The RFP Database
New business relationships start here

HI-PAC REEFS NWRC-VESSEL CHARTER


Oregon, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has a requirement to procure a firm fixed price order for a boat charter to transportation to Rose Atoll NWR and Marine National Monument (MNM). Project is a small business set-aside. Applicable NAICS code is 483112. Small business size is defined as 1,500 employees. Requirement includes a base year and four (4) option years. The cutoff date for questions is June 11, 2019. Questions can be emailed to karl_lautzenheiser@fws.gov.

The following is the current Statement of Work of the required tasks.

1. General:

1.1 The US Fish and Wildlife Service (Service), Rose Atoll National Wildlife Refuge (NWR) (PO Box 5744, Pago Pago, AS 96799) has the requirement for a boat charter for transportation to Rose Atoll NWR and Marine National Monument (MNM).

1.2 Purpose/End Application: The Service manages Rose Atoll NWR and MNM, which is an uninhabited atoll located approximately 160 miles east of Pago Pago. The atoll consists of a perimeter reef with a lagoon in the middle. There are two small islets on the reef, Rose Island is vegetated and approximately 15 acres, and Sand Island is un-vegetated and approximately 6 acres. Substantial colonies of seabirds nest on these islands along with green sea turtles. The lagoon provides shallow water habitat in the middle of deep open ocean water, and has a unique fish community and a substantial population of giant clams.

Following the development of a Comprehensive Conservation Plan, the Service continues to conduct research and monitoring activities at the Refuge. These activities include monitoring plant, seabird, sea turtle, fish, coral, insect, and other species and their habitats; and controlling introduced species. Some of the monitoring requires scuba diving. The Service does not have a vessel capable of making the 160 mile journey, and therefore must charter a vessel to transport up to six researchers, managers, and their equipment to the Refuge.

The Service seeks a vessel capable of multiple days of open ocean travel to support fieldwork at Rose Atoll. There is a single small channel connecting the lagoon to the ocean, and entering the lagoon through this channel can be hazardous, requiring a captain with skill in navigating narrow, fast flowing channels. We need this vessel for up to eight trips a year pending adequate contractor performance and availability of funds.

The vessel will carry up to 6 Service personnel, project scientists, Samoan cultural practitioners, and/or other project partners from Pago Pago to Rose Atoll, with possible stops at Ofu and/or Tau Islands; land personnel and gear on Rose Island for field camps lasting from two days to eight days; conduct vessel-based surveys within the lagoon, reefs, Sand Island, and around Rose Atoll; extract personnel and gear from the island; and provide transport back to Pago Pago.

1.3 Contractor Qualifications: The contractor must have the following skills and demonstrated experience and equipment:
1) The charter vessel must be suitable for open-ocean travel with sufficient fuel, water, and food stores, and must have all required USCG approved safety, navigation, and communication devices in proper working order. The vessel must also be compliant with existing Service regulations.
2) The vessel captain and crew must have experience operating in Samoan waters. This experience is mandatory for safe and efficient operations. The vessel must be equipped with an appropriate soft-hulled skiff with a reliable engine for transit to the island and within the lagoon, and equipment to anchor safely within the lagoon. Such a tender boat can run up on the landing site, providing additional stability and safety while disembarking or embarking people and gear.
3) The contractor shall furnish the necessary personnel, equipment, services and facilities to accomplish the objectives. Any delays exceeding six hours due to failure of contractor furnished equipment, facilities, services, or assets shall result in the loss of that sea day at the contractorB?s expense, excluding failures due to unforeseen weather, natural disasters, or health reasons.

1.4 Other: If applicable, include, a relevant statutory authority, regulations, and/or references, pertinent background materials, or other relevant info. For extended information, an attachment or digital reference is recommended.

2. Place of Performance and Period of Performance (Where and When) the project is being completed.

2.1 The place of performance is between Pago Pago, AS and Rose Atoll NWR and MNM, AS. PO Box 5744, Pago Pago, AS 96799.
2.2 The base year period of performance runs from the date of award for one year. Four, one year options are also included that can be exercised solely at the discretion of the Government.
For the base period and each option year, the Service will conduct up to 5 trips to Rose Atoll lasting up to 8 days. Since the number and length of trips vary (typically 3 to 5 annually), a price will be required for each bid schedule line item to price out trips for a various number of days. Trip dates will be scheduled based on research and management needs.
2.3 Normal duty hours Monday thru Friday 8:00 a.m. - 4:30 p.m. In the event of emergencies, Contractor shall provide contact information.

3. Scope

A. VESSEL TECHNICAL REQUIREMENTS

1. Vessel must be able to maintain a minimum cruising speed of 8 knots in average sea conditions within the operating area.
2. Vessel must have fuel capacity for at least 10 days at sea.
3. Soft-hulled/inflatable skiff such as a Zodiak of 10-ft. minimum a reliable 6 hp-minimum engine.
4. Deck storage area of at least 100 sq ft for storing and transporting scientific and camp gear and accessories. Deck storage area may be continuous or separated into sections throughout the vessel.
5. Dry storage area of at least 50 cu ft in the interior of the vessel for holding scientific equipment and electronics. Dry storage area may be continuous or separated into sections throughout the vessel.
6. While Service personnel will sleep on Rose Island most trips, there may be a need to sleep on board the vessel. Vessel must have up to 4 sleeping spaces for personnel.

B. ELECTRONIC and COMMUNICATION EQUIPMENT REQUIREMENTS

1. VHF Radio; a minimum of two radios, one of which must be fixed mounted in the bridge. Two additional radios are required for each skiff. (The Service will provide VHF radios for scientists' use while on-island).
2. Single side-band unit.
3. GPS (Global Positioning System)
4. Satellite telephone.

C. CREW REQUIREMENTS

1. The contractor shall provide a licensed Captain for each cruise. The captain must have experience operating in Samoa.
2. The contractor shall provide adequate crew to effect the safe operation of the vessel and provide appropriate watch standing. Skiff operators must have specific, demonstrated experience handling small boats for landing and extracting personnel and gear.
3. All crew must comply with Service personal conduct, alcohol, and drug policies.
4. Government personnel will provide their own safety, survival, and emergency equipment for operations conducted away from the vessel.

E. OPERATING PROCEDURES

1. The Captain will maintain close communication with the ServiceB?s Trip Manager, at least once each day while the vessel is at anchor, to discuss daily operations, weather forecasts, and resolve any problems that occur.
2. The Trip Manager and Captain will work together to resolve all problems which occur regarding the charter and scientific operations while at sea. In the event the Trip Manager and Captain are unable to resolve any problem which has the potential for invalidating the scientific research or threatens the safety of the field party, the Trip Manager will direct the vessel to return to port where an acceptable solution will be arranged between the Government and the Contractor, or the charter will be terminated. The vessel will be off charter if required to return to port and will remain off charter until the problem has been resolved and the vessel has returned to the survey area.
3. The Captain and crew shall exercise due caution and follow safety procedures as directed by the Trip Manager to help prevent damage or loss of Government gear and equipment. Specific safety procedures may be presented in writing to the Captain by the Trip Manager. Repair or replacement costs may be deducted from charter payments if loss or damage to Government equipment is the result of negligent disregard of such instructions and procedures.
4. All equipment and gear specified in the Government's statement of work and that which is not specified but is necessary to the safe and continued operation of the vessel shall be operational at the beginning of the charter and maintained in working order throughout the duration of the charter.
5. The Contractor shall provide for all operating expenses of the vessel exclusive of scientific equipment and supplies.
6. No sewage or garbage will be discharged within water of the National Wildlife Refuge or Marine National Monument.

F. SAFETY

1. The vessel Captain is responsible for all matters relating to safety of personnel, the vessel, and equipment operation. The Captain will adhere at all times to Navigational Rules and Rules of the Road whether it be while towing, running, drifting, or when at anchor. He/she shall review safety procedures and equipment with the scientific party at the beginning of each cruise leg.
2. The Contractor shall provide U.S. Coast Guard-approved life jackets for all personnel aboard. The Government may provide additional personal flotation devices as deemed necessary by the Trip Manager.
3. The Contractor shall provide a first-aid kit, and a small boat emergency kit with appropriate visual distress signal devices (as required by the USCG federal required items for boats). The Government will provide additional first aid kits/medical supplies, and emergency equipment for operations conducted away from the vessel.
4. A Category I 406 MHZ EPIRB (Emergency Position Indicating Radio Beacon) must be affixed to the exterior of the vessel in a manner approved by the U.S. Coast Guard.

4. Deliverables and /or Delivery Schedule: (for extended list a bid schedule and/or use of line item detail on the PR is recommended)

4.1 Clearly state the deliverables required, quantities, schedule (for multiple items).
4.2 Identify the type of documentation (printed and electronic-such as manuals) to be provided, as well as those quality indicators desired by the Government.

5. Government-Furnished Equipment and Government-Furnished Information

5.1 Scientific and on-island camping equipment will be furnished by the Service.

6. Evaluation and Acceptance

6.1 The contractor will be evaluated as detailed herein. Government acceptance is contingent upon [Either state generally or reference the table in 7.2 if used].

7 Quality Control/Quality Assurance:

7.1 For commercial supplies and services reference clauses for inspection and acceptance. Where appropriate, QC will be maintained according to industry standards and made available to the agency with the contractorB?s proposal.
7.2 Quarantine procedures will be followed including scraping the vessel hull clean of all algae and other marine growth within one week prior to departure; and certifying that the vessel is free of rats, cockroaches, and other pests. Documentation and/or a visual inspection by Service personal will constitute final acceptance.

8. Technical Coordinator:

8.1 Brian Peck, Rose Atoll NWR Manager and Rose Atoll MNM Superintendent. Phone: 684-633-7082 x 15 brian_peck@fws.gov

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) Technical capability of item offered to meet Government requirement; 2) Recent Relevant Experience for same type of work within past 5 years; and 3) Price. 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).

Solicitation Number 140F0119Q0114 with attachments is being posted on or about May 23, 2019 with proposals due by 2 PM PST on June 25, 2019. Quotes can be emailed directly to Karl Lautzenheiser at karl_lautzenheiser@fws.gov.

No further notice will be posted on FedBizOpps. To be considered for award, interested contractors must be registered in the System for Award Management (SAM) database at (https://www.sam.gov/portal/public/SAM/) and Online Representations and Certifications Application (ORCA) must be completed at this same website. For technical or contract questions, please contact Karl Lautzenheiser by email to Karl_Lautzenheiser@fws.gov.

Lautzenheiser, Karl

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP