SOLICITATION NOTICE
R -- Combined Synopsis/Solicitation for logistical support for Walrus Research
- Notice Date
- 12/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- FWS, DIVISION OF CONTRACTING AND GE 1011 E TUDOR ROAD ANCHORAGE AK 99503-6199 US
- ZIP Code
- 00000
- Solicitation Number
- F16PS00077
- Response Due
- 1/5/2016
- Archive Date
- 1/20/2016
- Point of Contact
- Miller, Randall
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. For questions or information regarding this solicitation contact Randall Miller at randall_miller@fws.gov or (907) 786-3466 The solicitation number is F16PS00077, the solicitation is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85. This acquisition is 100% set aside for small business, the associated NAICS code is 541620 and small business size standard is $15M. The government intends to award A firm fixed price IDIQ contract with a base and 4 option years Contract line items in accordance with the attached Statement of Work (SOW) will consist of one for a project leader/Russian specialist and advanced planning, one for planning, permitting and mobilization of people and equipment and one for walrus research. The walrus research will have pricing identified for operations in Russian waters, and will also include contingency plans and pricing to be used if permitting and permission to operate in Russian waters cannot be obtained and a US only waters research cruise is used. Ordering officials under the resultant contract will be USFWS, Region 7 (Alaska) Contracting Officers CLIN structure for proposal and pricing is 0010 Advance planning and coordination 0020 Consulting and Mobilization IAW attached SOW 0030 Research Cruise Operations IAW attached SOW 0030A Russian/U.S. Waters research 0030B U.S. Waters only research Period of Performance(PoP) for above Base contract will be from date of award to 30 September 2016 0040 Advance planning and coordination option year 1 0050 Consulting and Mobilization IAW attached SOW option year one 0060 Research Cruise Operations IAW attached SOW option year one 0060A Russian/U.S. Waters research 0060B U.S. Waters only research PoP for option year one will be October 1 2016-September 30 2017 0070 Advance planning and coordination option year two 0080 Consulting and Mobilization IAW attached SOW option year two 0090 Research Cruise Operations IAW attached SOW option year two 0090A Russian/U.S. Waters research 0090B U.S. Waters only research PoP for option year two will be October 1 2017-September 30 2018 0100 Advance planning and coordination option year three 0120 Consulting and Mobilization IAW attached SOW option year three 0130 Research Cruise Operations IAW attached SOW option year three 0130A Russian/U.S. Waters research 0130B U.S. Waters only research PoP for option year three will be October 1 2018-September 30 2019 0140 Advance planning and coordination option year four 0150 Consulting and Mobilization IAW attached SOW option year four 0160 Research Cruise Operations IAW attached SOW option year four 0160A Russian/U.S. Waters research 0160B U.S. Waters only research PoP for option year 4 will be October 1 2019-September 30 2010 Projected start of performance is Jan 15, 2016 with cruise/research operations commencing in mid-May of each year. This solicitation closes January 5 at 1600 Alaska Standard Time Offers shall be submitted via e-mail to randall_miller@fws.gov For questions or information regarding this solicitation contact Randall Miller at randall_miller@fws.gov or (907) 786-3466 ________________________________________ STATEMENT OF WORK TITLE: Facilitation, support services and logistics for joint U.S. and Russian capture-mark-recapture and age structure survey in the northern Bering and Chukchi Seas. INTRODUCTION The U.S. Fish and Wildlife Service (FWS), in collaboration with several Russian research institutions, conducts research on the Pacific Walrus (Odobenus rosmarus divergens), a species of concern under the U.S. Endangered Species Act and managed under the Marine Mammal Protection Act. The Pacific walrus ranges from the Bering Sea to the Chukchi Sea during the winter and summer months with animals inhabiting both US and Russian waters and both countries share a common interest in the conservation and management of the species. In light of its ice dependency and the retreat of summer sea ice in the Chukchi Sea in the past decade, information on stock size and age specific demographic rates are necessary for informed management. Because little is known about the spatial stock structure of the Pacific walruses in Russian waters, basic demographic data must be collected in Russian waters for a proper assessment of the health of the Pacific walrus population. This approach is required to obtain a complete picture of the walrus population. The work outlined here includes working with consultants to put together a plan for a bilateral U.S. and Russian research cruise. This includes the collection of biopsy samples for a genetic capture-mark-recapture experiment and an age structure survey lead by the FWS. Work will be accomplished using a Russian flagged vessel as a primary platform with skiffs required for the collection of biopsy samples and other biological data. The cruise will last approximately 4 to 5 weeks and will begin in the middle to late May ending approximately July 1st with start and end dates weather and ice condition dependent. The age structure survey aims to score at least 4,000 walruses while the mark-recapture aims to collect a minimum of 1,300 biopsy samples in U.S. and Russian waters. The ability to conduct the mark-recapture study and age structure survey in both U.S. and Russian waters will facilitate access to the vast majority of the Pacific walrus population so that the study results will apply to the entire population without caveats. Without this ability, serious doubts about the applicability of the studies will remain jeopardizing the usefulness of the information for management. Working in Russian waters requires logistical support services from experts familiar with the laws, regulations, and services available for marine biological studies in the region. Under the guidance of the chief scientist leading the mark-recapture study (Dr. Patrick Lemons, FWS), the contractor must be capable of support services and logistics for the above work in both U.S. and Russian waters. This work will occur in phases according to the time sensitive completion of contract and are outlined below. Included in these phases are the identification of ships and aircraft necessary for the bilateral research cruise, identification and obtaining of the necessary permits and permissions to conduct this effort, contracting a suitable Russian flagged vessel and associated crew, identification of and contracting aerial reconnaissance services to occur over U.S. and Russian waters, identification and contracting of Russian researchers, obtaining licenses and permits for the vessel and conducting research in Russian waters, identification of and obtaining licenses and permits for the collection of biological samples and data in Russian waters, identification of and obtaining licenses, permits and coordination of Russian scientists to work in U.S. and Russian waters, and identification of and obtaining licenses and permits for possession and use of scientific equipment in Russian waters. The contractor will have to be able to conduct financial transactions for permits and to Russian service providers and vessel operators. The contractor will also work directly with our Russian colleagues at ChukotTINRO, the Kamchatka Branch of the Pacific Geographical Institution, Russian Marine Mammal Council and other Russian partners. An integral part of this project is a contingency plan if something comes up that is not the fault of and outside the control of the contractor that prohibits us from working in Russian waters. The most common example of this is the increase political tension between our two countries makes it difficult to obtain all the necessary permits and permissions. If such a situation arises, the contractor must be able to then plan for a U.S. only research effort which would not require the chartering of a Russian vessel and a U.S. flagged ship would be suitable. The mobilization and implementation line items shall include separate proposals and pricing for 1. U.S. and Russian Waters research, and 2. U.S. only research PROJECT OBJECTIVES 1.Collect skin biopsy samples from walruses of all ages from small boats hauled out on broken sea ice for use in a genetics based capture-mark-recapture project. 2.Conduct an age and sex composition survey of walruses hauled out on sea ice. CONTRACT PERSONNEL Successful contractor shall have: 1)a minimum of 3 years working experience in Russia on marine mammals or essentially identical work 2)experience speaking both Russian and English 3)the knowledge and expertise of successfully organizing Russian and U.S. research cruises, aerial support, foreign travel 4)the knowledge and expertise with identifying and obtaining licenses and permits for collection of biological samples and data in Russian waters 5)experience with identifying and obtaining licenses, permits, and coordination of Russian scientists to work in U.S. and Russian waters 6) familiarity with the Jones Act 7)the ability to work directly with our Russian colleagues at ChukotTINRO, Kamchatka Branch of the Pacific Geographical Institution, Russian Marine Mammal Council and other Russian partners. SPECIFIC TASKS Contractor will be responsible for: Phase 1 The contractor will hire and train a facilitator/project manager to conduct advance planning and also manage phases 2 through 3 of this project. The purpose of annual advance planning to Identify all permits required and any changes to permits or the permitting process, and to submit a timeline for permitting, mobilization and research cruise. Phase 2. Consulting and Mobilization. Russian vessels and aircraft and identification of permits and licenses needed to conduct a bilateral research cruise in both U.S. and Russian waters. a.Russian partners and an ice capable primary platform vessel that can house up to 17 scientists, transport and launch up to 4 skiffs, is available for approximately 5 weeks between the middle of May and early July, can pick up and drop off U.S. scientists and research gear at U.S. ports at the beginning and end of the cruise. b.Aerial reconnaissance services including specific aircraft with appropriate range and pilot to provide position of walruses on ice in U.S. and Russian waters including identification of airfields, the aircraft that will be used, licenses or permits required. c.Identification of permits or licenses required for said vessel to work in U.S. waters. d.Identification of permits or licenses required for the scientific work to be completed in Russian waters including age-structure data, biopsy samples, and scientific equipment and. e.Contract 3 Russian research partners as identified by ChukotTINRO f.Contract vessel identified g.Obtain required permits or licenses identified h.Contract aerial reconnaissance services identified i.Obtain required permits or licenses for scientific work and equipment identified Phase 3 (i.e. Research). a.Conduct 5 week research cruise in Bering and Chukchi Seas. Cruises are to start and end in either in St. Paul, or Nome Alaska. b. Contingency. Because of the complications of working in Russia and the political environment between the U.S. and Russia, we need to have a contingency plan in place in case the permits and permissions fall through for working in Russian waters. In the event that conditions arise, that are outside of the control and not the fault of the contractor, which prohibit us from working in Russian waters, we would like to resort to a U.S. only research effort. Under this scenario we would charter a U.S. flagged vessel for use in the U.S. portion of the Bering and Chukchi Seas and require aerial reconnaissance in the U.S. as well. Everything else being similar, this would require: 1.Contract the three Russian research partners identified in Phase 1 2.Contract a U.S. vessel 3.Contract aerial reconnaissance services in the U.S. only 4.Transfer funds to vessel and service providers. The vendor of this contract is required to help overcome the unique difficulties encountered in Russian to acquire special permits and arrange field logistics in remote regions of eastern Siberia. The vendor must have an understand the nuances and have unique knowledge of permitting requirements, agencies, and officials in Russian to complete required application processes in an efficient and timely manner. VESSEL SPECIFICATIONS TO BE PROVIDED TO USFWS 1.Name and detailed description of the vessel designated to be used under this contract. Any proposed change of Vessel throughout the period of this contract must be approved in advance by USFWS. 2.Current color photographs of the vessel and of inside spaces shall be provided. 3.Name and a description of the watercraft experience of the Captain prior to departure of the cruise. Captain shall have at least 4 years ¿ experience operating marine vessels of similar size in ice bearing seas during marginal sea ice seasons. VESSEL REQUIREMENTS 1.Vessel shall be capable of maintaining a cruise speed of at least 10 knots, capable of moving among loose ice floes along the ice margin, and the captain must be willing to coordinate daily movements with science team leaders within safety limits as determined by the Captain. 2.Vessel shall have a length of at least 100 feet. 3.Vessel shall have a redundant drive system allowing vessel operation and the ability to return to port in the event the primary drive system is damaged. 4.Vessel shall be equipped with radar, AIS vessel tracking capabilities, GPS, depth sounder, EPIRB, all necessary safety equipment, medical kit, current nautical charts of the operation area, four VHF radios, and enough U.S. Coast Guard approved immersion suits to outfit all research personnel (up to 17) in addition to vessel crew members and an additional 17 to be placed near muster stations. 5.The contract vessel must be capable of carrying, deploying and recovering, and communicating with 4 USFWS provided workboats 16-21 foot overall length. 6.The contract vessel must be capable of launching and retrieving the workboats in the Chukchi Sea marginal sea ice in conditions up through Beaufort scale 5 and in swells up to 8 feet. 7.The contract vessel must be capable of carrying sufficient unleaded gasoline to fuel the 4 workboats (equipped with 4 stoke Honda 90 hp outboards) for a total distance of (20 nm / day x 35 days) 700 nautical miles each. Contractor will be responsible for fueling before leaving port. Contractor shall supply gasoline containers. Gasoline containers must be clean and rust-free, and fit with a fuel pump and water separating fuel filter. 8.Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel. 9.When the crew is not required for the vessel operations, as determined by the vessel master, the crew will assist research personnel with loading and off-loading gear, supplies, and workboats and maintenance of government-owned equipment. 10.Any mechanical breakdowns in excess of 24 hours that cause rescheduling of the operational schedule shall require the contractor to deduct the operational costs for that period of time from their final invoice. 11.Vessel shall carry enough fuel, potable water (approximately 100 gallons per day), and food sufficient for up to 35 days at sea without a port call. 14. Vessel shall be fit with a Type II or Type III Marine Sanitation Device with sufficient capacity for all gray and black water generated during the cruise. GENERAL GUIDELINES AND SAFETY 1.All areas of the vessel shall be accessible to the scientific staff unless otherwise agreed to prior to finalization of the contract. 2.The vessel master or designee will, at all times, maintain radio and AIS contact with research personnel working in small boats, according to a pre-arranged radio schedule to assure their safety. In event of a problem or accident, immediate steps will be taken to assist those personnel. 3.Safety orientation will be given on the first day by the vessel master to all research personnel aboard, including location of exits, locations and operation of life rafts, communications, storage of immersion suits, vessel evacuation, and crew overboard procedures. 4.The length of the work day will be jointly determined each day by the Captain and the research project leaders. In the event of a disagreement, the master of the charter vessel has final authority per Code of Federal Regulations (CFR). The Captain has the ultimate authority and responsibility for the ship and all personnel aboard and therefore retains the right to operate the ship in a safe manner based on their best judgment. With this responsibility in mind, the Captain must ensure that enough crew members are on the vessel to run a safe 24-hour operation. 5.The contract must include all training required by the vessel such as ¿Learn to Return ¿ or cold water survival training. ACCOMMODATIONS 1.Vessel must have at least 17 permanent bunks with mattresses and bedding available for research personnel in addition to bunks for the vessel crew. Bunks shall be a minimum of 76 inches in length and 30 inches wide and, if stacked, there will be a minimum of 24 inches between upper and lower bunks. All bunks shall be fit with lee boards suitable for resting crews during extended offshore operations. 2.Berthing area(s) shall be separate from the galley, wheelhouse, and deck areas; and shall be heated and have adequate ventilation. 3.Vessel shall be clean and provide quality living conditions. This includes free from continuous noise levels greater than 80db in the living and work areas and from undesirable and noxious odors. 4.Vessel lights, heat, hot water, sanitation facilities (including wash basins, toilet, and shower), galley, and cooking and eating supplies shall be appropriate to support up to 17 research personnel in addition to the vessel crew. Berthing spaces, heads, sinks, and showers will be thoroughly cleaned daily by a vessel crew member. 5.Vessel shall be capable of providing a hot shower for each research person every two days. 6.Vessel shall have a heated drying area separate from living accommodations and routine work areas, and capable of drying wet clothing of arctic marine gear for up to 17 research crew members. 7.Vessel shall have a flat, dry space available for setup and operation of up to four research laptop computers at a time. 8.Vessel shall have 110-volt AC electricity to recharge computers, radios and equipment. If adapters are needed for U.S. electrical equipment, USFWS needs to be notified 1 month prior to departure. MEALS 1.Three meals per day for up to 17 research personnel shall be provided. The work schedule may require 24 working hours per day and, thus, the galley must allow flexibility in meal times, provision of snack food throughout the day, and provision for bag lunches. Breakfast and lunch may be either hot or cold meals, but dinner must be a hot meal. Meals must be well balanced, nutritious, palatable, and varied. See attachments for complete list of representations, provisions and clauses
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/FWS/CGSWO/F16PS00077/listing.html)
- Record
- SN03967485-W 20151213/151211234032-3bdb87153157ba6473bb453841f42545 (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 |