SOURCES SOUGHT
R -- RECOVERY AND REDEPLOYMENT OF ACOUSTIC RECORDER MOORINGS
- Notice Date
- 6/17/2015
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- WAD-NFFP7100-15-03087
- Archive Date
- 7/10/2015
- Point of Contact
- Maria L Mendoza, Phone: (206)526-6671
- E-Mail Address
-
Maria.L.Mendoza@noaa.gov
(Maria.L.Mendoza@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS and is not a presolicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified Small Business, HUBZone, 8(a), Service Disabled Veteran owned, and Women owned Small Business firms. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions. Background and Objective The Northwest Fisheries Science Center (NWFSC) National Oceanic and Atmospheric Administration (NOAA), Department of Commerce (DOC), is a government agency charged with the mission of stewardship for living marine resources. The NWFSC provides scientific and technical support to NMFS for the management, conservation, and wise use of the Northwest region's marine and anadromous resources. Limited information is available on the winter distribution of endangered southern resident killer whales. A small amount of observational data suggests that the whales use the coastal waters of Washington, Oregon, California, and British Columbia during the winter months. Additional location data are needed to inform Recovery Plan data gaps and risk factors as well as inform Critical Habitat designation. Description of work: Recovery and redeploy acoustic recorder moorings The vendor shall travel to Neah Bay, Washington to recover 11 acoustic recorder moorings from the Washington coast between 20 and 24 July 2015 aboard the R/V Tatoosh based out of Neah Bay. Vendor will be responsible for locating moorings, operating deck set to signal acoustic release to free the mooring from the anchor and removing mooring hardware from the ocean, and transport to PMEL in Seattle. If the release malfunctions the vendor must grapple for the mooring in order to recover it. The vendor shall travel to Astoria Oregon, in mid - late August to redeploy 12 moorings off the Washington coast as well as to recover three moorings near the Columbia River aboard a yet to be determined vessel. If the release malfunctions the vendor must grapple for the mooring in order to recover it. The vendor will unplug the power on the acoustic recorders prior to shipping. The vendor will ship recovered gear back to Seattle. In early September the vendor will travel to Astoria to redeploy three acoustic recorder mooring near the Columbia River aboard a yet to be determined vessel. In mid to late September the vendor will travel to Brookings Oregon, and Bodega Bay, California and recover and redeploy a single acoustic recorder at each site from yet to be determined vessels. If the release malfunctions the vendor must grapple for the mooring in order to recover it. The vendor will unplug the power on the acoustic recorders prior to shipping. The vendor will ship recovered gear back to Seattle. Deliverables: a. The vendor shall record the following data for mooring recoveries: Location name Date recovered, Latitude, Longitude, Time on deck, EAR S/N, and Acoustic Release S/N. The vendor shall record the following data for mooring deployments: Location name, Date deployed, Anchor drop time, Latitude, Longitude, Depth, EAR S/N, and Acoustic Release S/N, Enable code, Release code, Disable code, Steel float S/N. The vendor shall provide the above information in a spreadsheet to Project Leaders at the NWFSC. b. The vendor shall bring recorder moorings recovered on the R/V Tatoosh to PMEL in Seattle. All other recovered moorings will be shipped to PMEL in Seattle as soon as possible following recovery. Performance: 1.Place of Performance- Services are to be provided at a location agreed upon by both parties. 2.Period of Performance- The period of performance shall start from date of award. Deliverables for the entire contract shall be provided to the NWFSC by September, 30, 2016. Vendor must meet the following requirements: The vendor will have direct experience in: o Locating a mooring location with a global positioning system (GPS) o Locating a subsurface mooring float with an echo-sounder o Operations and EdgeTech Deck set to deploy and recover moorings o Successfully grappling for the mooring cable and safely and efficiently hauling the mooring, including the 800lb anchor to the surface without damaging delicate scientific instrumentation o Safely and efficiently redeploying an 800lb anchor in a manner so as not to damage delicate scientific instrumentation o Must be available during 20-27 July, 2015, and periodically through the end of September to recover and redeploy moorings from Cape Flattery, Washington to Sea Ranch, California The North American Industry Classification Code (NAICS) is 541990 with a size standard of $15.0 M. Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm's capability and experience meeting the requirements herein and include your firm's name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, and so forth. Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to perform the services as specified above. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise that any procurement action that may be issued for the Government's requirements. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All contractors doing business with the Government are required to be registered with the System for Award Management (SAM). NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. Detailed information must be submitted by email to the Purchasing Agent Maria L. Mendoza at maria.l.mendoza@noaa.gov by 0900 AM local Seattle time (PST), on Wednesday, June 25, 2015. Questions of any nature must be addressed in writing as TELEPHONE INQUIRIES WILL NOT BE HONORED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/WAD-NFFP7100-15-03087/listing.html)
- Place of Performance
- Address: SEATTLE, Washington, United States
- Record
- SN03766933-W 20150619/150617234706-0f05d8c838d6b908a800cc14f8bcdd13 (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 |