Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2025 SAM #8460
SOURCES SOUGHT

19 -- 19--SURF CLAM AND OCEAN QUAHOG SURVEY VESSEL CHARTER

Notice Date
1/23/2025 8:00:02 AM
 
Notice Type
Sources Sought
 
NAICS
483114 — Coastal and Great Lakes Passenger Transportation
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
1305M325Q0051
 
Response Due
2/6/2025 11:00:00 AM
 
Archive Date
02/06/2025
 
Point of Contact
ROSSITER, AMANDA
 
E-Mail Address
AMANDA.ROSSITER@NOAA.GOV
(AMANDA.ROSSITER@NOAA.GOV)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
U.S. DEPARTMENT OF COMMERCE NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION (NOAA) FISHERIES SERVICE NORTHEAST FISHERIES SCIENCE CENTER (NEFSC) REQUEST FOR INFORMATION FOR ATLANTIC SURF CLAM AND OCEAN QUAHOG SURVEY VESSEL CHARTER This is a Request for Information (RFI) only and does not constitute a commitment, implied or otherwise, that a procurement action will be issued or awarded. This RFI requests industry input for market research purposes in accordance with Federal Acquisition Regulations (FAR) Part 10 Procedures. This is not a solicitation, nor does it guarantee a solicitation will be issued. Requests for a solicitation will not receive a response. This is not a request for proposals and it does not obligate the government in any manner. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of information. All information considered proprietary shall be marked accordingly, and properly identified proprietary information will be safeguarded in accordance with federal regulations. The Government shall not be liable for or suffer any consequential damages for improperly identified proprietary information. The purpose of this announcement is solely to gather information from the marketplace, and any responses received will neither be considered an offer by the responding party nor returned to the responding party. No telephone inquiries will be accepted, and requests for solicitation packages will not be honored at this time since no solicitation has been prepared. Synopsis: RFI to Purchase a Vessel The Department of Commerce (DOC), National Oceanic Atmospheric Administration (NOAA), National Marine Fisheries Service, Northeast Fisheries Science Center (NEFSC), Ecosystem Surveys Branch is seeking a research vessel to participate in a priority resource survey of the surf clam and ocean quahog resources along the continental shelf from Virginia through Massachusetts including the U.S waters of Georges Bank. The survey will be conducted during summer (August) of 2025 with option years through 2029 survey season. The awarded contract will have a one-year base period with four one-year option periods (5 years total). The survey will be conducted during summer (August) of 2025 with option years through 2029 survey season. The awarded contract will have a one-year base period with four one-year option periods (5 years total). The NEFSC is seeking information on survey vessel charter that meet the requirements outlined below. I. Technical Specifications The monohull design should maximize interior deck space and have a general configuration allowing for various modifications including wet lab, dry lab, gear storage, hazmat storage, freezer, and berthing spaces. In addition, allow for adding or currently having the following equipment: dynamic A-frame, J-frame, support winches, and/or knuckle boom(s). Also, the vessel should be able to accommodate various electronic equipment upgrades such as dynamic positioning, multibeam sonar, and/or live-feed camera systems. A. VESSEL AND GEAR REQUIREMENTS The vessel and gear must be capable of safely conducting clam dredge tows along the continental shelf in waters ranging from 5 to 77 fathoms. In other words, the vessel is required to be able to deploy 155 fathoms of hose, hauser, and deployment cable to attain maximum depths of 77 fathoms on a subset of stations in the deepest strata set. The vessel crew must be knowledgeable and experienced with fishing for surf clams and ocean quahogs in the region described and with conditions in the target sampling area. The vessel must be capable of carrying and towing two commercial sized clam dredges. The vessel must have: 1. Sufficient berth space and lavatory facilities (hot water shower, sink and toilet) for crew members and seven (7) to nine (9) scientific personnel 2. Mess facilities for concurrent seating of five (5) scientists 3. Fuel and potable water capacity to operate continuously for six (6) sea days; 4. Adequate deck space to accommodate a scientific van (analogous in size to an 8� X 20� ISO container) containing scientific equipment OR a comparable enclosed space suitable for processing catch. 5. Equipment to monitor vessel speed, direction, bearing and water depth including a. Two (2) operational conventional and/or electronic compasses b. An echo-sounder capable of accurately determining the water depth throughout the survey area (each sounder must have a data output cable available for NOAA �Fisheries data collection) c. Sensors should be serviced and calibrated prior to the survey 6. Navigation equipment to include: a. Two (2) satellite navigation systems (DGPS) (each GPS must have a data output cable from the sensor for NOAA Fisheries data collection) b. at least two radar units 7. Communications Equipment to include: a. A VHF radio b. A UHF radio c. Cellular phone d. Email capability to a distance of 100 nm offshore. 8. Freezer storage for the exclusive use for storage of scientific samples (minimum 20 cubic feet; not collocated with frozen food stores) 9. Safety equipment to include: a. A minimum of two EPIRBs b. Survival suits for each of the vessel�s crew and master c. Life rafts sufficient to accommodate both the vessel�s crew and nine (9) embarked scientists 10. Fishing equipment maintained to standardized survey specifications: 1. Commercial sized survey dredge(s) fitting either of the two options below, Option A is preferred, Option B is acceptable: a. Option A: 1. Official commercial sized survey dredge (1 and ?� bar spacing) with a 150-inch total width, AND 2. Commercial sized selectivity dredge with 21 mm bar spacing b. Option B: A single commercial sized survey dredge with adjustable bar spacing (150-inch width preferred) 2. Equipment to safely deploy clam dredges up to 150 inches wide to depths of up to 77 fathoms 3. Free spooling winches for deployment of gear 4. A conveyor belt system for moving the catch from port to starboard hoppers across a shaker table and onto a sorting belt ? Desirable equipment includes: a. Printer b. Fax machine ***DRAFT STATEMENT OF WORK ATTACHED*** INFORMATION REQUESTED: The Government requests that all interested vendors provide information regarding their experience and capability to provide an eligible vessel. NOAA may use the responses to this Sources Sought to conduct additional market research. Information obtained from this Sources Sought and the subsequent communication with the vendors, if any, may assist NOAA in developing a formal Request for Proposal (RFP) or Request for Quote (RFQ). In addition to addressing technical capabilities, responses must include the following: 1. Name and address of firm 2. Size of business (e.g. small, small disadvantaged business, woman owned, etc.) 3. Average annual revenue for the past 3 years and number of employees 4. Ownership 5. Number of years in business 6. Affiliate information 7. Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime contractor) 8. Point of contact - address and phone number SUBMITTAL REQUIREMENTS: Telephone responses are NOT solicited and will not be accepted. No solicitation exists at this time. This synopsis is not to be construed as a commitment by the Government to award a contract, nor will the Government pay for the solicited information. Please submit your response to the attention of the Contracting Specialist/ Contracting Officer, Amanda Rossiter (Amanda.Rossiter@noaa.gov) no later than February 6, 2025 at 2:00 p.m., Eastern Time. Each response shall be no more than 15 single-sided, single-spaced pages (excluding the cover page), and each page shall be separately numbered, and shall be in .pdf format.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/401a82cfef104558a7fec93bfb39f377/view)
 
Record
SN07322060-F 20250125/250123230111 (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.