Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2020 SAM #6741
SOLICITATION NOTICE

19 -- VESSEL CHARTER TO SUPPORT OCEAN OBSERVING CRUISES OFF NORTHERN CALIFORNIA COAST

Notice Date
5/12/2020 2:22:46 PM
 
Notice Type
Presolicitation
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M320QNFFR0040
 
Response Due
5/19/2020 11:00:00 AM
 
Archive Date
09/30/2020
 
Point of Contact
CARINA TOPASNA, Phone: 2065264395, Fax: 2065266025, Sarah Waugh, Phone: 2065266544
 
E-Mail Address
Carina.topasna@noaa.gov, sarah.waugh@noaa.gov
(Carina.topasna@noaa.gov, sarah.waugh@noaa.gov)
 
Description
Beta.Sam.Gov Notice Pre-solicitation Notice (P) X Solicitation Number: 1305M320QNFFR0040 NAICS Code:�483114 Title: VESSEL CHARTER TO SUPPORT OCEAN OBSERVING CRUISES OFF NORTHERN CALIFORNIA COAST Classification� Code:�19 Pre-Sol Issue Date:�May 12, 2020 Quote Due Date:�June 10, 2020 Contract Specialist: Carina Topasna Contract Support Staff to Receive E-mail of Response: Carina Topasna Text: �The National Oceanic Atmospheric Administration (NOAA), National Marine Fisheries Services (NMFS), Southwest Fisheries Science Center (SWFSC), Fisheries Ecology Division, mission is to continue its program of ocean observation activities focused on the coastal ocean off Northern California (Cape Mendocino to the California-Oregon border).� SWFSC will be conducting oceanographic surveys to collect data at specified stations along the Trinidad Head Line (41.05� N, 124.2 � 126�W). Operations include sampling plankton with a variety of nets and measuring ocean conditions such as temperature, salinity, chlorophyll fluorescence, dissolved oxygen, and pH using a CTD and attached sensors, collecting water samples for assays of chlorophyll concentration, nutrient concentrations, and carbonate chemistry, and collecting observations along the sampling transect, such as continuous sampling of near-surface temperature, salinity, and chlorophyll (fluorescence), and spatially integrated samples of nearshore plankton derived from, e.g., a Continuous Underway Fish Egg Sampler (CUFES), and visual surveys of seabirds and marine mammals. The goal of this project is to collect information that contributes to our understanding of the physical, chemical, and biological state of the California Current Large Marine Ecosystem, and specifically of coastal waters off northern California.� Information collected through this project will (1) contribute essential information to products, such as the California Current Integrated Ecosystem Assessment, that provide critical ecosystem context for resource managers, and (2) support research on critical questions of ecosystem responses to a dynamic and changing environment. The scope of the work is to support ongoing ocean observations along the Trinidad Head Line off northern California.� The Base Period of performance of this contract is:� September 1, 2020 �August 31, 2021 with 4 option years. The program requires: One (1) 70 feet vessel with crew to support vessel operations, to support and provide a safe and timely execution of monthly ocean-observing cruises: Safe and timely execution of 12 ocean observing cruises per calendar year at approximately monthly intervals, to include support for consistent, safe conduct of scientific operations at designated stations along the Trinidad Head Line.� Such cruises will run approximately 12 hours. Cruises to accomplish deployment and recovery of autonomous oceanographic sampling platforms (e.g., gliders or moorings) that augment ship-based surveys along the Trinidad Head Line: Safe and timely execution of two cruises at approximately four- to six-month intervals to deploy and recover autonomous oceanographic sampling platforms (e.g., gliders or moorings) in support of ocean observing along the Trinidad Head Line. Such cruises will run approximately 4-6 hours. The Contractor shall furnish the necessary vessels, personnel, equipment, and services to perform the statement of work/specifications.� Vessel requirements include, but are not limited to: The vessel shall be minimum overall vessel length of 70 feet and minimum main engine continuous horsepower of at least 550-600. Vessel must be able to maintain a cruising speed of at least 8 kts. in moderate sea states. A winch and davit/boom/A-frame/J-frame is required to deploy plankton nets off the port side of the vessel A winch and A-frame with appropriate block is required to deploy plankton and mid-water trawl nets of modest size off the vessel stern.� A workspace with sink and seawater drain is required for concentrating and preserving plankton samples.� A continuous, low-pressure supply of seawater to the deck is required.� Seawater is to be collected from a point as close to the vessel bow as possible, and must be minimally affected by vessel equipment (i.e., not be affected by passage through or over cooling systems or heat exchangers for any machinery). Vessel must provide deck access to high-volume flow of sea water collected continuously from beneath the hull and suitable for near-surface plankton sampling.� Vessel must provide a convenient NMEA connection to vessel GPS for use by the scientific crew. Vessel must provide dry storage area (at least 36 ft2) for holding scientific supplies and toolboxes, with easy access to the deck. Vessel must provide high-pressure seawater deck-hose to wash down the sorting area and for rinsing down plankton nets. Vessel must have a crane capable of lifting and handling loads in excess of 1,500 pounds to assist with loading and off-loading of scientific gear. Vessel must provide access to a chart table or navigation software in or adjacent to the wheelhouse. Vessel must provide suitable dedicated dry and protected counter space with nearby 110/120v power outlets for installation of Government-supplied personal computers and other electronic devices (typically, enough room to accommodate three laptop computers). Vessel must provide approximately 10 ft3 of freezer storage (exclusive of space for ship's stores) for samples.�� NMFS will supply a freezer if needed (access to 110/120 power outlet required). Vessel must carry potable fresh water supply adequate for vessel and personal use for crew and scientists for up to 5 days. Vessel must provide clean and appropriate head and galley facilities for vessel and scientific crew. Vessel must provide clean, comfortable bunks for vessel and scientific crew.� Scientific crew will supply their own sheets, blankets, pillows, and towels.� (Note: access to bunk spaces is not required for 12 h ocean observing cruises; but is a preferred characteristic in anticipation of potential extended cruises.) Vessel must be designed, construction and maintained for sea-kindliness and safety. Vessel shall meet all U.S. Coast Guard marine debris disposal requirements. Preferred vessel will hold a current U.S. Coast Guard Letter of Designation as an Oceanographic Research Vessel. The minimum crew shall consist of: The Vessel shall be responsible for providing sufficient crew to support vessel operations described in this document, including a sufficient number of experienced individuals to operate winches, A-frames, and other vessel equipment as needed to support scientific operations in concert with scientific crew. The Captain shall have a demonstrated experience as master of a comparable vessel; experience in the conduct of research surveys is strongly preferred. 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 as UNRESTRICTED.� The NAICS code for this procurement is 483114 and the business size standard for this requirement is 500 employees.� It is highly encouraged that any small business meeting this size standard and desiring to be considered for award be registered in the System for Award Management (SAM) using this NAICS code or a NAICS code with an equivalent size standard.� �It should be noted that offerors must be registered in SAM prior to submission of an offer.� For additional information and to register in SAM, please access the following web site: www.sam.gov.� In order to register with the SAM, 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. It is also preferred that offerors to complete the electronic representations and certifications at the SAM website. Solicitation documents will be made available for download on or about May 20, 2020 at http://beta.sam.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the Beta.Sam.Gov [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 Beta.Sam.Gov 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://beta.sam.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 Contracting Specialist, Carina Topasna at carina.topasna@noaa.gov.� �(End of Document) �������������� � � � � � � � � � � � � � � � �� ��
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3fe92790584f435c826e5161956f2e08/view)
 
Place of Performance
Address: Eureka, CA, USA
Country: USA
 
Record
SN05654738-F 20200514/200512230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.