SOLICITATION NOTICE
V -- Vessel Charter
- Notice Date
- 6/7/2022 10:53:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
- ZIP Code
- 98115
- Solicitation Number
- NF-FM7320-22-02246RDS
- Response Due
- 6/16/2022 4:00:00 PM
- Archive Date
- 07/01/2022
- Point of Contact
- RYAN STROUD, Phone: 3035786342
- E-Mail Address
-
RYAN.STROUD@NOAA.GOV
(RYAN.STROUD@NOAA.GOV)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMBINED SYNOPSIS/SOLICITATION� Vessel Charter *See Solicitation and Statement of Need (attached here) for more information. (I)��������� 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II)������� This solicitation is issued as a request for quotation (RFQ).� Submit written quotes on RFQ Number NF-FM7320-22-02246RDS. (III)������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 (May 2022) (Deviation 2021-06) (Sept 2021) (Deviation 2020-11) (Aug 2020) (Deviation 2020-05) (Apr 2020) (Deviation 2017-05) (Sept 2017). (IV)������ This solicitation is being issued as a total small business set-aside.� The associated NAICS code is 336611.� The small business size standard is 1,250 employees. (V)�������� The NOAA Fisheries Northeast Fisheries Science Center�s Protected Species Branch (PSB) is seeking a charter vessel to survey for leatherback sea turtles and support small boat operations, including launching and recovering one or two small work boats.� When turtles are located, the work boat(s) will be deployed with science personnel, if weather permits.� The vessel charter shall also be as described in the incorporated Statement of Need. (VI)������ Description of requirements is as follows: See incorporated Statement of Need for full list of requirements. �(VII)� PERIOD OF PERFORMANCE: Vessel must be provided for scheduled days.� Please provide a quote for a FULL PER DAY cost of the vessel (including fuel, etc.). The period of performance shall be 7/15/2022 - 3/14/2023. The cruise shall be for approximately 12 consecutive days at sea, with an option for up to 3 additional days if needed, for launch and recovery training. The cruise shall start on or around August 23, 2022 (lasting until about September 3, 2022) �PERFORMANCE LOCATION: The cruise shall depart from Woods Hole, MA. This is a firm fixed price supply order. Government personnel will be responsible for the overall scheduling of project activity and will provide the Contractor�s liaison / project manager with scheduling information as appropriate. Invoicing shall be upon completion. (VIII)� FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) applies to this acquisition.� �� NOTICE TO OFFERORS:� Instructions for submitting quotations under this request for quote must be followed.� Failure to provide all information to aid in the evaluation may be considered non-responsive.� Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Enter specific Instructions below 1.� Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation.� Email quotes are acceptable and can be sent to ryan.stroud@noaa.gov. 2.� Contractor shall have an active registration in the System for Award Management (SAM found at www.SAM.gov in order to provide a quote and be eligible for award. 3.� Provide all evaluation criteria in accordance with FAR 52.212-2 in this package. Vendors who do not provide all evaluation criteria will not be accepted. ""THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES.� IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT AS WELL AS ANY QUESTIONS SUBMITTED "". CAR 1352.215-72 INQUIRIES (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO RYAN.STROUD@NOAA.GOV.� QUESTIONS ARE TO BE RECEIVED NO LATER THAN 12:00 P.M. MDT/MST 6/13/2022.� Any responses to questions will be made in writing (preferred via email), without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract.� This contract will be awarded using a tradeoff approach. (IX)� FAR 52.212-2, EVALUATION � COMMERCIAL ITEMS (OCT 2014), applies to this acquisition.� �(a)�The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Vessel, electronics, and crew requirements (as seen below); (2) Price; (3) Past Performance �����Technical and past performance, when combined, are equally important.������ (b)�Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). ������(c)�A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Minimum Vessel Specifications 1)����� Capable of safe operation throughout the �primary area of operation� and �possible extended area�, though we acknowledge that within our primary area of operation there are shallow areas within which we do not expect the contract vessel to be able to navigate. 2)� ��� The vessel shall have been actively used for collecting scientific data within the past 12 months and/or a track record of prior work with protected species, including marine mammals or sea turtles. 3)� ��� Sufficient deck space for one at least one research work boat and cradle. If the charter vessel is not providing a work boat for optional science use, then there must be sufficient desk space for 2 research work boats, cradles, and additional gear.� Our primary work boat is 20� from bow to transom, but it has significant extensions (bow pulpit, engine guards, and an attached 12' inflatable raft) that bring its overall length to 36'. 4)����� Crane or davit with minimum SWL = 6,650lbs, for launching and recovering the work boats. 5)� ��� Clean, sanitary, and sufficiently ventilated berths with mattresses for 7-12 scientists. Bunk� areas shall contain at least one drawer or closet per occupant for storage of clothing and personal gear. 6)� ��� A minimum of two heads, one shower and sink with hot water that is available to the scientific crew. 7)� ��� Sufficient potable water for all crew and scientists for the duration of the cruise. 8)� ��� Galley facilities for concurrent seating of at least 7 people. 9)� Indoor storage space and table for scientific equipment and supplies, or provide a container on deck. 10) Freezer space will be available to the scientists for storing 6 to 10 one-liter bottles, each measuring 10� inches tall with a diameter of 3.5�. The Contractor shall provide documentation that a USCG Fishing Vessel Safety Inspection has been passed within one year of the start of the cruise. The vessels shall meet all safety, firefighting and lifesaving equipment requirements as found in applicable sections of Title 46 of the Code of Federal Regulations, Part 28. The vessels shall be outfitted with personal floatation devices and survival craft (lift rafts) of sufficient number and capacity to accommodate all on board including visiting scientific party and of the type required for a vessel of its size, class, and service in accordance with 46 CFR. There shall be two identified escape routes from all general areas. 3.2������������� Electronic and Communication Equipment Requirements 1)� ��� Radios: a.� VHF (minimum 2) b.� Single side-band 2)� ��� Radar (2 units with minimum range 40 nm) 3)� ��� GPS (minimum 2 units) 4)� ��� Plotters with capability of plotting input from GPS desirable 5)� ��� Depth sounder 3.3������ �������������Crew requirements 1)����� The Captain shall have a minimum of three years of experience as Master of a comparable- sized vessel in north Atlantic waters. 2)����� The Captain shall be competent in the use of modern navigational equipment. 3)� ��� At least two other members of the crew shall have a minimum of three years of sea-going experience. 4)����� The designated cook should have adequate experience in the planning and preparation of� three daily meals at sea for appropriately sized groups of people. 5)� ��� Bidders shall include documentation indicating pertinent employment experience for each� crew member indicating the requisite experience. Similar documentation will be submitted to the Technical Representative for approval of all replacement personnel proposed for hire during the charter.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/976d6a663d774189859a5def16c4d66f/view)
- Place of Performance
- Address: Woods Hole, MA 02543, USA
- Zip Code: 02543
- Country: USA
- Zip Code: 02543
- Record
- SN06349784-F 20220609/220607230059 (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 |