Back to tenders & grants page
Charter Vessel to conduct and complete expanded gear usability and evaluations for Type 2 cable TEDs (Hopkins Cable TED®) in the Mid- Atlantic flynet fishery targeting Atlantic croaker based out of Cape May, NJ Transport & Logistics Charter Vessel to conduct and complete expanded gear usability and evaluations for Type 2 cable TEDs (Hopkins Cable TED®) in the Mid- Atlantic flynet fishery targeting Atlantic croaker based out of Cape May, NJ
Receive Tenders like this by email

Charter Vessel to conduct and complete expanded gear usability and evaluations for Type 2 cable TEDs (Hopkins Cable TED®) in the Mid- Atlantic flynet fishery targeting Atlantic croaker based out of Cape May, NJ

Charter Vessel to conduct and complete expanded gear usability and evaluations for Type 2 cable TEDs (Hopkins Cable TED®) in the Mid- Atlantic flynet fishery targeting Atlantic croaker based out of Cape May, NJ has been closed on 20 Sep 2021. It no longer accepts any bids. For further information, you can contact the COMMERCE, DEPARTMENT OF.NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION.DEPT OF COMMERCE NOAA

Bellow, you can find more information about this project: 

Location: United States

General information

Donor:

COMMERCE, DEPARTMENT OF.NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION.DEPT OF COMMERCE NOAA

Industry:

Transport & Logistics

Status:

Closed

Timeline

Published:

14 Sep 2021

Deadline:

20 Sep 2021

Value:

Not available

Contacts

Name:

Suzanne Johnston

Phone:

2025705048

Description

https://sam.gov/opp/ffc52181f271463e9a0cddcc125d3829/view?keywords=&sort=-modifiedDate&index=opp&is_active=true&page=1

THIS SOLICITATION IS EXTENDED THROUGH SEPTEMBER 20, 2021 AND THE SMALL BUSINESS SET ASIDE HAS BEEN REMOVED.  THIS IS NOW OPEN TO ALL

COMBINED SYNOPSIS/SOLICITATION 

Contractor to provide a trawl vessel with the equipment necessary, captain and crew; fuel, meals, and all other material necessary to complete expanded gear usability evaluations for Type 2 cable TEDs (Hopkins Cable TED®) in the Mid- Atlantic flynet fishery targeting Atlantic croaker from Cape May, NJ to Wanchese, NC This request is for a vessel contract based out of Cape May, NJ, in accordance with the attached statement of work.

(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-FN7300-21-03474_2021-283

(III)   The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05(MAR 2021)(Deviation 2020-11)(AUG 2020).

(IV)  This solicitation is being issued as a small business set-aside. The associated NAICS code is 483111.  The small business size standard is 500 employees.

(V)    This combined solicitation/synopsis is for purchase of the following commercial services:

Contractor to provide a trawl vessel with the equipment necessary, captain and crew; fuel, meals, and all other material necessary to complete expanded gear usability evaluations for Type 2 cable TEDs (Hopkins Cable TED®) in the Mid- Atlantic flynet fishery targeting Atlantic croaker from Cape May, NJ to Wanchese, NC. This request is for a vessel contract based out of Cape May, NJ, in accordance with the attached statement of work.

(VI) Description of requirements is as follows:

***Please see Statement of Work and full Combined Synopsis/Solicitation for complete details***

This is a firm-fixed price contract.

(VII)   PERIOD OF PERFORMANCE:

The cable TED will be towed for a minimum of 20 tows anytime between September 1, 2021 through March 31, 2022. The base period is expected to begin no more than 10 days from the date of award through March 31, 2022 with two option periods. Option period one would be September 1, 2022-March 31, 2023, option period two would be September 1, 2023-March 31, 2024.

(VIII)  FAR 52.212-1, INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JUN 2020), applies to this acquisition. This will be evaluated on a best value basis using the evaluation factors found in the SOW.

Submission of Quotes

Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation.  Only Email quotes are acceptable and can be sent to [email protected]. The subject title should reference the SAM notification number.

Vendors response to this Request for Quote shall consist of the following:

  1. Completed Standard Form 18 (pages 1-2) Page 1 (complete blocks 12-16) 
  2.  Page 2 of SF18 (enter “Unit Price” and “Amount” for each applicable line item) or submit a detailed quote on Vendor letterhead in accordance with 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JUN 2020)
  3. Provide an email address and phone number where you can be reached for future correspondence or provide the same information on quote
  4.  Provide your DUNS number  
  5. Vendor should verify compliance/applicability with “52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)”
  6. As required return responses in accordance with provision “52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (FEB 2021).” 
  7. Provide all documentation required to fulfill Evaluation Factor requirements as further explained in the “Evaluation Factors” section of the Statement of Work but referenced below: 

In order to be considered for the award you must submit a complete package in accordance with the requirements listed above and stated in the solicitation package. If you do not submit all of the required items you may be considered non-compliant.  

QUOTES MUST BE VALID FOR 30 DAYS AFTER THE SYNOPSIS/SOLICITATION CLOSES

"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".

(1) The offer must be prepared in two parts:  A technical quote and a business/price quote.  Each of the parts shall be separate and complete in itself so that evaluation of one may be accomplished independently from evaluation of the other.  The technical quote need not be lengthy and shall not contain a reference to price; however, adequate information must be contained in the technical quote so that the offeror’s technical approach is sufficiently detailed to provide a clear and concise presentation that addresses all contract requirements and demonstrates a clear understanding of the requirements.

(2) The Offeror shall submit:

a. Proposal/Vessel specs and technical approach: One (1) copy, electronic required.

b. Price Quote:  One (1) copy, electronic required on SF18 to include DUNS #.

Each part shall be clearly marked by title.

(3) The Government will evaluate quotes in accordance with the provisions set forth in this section and with the evaluation criteria stated below.

(4) The Offeror shall identify and explain any exceptions or deviations taken to any part of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation. 

Offerors should note that taking exceptions to the Government’s requirements may indicate an unwillingness or inability to perform the contract, and the quote may be evaluated as such. 

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.

Quotes shall be fully executed and returned on the SF18 form with acknowledgements of any solicitation amendments.  Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation.  Email quotes are acceptable (preferred) and can be sent to Suzanne Johnston at [email protected].

(IX)  FAR 52.212-2, EVALUATION – COMMERCIAL ITEMS (OCT 2014), applies to this acquisition.  Offers will be evaluated based on price and the factors set forth in paragraph (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.  This is an “all or none” request:

Factor 1--TECHNICAL APPROACH. The quotation will be evaluated on how the offeror intends to organize, staff and manage the contract and the means that will be used to accomplish the contract requirements. The degree to which the quotation demonstrates an understanding of the requirements will be evaluated, as well as the offeror's planned management of consultants and subcontractors, if applicable.

Factor 2 -EXPERIENCE. The offeror's background, experience, and qualifications will be assessed to determine the likelihood that that offeror can successfully perform the contract requirements and the degree of the risk of non-performance. Specifically, professional experience running offshore vessels with a licensed captain with a minimum of three years experience and a deckhand capable of assisting deployment and retrieval of camera arrays.

Factor 3 - COST/PRICE. The proposed prices/costs will be evaluated.  The cost evaluation will determine whether the proposed costs are realistic, complete, and reasonable in relation to the solicitation requirements. Proposed costs must be entirely compatible with the technical approach.

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 receipt, unless written notice of withdrawal is received before award.

If SAM.Gov record does not show the following clauses dated as of 8/2020, then THE OFFEROR MUST SUBMIT A COMPLETED COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS (FEB 2021) (DEVIATION 2020-11) (AUG 2020)

Defense Priorities and Allocations System (DPAS) and assigned rating does not apply.

Quotes are required to be received in the contracting office no later than 4:00 P.M. EST 9/14/2021.  All quotes must be emailed to the attention of Suzanne Johnston at [email protected].

Any questions regarding this solicitation should be directed to Suzanne Johnston’s email address of [email protected] and are due in writing by 4:00 P.M. EST on 9/7/2021.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more