Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

V--Vessel Charter for 21 Days departing and returning Port of Homer Alaska, and operating in the waters of lower Cook Inlet, Alaska

Solicitation Number: 701817Q024
Agency: Department of the Interior
Office: Fish and Wildlife Service
Location: CGS-WO
  • Print
:
701817Q024
:
Combined Synopsis/Solicitation
:
Added: May 3, 2007
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format found in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued. The solicitation number for this request is 70181-7-Q024 and the solicitation is issued as a request for quotes (RFQ). The solicitation document and incorporated visions and clauses are those in effect through the current Federal Acquisition Circular (FAC 05-16) and Federal Acquisition Regulation (FAR). This is a total small-business set-aside procurement under NAISC classification code: 483112, and PSC: V124. The small business size standard is 500 employees. B. 1. BASE BID ITEMS: Base Bid Item One: Provide seaworthy vessel for approximately 21 days (24 hours per day) beginning July 23, 2007 and ending August 12, 2007 in accordance with the SPECIFICATIONS and EQUIPMENT REQUIREMENTS below. USFWS will pay only for days the charter will be utilized and can not guarantee a minimum or maximum number of days the charter will be required for support. Area of operation will be the waters in lower Cook Inlet, Kamishak and Kachemak Bays, and around Augustine Island, Alaska. The vessel will provide transportation and support for 7 personnel working on the USFWS' Unusual Mortality Event project. Base Bid Item One: $________ Cost per day x 21 days= $_________ B. 2. UNIT PRICING FOR INCREASED OR DECRCREASED QUANTITIES A. The following provides estimated quantities, unit prices, and the extended totals for the unit prices for the increased of decrease quantities that are increases or decreased form work set forth in these specifications, all of which is included in the lump sum base bid set forth above. In order to be considered for payment as "Increased quantities"- those increases must be authorized by the Contracting Officer in writing prior to accomplishing any "increased quantity" work. In the event that there is a difference between a unit price and the resultant extended total, the unit price will be held to be the intended bid and the total re-computed accordingly. If a bidder provides a total, but fails to enter a unit price, the total will be divided by the specified increased or decreased quantity and will be the intended unit price. B. The bidder proposes to perform increased or decreased quantities work for stated resulting additions, increases or decreases, to the Base bid. Additions shall include all modifications of work or additional work that the bidder may deem to be required to perform by reason of field additions or changes specifically authorized by the Contracting Officer. Bid increased or decreased quantities work shall include allowances for overhead and profit, and within the established time for completion. 1) Unit price per day for vessel charter (all inclusive): $_______ per day x 1 day = $__________ C. SCOPE OF WORK AND EQUIPMENT REQUIREMENTS: Provide seaworthy vessel for 21 days (24hrs/day) including the time period July 23, 2007 and August 12, 2007. Length and timing of contract may be flexible to account for equipment failure and unforeseen circumstances. USFWS will pay only for days the charter is engaged in sea otter capture activities. Area of operation will be the waters in lower Cook Inlet, Kamishak and Kachemak bays and Augustine Island. Chartered vessel will board and disembark scientists and supplies in Homer, Alaska. The vessel will provide transportation and support for 7 people working in response to the Unusual Mortality Event for northern sea otters: Longitudinal Studies of Sea Otters in Lower Cook Inlet, Alaska: Understanding the Unusual Mortality Event Cruise objectives include: 1. Live capture of sea otters, holding, surgery to implant VHF radios, biological sampling, and release to capture location. 2. Wild sea otter will be captured with free-floating tangle nets and brought to the support vessel for anesthesia, surgery, and sampling. A floating mesh pen may be attached to the outer vessel to contain captured sea otters prior to surgery and sampling. 3. Covered back deck space will need to be available for the surgeries, sampling, and sample preparation. 4. Every 3 days, samples will be shipped via float plane back to the Fedex office in Homer, Alaska. 5. Adequate deck space and crane will be needed to haul and store gear. VESSEL SPECIFICATIONS: General Vessel Specifications 1. Vessel must greater than or equal to 54 feet length. 2. The contractor will provide two inflatable (equal to a Mark II future or a Mark III zodiac in size) for use in the capture operations. Vessel must accommodate an 18-foot skiff and motor provided by the USFWS. Scientists will operate the skiff. Charter vessel must be able to launch and retrieve the skiff quickly and safely. Vessel must have crane equipment to safely raise and lower the skiff and gear to and from deck to water and back. The project will have unlimited use of the crane to meet study objectives. 3. The vessel must have up to 350 square feet of storage and deck space for the capture operations. 4. Contractor shall be able to carry at least 110 gallons of unleaded gasoline for use UFWS skiffs; either in 55 gallon barrels or in U.S. Coast Guard approved tanks. Contractor will be responsible for fueling before leaving Homer, and to providing fuel for skiffs. Contractor shall supply gasoline and containers. Gasoline containers must be clean and rust-free, and an electric fuel pump with a water separating fuel filter must be provided for the pumping system. 5. Contractor shall be responsible for providing fuel, lubricants, and other consumables for operating the charter vessel. USFWS will provide oil, and other consumables for government skiff. 6. The contract vessel must be capable of allowing safe and convenient moorage of an 18-25 foot skiff alongside each night. It may also be necessary to moor a 6 X 6 foot net pen alongside the contract vessel for temporary sea otter containment. 7. When the crew is not required for the vessel operations, as determined by the vessel captain, the crew will assist UFWS personnel with loading and off-loading gear, supplies, and skiffs and minor maintenance of government-owned equipment. 8. Vessel shall reserve at least 350 square feet for USFWS workspace and gear storage with at least 200 square feet of this space on outside deck. Gasoline containers may be stored within this area. A fully functional freshwater wash-down pump and hose with at least 25 gallons of freshwater/day must be available for rinsing gear in this area. 9. Vessel shall reserve at least 20 square feet of lab workspace with dimensions approximating 4 by 5 feet. This space must have 110-volt AC electricity and be dry, clean, and available 24 hours a day (ie. not in galley) as blood must be processed immediately via centrifuge. 10. Vessel must provide at least 4 cubic feet of freezer space (-20) for the storage of USFWS biological samples as well as some refrigerator space will be required for other samples. 11. Ample sideboard space will be required to float the net pen and capture boxes containing live animals. 12. Vessel, captain and crew must meet all applicable U.S. Coast Guard licensing regulations. 13. Vessel description, including size, diagram of vessel, electronics, communications equipment, number of bunks, freezer capacity, work deck size and equipment for deploying skiff will be provided prior to awarding of contract. 14. Vessel shall be capable of maintaining a cruising speed of at least 8 knots in calm seas and be willing to move as directed by the project leader. Areas of safe anchorage will be identified by the Captain. 15. Vessel shall carry enough fuel, potable water (approximately 125 gal/day), and food sufficient for up to 21 days at sea without a port call. All port calls must be approved by the Sea Otter Principle Investigator before contract begins. FOOD AND ACCOMODATIONS: 16. Vessel must comfortably accommodate 7 scientists for up to 21 days. 17. The intended work will require odd working hours and, thus, flexibility in meal times and provision of snack food throughout the day. 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. If special dietary needs (e.g., low-sodium, vegetarian, diabetic, etc.) are required, USFWS will notify the contractor at least 10 days prior to scheduled departure of the nature and number of special dietary requirements. 18. A working and useable shower and head(restroom) must be onboard the vessel in an enclosed and private type area. 19. Vessel must have a covered area to dry gear. 20. Smoking and alcohol will not be prohibited on board the vessel during this charter. 21. The pilot house will be accessible to the project leader and capture crew unless the Captain restricts access due to safety concerns. Berthing area(s) shall be separate from the galley, wheelhouse, and deck areas, and shall be heated and have adequate ventilation. 22. Vessel shall be clean and provide quality living conditions. This includes being free from continuous noise levels greater than 60 db in the living and work areas and from undesirable and noxious odors. 23. 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 5-6 scientists and vessel captain and crew. Berthing spaces, heads, sinks, and showers will be thoroughly cleaned as needed by a vessel crew member. 24. Vessel shall be capable of providing a hot water shower for each person aboard every 2-3 days. 25. Vessel shall have a minimum of 100 cubic feet of dry gear storage space for personal belongings of up to 7 scientists. 26. Vessel shall have a flat, dry space available for setup and operation of a laptop computer. 27. Vessel shall have 110-volt AC electricity to recharge computers and radios and to run sample processing equipment. SEA OTTER CAPTURE AND HANDLING SPECIFICATIONS: 28. The rear railing and deck will be made free of items that may interfere with the floating net pen or capture boxes containing live sea otters. 29. The rear deck with have covered space with good lighting and ventilation, table space to conduct surgery on anesthetized sea otters and additional table space for equipment and supplies. The back deck will need to be a fairly quiet work space. 30. The length of the work day will be jointly determined each day by the Captain and the Sea Otter Principle Investigator (SOPI). In the event of a disagreement, the SOPI has final authority, except for work stoppage due to uncontrollable circumstances, such as unsafe weather or sea conditions or other safety-at-sea considerations as determined by the Captain. The Captain has 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 his/her 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. Sea otters are often captured at evening/night hours and need to be brought back to the contract vessel for immediate processing. For this reason, it must be agreed upon beforehand that some reasonable and safe level of support is available around the clock SAFETY AND INSURANCE REQUIREMENTS: 31. Vessel, captain, and crew must meet all applicable U.S. Coast Guard safety regulations. 32. Vessel shall have the following minimum insurance amounts: D1452.228-70 LIABILITY INSURANCE - DEPARTMENT OF INTERIOR (JUL 96) JULY 1996 (a) The Contractor shall procure and maintain during the term of this contract and any extension thereof liability insurance in form satisfactory to the Contracting Officer by an insurance company which is acceptable to the Contracting Officer. The named insured parties under the policy shall be the Contractor and the United States of America. The amounts of the insurance shall be not less than as follows: $275,000 each person $275,000 each occurrence $275,000 property damage (b) Each policy shall have a certificate evidencing the insurance coverage. The insurance company shall provide an endorsement to notify the Contracting Officer 30 days prior to the effective date of cancellation or termination of the policy or certificate; or modification of the policy or certificate which may adversely affect the interest of the Government in such insurance. The certificate shall identify the contract number, the name and address of the Contracting Officer, as well as the insured, the policy number and a brief description of contract services to be performed. The contractor shall furnish the Contracting Officer with a copy of an acceptable insurance certificate prior to beginning the work. 33. Vessel shall be equipped with radar, GPS, depth sounder, EPIRB, safety equipment, medical kit, current nautical charts, Single side band and two VHF radios and e-mail capability. Survival suits shall be provided or made available to all vessel personnel. 34. The vessel master or designee will, at all times, maintain radio contact with albatross capture project personnel working in small boats from the vessel, according to a pre-arranged radio schedule to assure their safety. In event of a problem or an accident, immediate steps will be taken for a pick-up. 35. Safety orientation will be given on the first day by the vessel master to all albatross capture project personnel aboard, including location of exits, locations and operation of life rafts, communications, storage of survival suits, man overboard procedures, and procedures for evacuation of vessel. VESSEL CREW EXPERIENCE: 36. Name and experience of Captain and crew will be provided with cost proposal. Include copies of licenses and certifications as appropriate. 37. Captain and crew must have a minimum of five years of experience operating in the Kodiak/lower Cook Inlet/Alaska Peninsula area. 38. Proof of previous experience with charters in which scientists have captured marine mammals or seabirds or other wildlife research projects is required. SPECIAL PROVISIONS: 39. Mechanical breakdown that causes rescheduling of the USFWS operational schedule shall require the contractor to deduct the daily cost for that period of time from their invoice. 40. The Service will not pay vessel time for any period the vessel is unavailable to fulfill the requirements of the charter. 41. Vessel cost is on a per day basis and is inclusive of all requirements listed in the Specifications. 42. Contract is to include all costs associated with food and fuel. DELIVERY POINT, (FOB): The date and place of delivery and acceptance and FOB point shall be Homer, Alaska, July 23, 2007, at 6:00am. USFWS personnel will meet the vessel at the Homer port for boarding and loading of equipment. PROVISIONS AND CLAUSES: The Provision at FAR 52.212-1, Instructions to Offers-Commercial, applies to this acquisition. The applicability of FAR 52,212-2, Evaluation-Commercial Items applies, and the specific criteria to be used for evaluation shall be as follows: 1) Total Price Per day of Charter; 3) Any additional discounts and/or rebates Offerors must supply a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items when responding to this solicitation. The Clause found at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items applies to this acquisition. 144805.06 CONTRACT ADMINISTRATION MAY 1997 144805.08 APPOINTMENT OF CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE MAY 1997 D1452.228-72 LIABILITY FOR LOSS OR DAMAGE -- DEPARTMENT OF THE INTERIOR APRIL 1984 POINT OF CONTACT: This combined synopsis/solicitation is a request for competitive quotes. Offerors interested in submitting a quote, or requiring additional information on this solicitation should contact: Paul M. Griffin, Contracting Officer US Fish and Wildlife Service (907) 786-3181 phone, (907) 786-3923 fax, email: paul_griffin@fws.gov PROPOSAL SUBMISSION: Quotes must be received at the following address, by via fax or mail, prior to the closing date of this solicitation. Closing date of this solicitation is May 30, 2007 at 2:00pm: US Fish and Wildlife Service Contracting and General Services 1011 East Tudor Rd Anchorage, AK 99503 Ph: (907) 786-3818 Fax: (907) 786-3923 Evaluation of pricing of quotes received and contract award will be made within five (5) business days following the closing date of this solicitation.
:
US Fish & Wildlife Service - R7 Contracting & General Services 1011 E. Tudor Rd, Mail Stop 171 Anchorage AK 99503
:
Homer and Lower Cook Inlet, Alaska
996038021
:
Paul Griffin Contract Specialist 9077863818 paul_griffin@fws.gov;

Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance