Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 15, 2015 FBO #4890
SOLICITATION NOTICE

V -- Large Charter Vessel to conduct both genetic studies on harbor porpoise and conduct 3-4 days of line-transect surveys for small cetaceans in the inland waterways of Southeast Alaska for 14 days in July 2015 & 14 days in September 2015 - ABL-15144 RFQ

Notice Date
4/13/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
483112 — Deep Sea Passenger Transportation
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
 
ZIP Code
07732
 
Solicitation Number
ABL-15144
 
Archive Date
5/13/2015
 
Point of Contact
Suzanne Johnston, Phone: 907-789-6061
 
E-Mail Address
suzanne.johnston@noaa.gov
(suzanne.johnston@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
ABL-15144 RFQ This is a combined synopsis/solicitation for services in which the government intends to award an order in accordance with FAR Part 13, Simplified Acquisitions Procedures. Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Alaska Fisheries Science Center, National Marine Mammal Lab has a requirement for one chartered vessel to conduct both genetic studies on harbor porpoise and conduct 3-4 days of line-transect surveys for small cetaceans in the inland waterways of Southeast Alaska. During line-transect operations, scientific observers will rotate among three positions logging in all cetacean sightings, environmental conditions, and trackline information. Pre-determined tracklines will be followed and all positional information (i.e., waypoints) will be given to the vessel Captain prior to departure for entry into the ship's GPS system. General search patterns will require the vessel to operate at approximately 10 kts during these surveys. During line-transect days (total of 3-4 only), approximately 100-150 nautical miles a day may be surveyed. Additional transits may occur overnight to position research effort for the following day. During genetic studies of porpoise, the vessel may in fact remain in the same general area. Scientists will work from a skiff during this phase of the research. The vessel is required to stay in close proximity (within at least 2 miles) or follow the skiff to ensure the safety of the researchers. The vessel will be required to closely approach several species of whales, dolphins, and porpoises and all required permits will be provided by the Chief Scientist prior to the cruise. The contractor shall provide all personnel, equipment, tools, materials, supervision, transportation, food and services necessary to perform the requirements of the solicitation. The minimum vessel general requirements for this charter consist of the following: Vessel and crew requirements under this charter shall be as follows: 1. Minimum crew of vessel shall consist of captain, engineer-mate, cook-mate and first mate or deck-hand. The captain must have a minimum of five years' experience as a master of a vessel comparable in size to the vessel selected; preference will be given to captains with experience operating in the inland waterways of Southeastern Alaska and especially with experience in marine mammal research. The engineer-mate must be qualified for independently taking over operations of the vessel in the event the captain is absent or becomes incapacitated. The cook-mate will be experienced in preparing meals for ten or more people. The first mate should be experienced in various activities in the deck and in launching and retrieving skiffs/inflatable boats. If a change in crew members is anticipated during the course of the charter, all crew personnel must be listed as part of the original proposal. Replacement crew must have similar qualifications as the original crew. 2. Minimum overall length of vessel of 90 feet, and maximum draft of 12 feet. 3. Minimum cruising speed of 9 to 10 knots. 4. An outside area suitable for observational work at a height above the water line of at least 15 feet. This area must be in close proximity to the wheelhouse and on the forward part of the vessel (aft-house vessels are not suitable). 5. Room for a scientific computer station inside the wheelhouse. Space is required for a laptop computer (provided by the scientific party) and a portable GPS unit. Also required is an accessible AC outlet and the ability to route a GPS antenna to the computer station. Occasionally observational work will be conducted inside the wheelhouse. Ideally the station would be situated to allow observations forward of the vessel while working at the computer station. It is important that conditions inside the wheelhouse permit observers to easily view waters directly in front of and abeam of the vessel. 6. Vessel shall be equipped with appropriate modern electronic navigational and communication equipment, including but not limited to: two all-weather radars (36 mile minimum range), VHF radio (one or more fixed installation), synthesized 1-18 mHz SSB radio (one or more capable of communicating with AT&T High Seas Marine Operator), and GPS or Loran C navigational equipment (2 sets). A fax machine capable of obtaining weather information. All communication equipment shall be tested and tuned before the charter begins. 7. The vessel shall also have the following: a. Wheelhouse or cockpit protected from the weather. b. Capability for loading and off-loading the scientific party and a 22-foot rigid-hulled inflatable boat with outboard motor to and from the water (inflatable boat supplied by scientific party). Total weight of 3,400 pounds. Loading and off-loading of the inflatable boat shall be with a crane extendable to 10' past the side of the vessel and capable of lifting up to 2 tons. The government inflatable boat must be stored on the deck after each use and cannot be towed behind the support vessel. It is mandatory that the government provide their own skiff which is configured properly for this research project. c. A clean, flush deck area of a least 500 sq. ft. for storage and launching of inflatable boats. On deck work area(s) should be clear of running gear, equipment, and stowage. d. Seawater deck hose for cleaning. e. Potable fresh water supply adequate for vessel and personal use of up to ten people for about 14 days. If a water maker is not available then a minimum of 4,000 gallons is required. f. Washer-dryer for personal laundry. g. In addition to the inflatable boat supplied by the scientific party, a back-up skiff (minimum of 17-feet), supplied by the charter vessel, with an adequate outboard engine must be available for scientific use. 8. Accommodations for a scientific party of six which will include female scientists and possible foreign nationals. The scientific party will be accommodated separately from the crew, in at least three bunk-rooms. Suitable sanitary accommodations, including head and shower separated from the living quarters and within the ship, must be available. Hot, fresh water shower, must be provided at least every second day for each member of the scientific party. Clean mattresses, covers, and bedding must be provided by the contractor. 9. Meals must be provided by the contractor and should include three healthy and nutritionally balanced meals per day (at designated hours), one of which may be a shore/skiff lunch for the scientific party. Fresh fruits and vegetables are required. Vegetarian meals may be required for some of the scientific team members. 10. The contractor shall provide Arctic-type survival suits for all vessel crewmen and the scientific team, if possible. Adequate dry storage space for all survival suits shall be provided. 11. At least one crewman must be trained in CPR and emergency first aid. The vessel must carry an emergency trauma first aid kit. The contractor shall provide to the government a list of medical supplies carried on board the vessel. A comprehensive list of additional crew, captain and other requirements are included in the Statement of Work within the solicitation package document. See attached statement of work for complete description of services. The proposed contract action is set aside for small business concerns. The NAICS code for this procurement is 483112 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. 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 interested concerns must submit a quotation and documentation demonstrating the qualifications to provide services as described above by the due date listed in the solicitation. This announcement constitutes the only solicitation; quotations are being requested in this notice. All responses must be in writing and delivered to fax number (907)789-6094 attention to Suzanne Johnston or by email to Suzanne.Johnston@noaa.gov on indicated response date in the RFQ. This is a simplified acquisition with an estimated value of less than $150,000.00. 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/NMFSJJ/ABL-15144/listing.html)
 
Place of Performance
Address: Southeast Waters in Alaska, United States
 
Record
SN03697486-W 20150415/150413234634-810e2f85a2460ec2e22aab248571639d (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.