VESSEL CHARTER FOR SOUTHEAST ALASKA HARBOR PORPOISE SURVEY
***Note, original notice posted on April 5, 2019 is updated to revise the vessel's stated minium length requirement*** ****Note 2: original notice posted on April 5, 2019 is updated to reflect an inte... ***Note, original notice posted on April 5, 2019 is updated to revise the vessel's stated minium length requirement*** ****Note 2: original notice posted on April 5, 2019 is updated to reflect an intended contract with a base period and four option periods**** *****Note 3: original notice posted on April 5, 2019 has been updated to change the date for receipt of proposals ***** The National Oceanic and Atmospheric Administration (NOAA), Alaska Fisheries Science Center (AFSC), Marine Mammal Laboratory (MML) conducted annual cetacean surveys within the inland waters of Southeast Alaska from 1991 through 2015 with a research emphasis on harbor porpoises, killer whales, and humpback whales. MML's current focus is harbor porpoises because of bycatch issues with the salmon driftnet fishery around Wrangell and Zarembo. Harbor porpoises are protected by the Marine Mammal Protection Act, and NOAA is mandated to manage bycatch. To determine current abundance and collect information on stock structure, MML will conduct a harbor porpoise survey in 2019. All major inland waters of Southeast Alaska may be surveyed during the course of this project which could include, but is not limited to: Stephen's Passage, Lynn Canal, Icy Strait, Cross Sound, Chatham Strait, Sumner Strait, Clarence Strait, Frederick Sound and coastal waters between Cape Spencer and Dixon Entrance. MML has a requirement for the charter of a commercial vessel to support the line-transect surveys of harbor porpoises in the inland waters of Southeast Alaska. The scientific party will conduct a variety of research activities such as the following: visual observations for harbor porpoises and other cetaceans under strict line-transect protocols and collecting water samples in the water footprint of harbor porpoise. Line-transect surveys allows data on both harbor porpoise abundance and trends to be obtained by the scientific party. During line-transect operations, scientific observers rotate among three positions logging in all cetacean sightings, environmental conditions, and track line information. The base period survey will begin and end in Juneau, Alaska. This 22-26 day survey period will occur in July/August 2019 starting on or around the 20th of July but no later than the 25th of July 2019. Four option periods are included in this requirment. Survey periods for option years are 14-28 days in length and will occur in July/August of each option period starting on/around July 20th. The Contractor shall furnish the necessary vessel, personnel, equipment, and services to perform the statement of work/specifications. Vessel requirements include, but are not limited to: • Minimum overall length of vessel of 85 feet and maximum length of 165 feet and draft of 12 feet; • Minimum cruising speed of 9 to 10 knots; • A weather proof, heated wheelhouse or cockpit; • A clean, outside area suitable for observational work at a height above the water line of at least 15 feet, in close proximity to the wheelhouse and on the forward part of the vessel; • Room in the wheelhouse for a scientific computer station to include: a laptop computer, a portable GPS unit, access to a 120 volt AC outlet. Must have an unobstructed view forward of the vessel and the ability to route a GPS antenna to the computer station; • A 10 foot by 15 foot inside area suitable for processing water samples, with a table or counter space and a power outlet for a water filter; • Equipped with the following modern electronic navigation and communication equipment: i. Two (2) all-weather radars (36 mile minimum range); ii. At least one (1) VHF radio with a fixed installation; iii. At least one (1) synthesized 1-18 MHz Single Side Band radio (one or more capable of communicating with AT&T High Seas Marine Operator); iv. Two (2) GPS or Loran C navigational equipment; v. One (1) fax machine capable of obtaining weather information or equivalent; and vi. A system for switching to backup power (e.g., battery) for radio operation in the event of interruption of the normal power supply. • A 17 to 23-foot rigid-hulled inflatable boat with an outboard motor with a minimum 115 horsepower engine, Center console (not a tiller steer outboard engine), and room for three NOAA scientists which can be used by the scientific crew. The side of the inflatable boat must be low enough to the water for a scientist to be able to collect a water sample; • A clean, flush deck area of at least 500 sq. ft. for storage and launching of inflatable boats, clear of running gear, equipment, and stowage; • Potable fresh water supply adequate for vessel and personal use of up to 10 people for 26 days. • Arctic-type survival suits for all crew and NOAA scientists; • An up-to-date emergency trauma first aid kit; • Minimum vessel crew of four consisting of: captain, engineer-mate, cook-mate and first mate or deck-hand; o Captain must have a minimum of 10 years' experience as a master of a vessel comparable in size to, or larger than, the vessel selected. • Engineer-mate, qualified to independently take over operations of the vessel in the event the captain is absent or becomes incapacitated; • One vessel crew with the necessary licenses to operate (drive) the inflatable boat; • One crew member currently certified in CPR plus Wilderness First Aid Training, and qualified/certified to suture and administer intravenous medication; • Accommodations for a scientific party of six, separate from crew, in at least three bunk-rooms; • Suitable sanitary accommodations, including head and shower separated from the living quarters. 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 100% for small business. 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 April 22, 2019 at http://www.fbo.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add to Watchlist] and [Add Me to Interested Vendors] features which provide a notification when the Request for Quotations (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 FedBizOpps 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://www.fbo.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 Officer, Crystina Jubie at Crystina.R.Jubie@noaa.gov or via fax at (206)527-3916.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »