leased, operated or otherwise under their control. Information on the Captain being licenses by USCG. Previous experience in piloting vessels greater than 90 feet in waters of Southeast Atlantic, Gulf of Mexico, U.S. Virgin Islands, and U.S. Caribbean. • Information on insurance liability and protections or ability to obtain it; • Provide information on offeror's ability to provide vessel documentation/certification if required in a solicitation. • Provide information on requirements for the government for scheduling these cruises such as how much advanced notice must be provided during the peak season of May through August. If trips are required September through April, are there any special concerns with scheduling or availability? • Include your business size classification (e.g. large business, small business, 8(a), HUBZone, SDB, SDVOSB, WOSB, VOSB, etc.) Submissions will not be accepted after January 25, 2013. Electronic responses are required and shall be submitted to Joan Clarkston at joan.e.clarkston@noaa.gov. Please ensure that the email is less than 10 MB of data. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFN7600-13-00143/listing.html)
- Record
- SN02962716-W 20130112/130110234022-55edd4c02ac4799d55ef8007e79977ea (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 |