SOLICITATION NOTICE
V -- CHARTER VESSEL FOR THE SUPPORT OF WINTER STELLER SEA LION RESEARCH IN THE ALEUTIAN ISLANDS, ALASKA
- Notice Date
- 4/2/2014
- 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
- AB-133F-14-RQ-0254
- Archive Date
- 7/7/2014
- 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 Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), National Marine Mammal Laboratory (NMML) located in Seattle, Washington has a requirement for one (1) chartered vessel in support of the following research related to Winter Steller Sea Lions in the Aleutian Islands, Alaska: • Capture of adult female (and possibly of other age/sex groups) Steller sea lions on haul-outs and deploy telemetry instruments to obtain fine scale data on their foraging behavior, seasonal movement patterns, and the effects of habitat features on foraging behavior; • Service remote cameras installed at rookeries and haulouts; • Deploy, retrieve, or service hydroacoustic moorings in waters near sea lion haulouts (may include searches and dragging to snag); • Deployment and retrieval of unmanned aerial vehicles; • Collect sea lion scat and spew on land for diet studies; • Obtain sightings of previously marked sea lions to estimate survival rates. The contractor is required to provide and operate a charter vessel to help facilitate the Government's conduct of biological studies of Steller sea lions in the western-central Aleutian Islands for up to fifteen (15) contiguous days within the period of September 15 - October 31, 2014, with currently-preferred dates of September 25 - October 9. This consists of eleven (11) base charter days and options for up to an additional four (4) charter days. The charter will operate in waters among sites between Attu and Seguam Islands, with the main focus to the west of Adak Island, and a preference to start and end the charter in Adak. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation and services necessary to perform the requirements of the solicitation. The minimum vessel general requirements for this charter consist of the following: • Minimum overall length of 100 feet (30.5 m) capable of operating in offshore and coastal waters of Alaska. Single engine/single screw configurations are acceptable. • Minimum fuel-efficient cruising speed of 9 knots (17 km/hr.) maintained in average sea conditions within the operating area. • Minimum of 100 sq. ft. (4.6 sq. m) of fully enclosed heated and lighted interior space with table/benches and 110/220 AC electrical service, which can be dedicated to use as a wet/dry laboratory. • A clean, uncovered flush deck area of at least 500 sq. ft. (46.5 sq. m) for storage and launching of a Government-furnished 16-foot (4.9 m) inflatable boat and one 22-foot foam-stabilized aluminum skiff. • Dry storage areas, readily accessible, of not less than 500 cubic feet (14 cubic m) for excess scientific supplies and equipment. • A minimum of 10 cubic feet (0.3 cubic m) of dedicated freezer space for specimens. • Potable fresh water supply adequate for vessel and personal use for the duration of the trip. • Unleaded gasoline storage of at least 155 gallons readily available to small boats for daily refueling. • Minimum crew of vessel shall consist of Captain, engineer-mate, cook, and deck hand. • The Captain shall have a minimum of five years' experience as a master of a vessel comparable in size to the vessel selected. • Two or more of the crew must be a capable skiff operator. • Accommodations must be provided for scientific personnel of 9-14. The scientific party may include male and female scientists to be accommodated separately. • Suitable sanitary accommodations, including head and shower separated from the living quarters and within the ship. A comprehensive list of actual requirements will be included in the Statement of Work within the solicitation package document. The proposed contract action is set aside for small business concerns. The NAICS code for this procurement is 483114 and the business size standard for this requirement is 500 employees. Any vendor desiring to be considered for award MUST be registered in the System for Award Management (SAM) using this NAICS code. Any resulting contract will be awarded as a firm-fixed price type contract. Solicitation documents will be made available for download ON OR ABOUT April 17, 2014 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 Request for Quote (RFQ) becomes available for download as well as all postings of information associated with this solicitation thereafter. Each potential offeror 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 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 should be sent in writing to the 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 System for Award Management (SAM). NO award can be made unless the vendor is registered in SAM. For additional information and to register in SAM, please access the following web site: www.sam.gov. In order to register with the SAM 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://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (866) 969-8491. This procurement also requires offerors to complete the electronic representations and certifications at the SAM website. (End of Document)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-14-RQ-0254/listing.html)
- Record
- SN03326760-W 20140404/140402234506-12d8ef05539f106c73cc21baf8fc2699 (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 |