Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2014 FBO #4647
SOLICITATION NOTICE

C -- Conceptual plan to procure ocean-going vessel

Notice Date
8/13/2014
 
Notice Type
Presolicitation
 
NAICS
488390 — Other Support Activities for Water Transportation
 
Contracting Office
FWS, DIVISION OF CONTRACTING AND GEEASTSIDE FEDERAL COMPLEX911 NE 11TH AVENUEPORTLANDOR97232-4181US
 
ZIP Code
00000
 
Solicitation Number
F14PS01126
 
Response Due
9/3/2014
 
Archive Date
10/3/2014
 
Point of Contact
KARL LAUTZENHEISER
 
E-Mail Address
karl_lautzenheiser@fws.gov
(karl_lautzenheiser@fws.gov)
 
Small Business Set-Aside
N/A
 
Description
The Fish and Wildlife Service is seeking a firm to develop alternatives through a conceptual plan, for procuring an ocean-going vessel to support management of the remote Pacific Islands Marine National Monuments and National Wildlife Refuges. Interested firms can submit a Standard Form SF330, Parts I and II (or equivalent information contained within that form on person or personnel and qualifications) and the Service will conduct a short selection process of the firm most qualified in terms of 1) Professional qualifications necessary for satisfactory performance of required services; 2) Specialized experience and technical competence in the type of work; 3) Capacity to accomplish work in required time; 4) Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work and compliance with performance schedule; and 5) Location in the general geographical area of the project and knowledge of the locality of the project provided that application of this criterion leaves an appropriate number of qualified firms, given the nature and size of the project. The North American Industry Classification Code (NAICS) codes is 488390 that applies to this procurement. Announcement is open to all businesses, regardless of size. Background of work and deliverables as follows: BACKGROUND: The U.S. Holds jurisdiction over seven unorganized territories throughout the central Pacific Ocean, as well as islands and atolls in the northwestern Hawaiian Islands. All of these areas have been designated for conservation-stemming back more than 100 years to present day. The islands boast some of the most untouched, pristine habitats and populations of marine wildlife left in the world and all have been given protective status as National Monuments and National Wildlife Refuges. While their remoteness and isolation has contributed to their relatively healthy environmental status, it also challenges managers and scientists for understanding species and environmental processes that occur at these sites, inhibiting basic understanding required for sound conservation management of these vital ecosystems. A couple areas are accessible by small plane, others are accessible only be multiple days by transit by ocean-going vessel. The U.S. Fish and Wildlife Service requires an analysis of needs, with expert synthesis, and development of proposal for alternatives for a vessel- or vessels that would help to meet the mission of the Service in the remote U.S. Pacific islands, while adhering to sound economic principles and realities of limited financial resources. DELIVERABLES: 1. PREMEETING: Meet with USFWS Refuge/Monument managers, and scientific and operational program specialist to interview them and understand FWS-Monuments needs. Facilitate discussions with FWS to ascertain priority needs vs wants, while also considering costs. Work with FWS to assess and prioritize practical application of needs vs wants for various size vessels, considering regulatory, environmental, and operational constraints, requirements, and logistic realities. 2. ANALYSIS: a. Establish rough order of magnitude (ROM) operational budget on annual basis for operation and maintenance of vessel alternatives. b. Establish ROM vessel construction/refit budget. 3. INVESTIGATION: a. Based upon (1.), research vessel designs and vessel markets, considering new construction, and retrofitting used vessels typically on the market, or unique opportunities in the market that would meet specialized needs. b. Establish basic comparables for using existing stock design vessel. c. Establish basic comparables for existing vessel construction costs and timelines from shipyards. d. Develop alternatives of conceptual vessels to meet the needs of FWS based upon practical realities of needs with used-vessel-market-availability, based upon (2. And # (a-c)). 4. PRESENTATION a. Provide complete draft presentation to USFWS, with graphics and quantified specifications, of findings and recommendations with vessel general arrangements and specifications of vessel alternatives. Based upon USFWS review and comments, develop final for USFWS subsequent use. Final information should be suitable for developing agency or partner funding proposals, including: i. Identify design firms that have stock vessel designs that would be suitable for USFWS ii. Identify reputable shipyards with success and experience building similar vessels iii. Present professional maritime recommendation to USFWS of the `best alternative including thorough explanation and reasons to support why this recommendation is preferred. 5. TIMELINE a. Begin (1.) by November 1, 2014. Complete (4.) by February 1, 2015. To be considered for evaluation, applications from firms must consist of a completed SF-330, Parts I and II (or equivalent information contained within that form on person or personnel and qualifications) and the Service will conduct a short selection process on the most qualified firm based upon evaluation criteria cited above. Solicitation number for this project is F14PS01126 and responses are due by close of business on September 3, 2014 to the U.S. Fish and Wildlife Service, Attention Contracting Officer, Karl Lautzenheiser, U.S. Fish and Wildlife Service, 911 NE 11th Avenue, Portland, Oregon 97232-4181. Prospective contractors shall be registered in The System for Award (SAM) database prior to award of a contract at https://www.sam.gov/portal/public/SAM/. Any contract questions can be directed by emailing a request to Karl Lautzenheiser at Karl_Lautzenheiser@fws.gov with reference to solicitation number F14PS01126. Telephone requests will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F14PS01126/listing.html)
 
Record
SN03464397-W 20140815/140814000714-fae10798b54d2148730c0eba1cd85777 (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.