Opportunity: Title: Jin Shiang Fa Shipwreck Removal At Rose Ato

Description 

The U.S. Fish and Wildlife Service (USFWS) Contracting and General Services (CGS) Region 1 has been tasked to solicit a firm fixed price contact for debris removal of a Taiwanese long-line fishing vessel from Rose Atoll NWR. This is a non-personnel services contract to provide transportation, monitoring support, and iron and other debris removal at Rose Atoll. General tasks of the Performance Work Statement are outline below. Rose Atoll is located approximately 180 miles east of Pago Pago, American Samoa. It is a low lying atoll that consists of two islets, coral reefs, and waters that teem with wildlife. Sufficient rainfall supports dense vegetation on Rose Island. Project is a small business set-aside. Applicable NAICS code is 488390. Small business size is defined as $38.5 million or less annually when averaged over a three year period. The period of performance shall be for one (1) Base Year of 12 months and three (3) 12-month option years that are exercised solely at the discretion of the Government. Two monitoring efforts are included for each year (one pre iron and other debris removal and one post for removal of Taiwanese long- line fishing Vessel from Rose Atoll NWR). Site Visit Information: Due to the remote location, no site visit can be offered. However, some short videos are available for viewing. Interested firms located in American Samoa can contact Brian Peck at office number 684-633-7082, ext or mobile number 684-258-2813 or email at brian_peck@fws.gov to schedule watching these at the Pago office. Other interested contactors in Hawaii or elsewhere can contact Brian to schedule a video showing at a Fish and Wildlife Office closest to their actual location. Due date for questions: Contractors should submit any questions on this project directly to Karl Lautzenheiser at Karl_Lautzenheiser@fws.gov later than close of business on Monday, September 17, 2018. Questions will be consolidated and answers provided by issuance of an amendment directly thereafter The following is general tasks outlined in the Performance Work Statement: 1. GENERAL: This is a non-personnel services contract to provide [transportation, monitoring support, and iron and other debris removal at Rose Atoll.] The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform [transportation, monitoring support, and iron and other debris removal at Rose Atoll] as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Background: Rose Atoll National Wildlife Refuge (NWR) was established in 1973 for its outstanding natural wildlife resources. It was designated as Rose Atoll Marine National Monument (MNM) in 2009. The biological integrity, diversity, and environmental health of the coral reefs at Rose Atoll NWR are management priorities. Rose Atoll is located approximately 180 miles east of Pago Pago, American Samoa. It is a low¬ lying atoll that consists of two islets, coral reefs, and waters that teem with wildlife. Sufficient rainfall supports dense vegetation on Rose Island. On October 14, 1993, the Taiwanese long-line fishing vessel, Jin Shiang Fa, ran aground on the southwest arm of Rose Atoll spilling 100,000 gallons of diesel fuel, 500 gallons of lube oil, and 2,500 pounds of ammonia. The vessel broke up before a salvage tug could reach the atoll, depositing 200 tons of iron on the reef as well as miles of fishing line and other materials from the ship. The contaminants spilled over a 6 week period were washed over the reef and into the lagoon by waves and currents. The spill killed coral and crustose coralline algae (CCA), which created openings on the reef for opportunistic cyanobacteria and turf algae to colonize. Ultimately this led to a phase shift from a CCA dominated reef community to a cyanobacteria/turf algae dominated reef community, which the continued presence of some iron sustains to this day. Fish populations may have been affected and large numbers of giant clams and sea urchins died. The iron scattered about the reef from the wreck has promoted the continued prevalence of cyanobacteria and turf algae in the reef flat community. Most of the contaminants either washed away or were cleaned up over the following 14 years. What remains is iron within three main scar sites on the fore-reef in about 2 to 10 meters of water; and most likely scattered iron pieces and other debris on the fore-reef, reef flat, and lagoon. 1.3 Objectives: The objectives of this project are: 1. To provide transportation for up to six persons and associated gear for one trip to relocate coral near the shipwreck site prior to iron removal 2. To provide transportation and remove iron and other debris present in the three scar sites measures approximately 20 meters in length, 1 meter wide and 1 meter deep (see video and Word document) and is in about 2 ¿ 10 meters of water. This iron most likely will need to be cut up and lifted out. The fore-reef location is in the surge and wave zone of the outer reef on the southwest arm of Rose Atoll. In addition, the reef flat, and inner lagoon slope in the vicinity of the wreck site will need to be searched for iron and other debris pieces. A strong magnet and/or metal detector will be needed as much of the iron is encrusted with CCA and is difficult to distinguish from the surrounding reef. The area to be searched for and iron and other debris removed measures 200 meters on each side of the main scar site, down to a depth of 50 feet, and extending this band on top of the reef flat and into the inner reef slope within the lagoon down to a depth of 50 feet. In addition, the area around Sand Island to a distance of 200 meters will be searched and all iron and other debris removed. 1.4 Scope: [Insert the type of services that are to be performed]. Services include [Insert what is included in the services to be provided]. The contractor shall accomplish [Insert what should be accomplished, if applicable]. 1. Based on information provided herein, the contractor shall identify a feasible concept-level alternative along with an estimated cost for complete planning/design and implementation of the project that would satisfy the programmatic needs. Submit a written proposal along with maps and drawings with enough information as specified below for the USFWS to determine your approach, other contractors involved, adherence to the applicable codes and costs. The USFWS will review the alternatives for technical adequacy and acceptance along with the price, perform a best value analysis and select a contractor. 2. The Proposal package should include at a minimum but not limited to: a) Method for mobilizing materials, equipment, and labor. Methods for storage of materials and equipment. Approach for ship-based berthing for labor. Include information on retention of sewage and greywater while in the refuge. Also, methods of transportation, estimated number of trips / crew changes and duration of shifts. b) Chosen method of iron removal and planned equipment to be used. Choose methods that will have the least impact on the ecosystems while effectively and economically getting the job done. Include types, size, and numbers of each piece of equipment to be used. Sequence of events, number of equipment setups and breakdown. Disposition of captured wreckage during removal. Include need for divers, work platforms, and submersible equipment to be used. Describe noise levels, both in air and in water, anticipated. Quantify by area and show locations of debris removal and other areas that may be impacted by the removal process. Iron debris will need to be transported and disposed of back on Manua or Tutuila or, if permitted, disposed of 50 nm away from Rose Atoll, outside of the Marine National Monument waters. c) Schedule/Timeline of project including but not limited to planning, permitting process, mobilization, wreckage removal implementation and its critical stages, breakdown, cleanup, demobilization, and closeout. d) Environmental Protection Approach. Show how and what type of equipment is planned to be used that will protect and minimize damage and impact to the existing coral and marine ecosystem including threatened and endangered species. Methodology for containment, cleanup, and disposal of any hazardous pollutants such as fuels and other petroleum products, batteries. e) Site Contingencies. Explain the contractor's approach to deal with issues such as stabilizing coral that is damaged or left unstable by the removal operations, as well as emergency provisions during inclement weather. f) Work Progress Contingencies. Due to remoteness show plans for contingencies, repairs and replacements when problems arise such as equipment breakdown or failure, inclement weather, injured or sick crew, etc. g) Demobilization, Clean Up, and Closeout. Include information on demobilization of equipment, materials and crews, disposition of hazardous waste remediated or generated during the project. 1.5 Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and three (3) 12-month option years. The Period of Performance reads as follows: Base Year; Option Year I; Option Year II; Option Year III 1.6 General Information 1.6.1 Quality Control: The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor¿s quality control program is the means by which he assures himself that his work complies with the requirement of the contract. 1.6.2 Quality Assurance: The government shall evaluate the contractor¿s performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3 Recognized Holidays: Due to the remote nature of the project and the desire to remove the iron and other debris within the anticipated timeframe work hours can be flexible keeping in mind worker safety and impacts to normal Refuge operations. 1.6.4 Hours of Operation: Due to the remote nature of the project and the desire to remove the iron and other debris within the anticipated timeframe work hours can be flexible keeping in mind worker safety and impacts to normal Refuge operations. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5 Place of Performance: The work to be performed under this contract will be performed at [Rose Atoll]. 1.6.6 Type of Contract: The government will award a (Type of contract to be determined by CO and the customer). 1.6.7 Security Requirements: Not applicable. Contractor Personnel Security and Suitability Requirements Performance of this contract requires contractor personnel to have a Federal government-issued Personal Identity Verification (PIV) credential before being allowed unsupervised access to a DOI [facility and/or information system]. The Contracting Officer's Representative (COR) or Contracting Officer's Technical Representative (COTR) will be the requesting official, and will make arrangements through a DOI Access Card Sponsor for personal identity verification and DOI Access Card issuance. At least two weeks before start of contract performance, the Contractor must identify all contractor and subcontractor personnel who will require [physical and/or logical] access for performance of work under this contract. Physical Access means routine, unescorted or unmonitored access to nonpublic areas of a federally-controlled facility. Logical Access means routine, unsupervised access to a Level 3 or 4 federally-controlled information system. The Contractor must make their personnel available at the place and time specified by the COR/COTR or DOI Access Card Sponsor in order to initiate screening and background investigations. The following forms and inquiries, or their equivalent, will be used to initiate the credentialing process: ¿ OPM Standard Form 85 or 85P ¿ OF 306 ¿ National Criminal History Check (NCHC) (local procedures may require the fingerprinting to done at a police station; in this case, any charges are to be borne by the contractor) ¿ Release to Obtain Credit Information ¿ PIV card application (web-based) Before starting work under this contract, a National Criminal History Check (NCHC) will be initiated to verify the identity of the individual applying for clearance and to determine the individual's suitability for the position. If the NCHC adjudication is favorable, a DOI Access Card will be issued for that individual. If the adjudication is unfavorable, the credentials will not be issued and the contractor must make other arrangements for performance of the work. In the event of a disagreement between the Contractor and the Government concerning the suitability of an individual to perform work under this contract, DOI shall have the right of final determination. Contractor employees must give, and authorize others to give, full, frank, and truthful answers to relevant and material questions needed to reach a suitability determination. Refusal or failure to furnish or authorize provision of information may constitute grounds for denial or revocation of credentials. Government personnel may contact the contractor personnel being screened or investigated in person, by telephone or in writing, and the Contractor must ensure they are available for such contact. Alternatively, if an individual has already been credentialed by another agency through OPM, and that credential has not yet expired, further investigation may not be necessary. In that case, the contractor must provide the COR/COTR with documentation that supports the individual's credentialed status. Contractor employees who have been successfully adjudicated will be issued DOI Access Cards, which must be activated at a USAccess Credentialing Center. Those Contractor employees not located within a reasonable travel time of a USAccess Credentialing Center will be screened and issued alternate credentials, such as temporary access badges. During performance of the contract, the Contractor must keep the COR/COTR apprised of changes in personnel to ensure that performance is not delayed by compliance with credentialing processes. Cards that have been lost, damaged, or stolen must be reported to the COR/COTR and Issuing Office within 24 hours. If reissuance of expired credentials is needed, it must be coordinated through the COR/COTR. At the end of contract performance, or when a contractor employee is no longer working under this contract, the Contractor must ensure that all identification cards are returned to the COR/COTR. This requirement must be incorporated into any subcontracts that require subcontractor personnel to have routine unsupervised access to a federally-controlled facility for more than 180 calendar days or any unsupervised access to a federally-controlled Level 3 or 4 information system. 1.6.7.1 PHYSICAL Security: Not applicable. 1.6.7.2 Key Control. Not applicable 1.6.7.3 Lock Combinations. Not applicable. 1.6.8 Special Qualifications: [Insert any special certification requirements for employees if deemed appropriate i.e.," The contractor is responsible for ensuring all employees possess and maintain current Information Assurance Technician (IAT) Level I professional certification during the execution of this contract."] 1.6.9 Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10 Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects o

Overview 
Reference number: 140F0118Q0227
Issue date: 09/20/2018
Response due: 10/11/2018 04:00 PM US/Eastern

Set Aside: Total Small Business
NAICS: 488390-Other Support Activities for Water Transportation
PSC / FSC: P300-SALVAGE- MARINE VESSELS

Agency: DOI

Contracting office:

FWS, DIVISION OF CONTRACTING AND GE
EASTSIDE FEDERAL COMPLEX
911 NE 11TH AVENUE
PORTLAND, OR 97232-4181


Place of Performance:




Contact: Karl Lautzenheiser
Phone:
Fax:
Email: Karl_Lautzenheiser@fws.gov

Vendors conference:

Location:



Details:



What do I do now?
This is the opportunity summary page. To the left you will see a description and an overview of this opportunity. To the right you will see a list of the attached documentation. To view any of the attachments, simply click the attachment name.



Registered Users
To register interest in this opportunity or to electronically respond, you must first sign in. Click the Sign In button below.





Non Registered Users
You can view this or any other public opportunity. However, registered users have numerous added benefits including the ability to submit questions to the agency, receive emails concerning updates and amendments, create and manage a response team and submit responses directly through this site.

Becoming a registered user is fast, free and takes only a few minutes. To get started, click the Register Now button below.

  




Documentation 

© 2025 Unison Software, Inc. All rights reserved. Terms of Service and Use About FedConnect