Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2004 FBO #0881
SOLICITATION NOTICE

R -- Effects of Vessel Traffic on Killer Whale Behavior

Notice Date
4/23/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F-04-RP-0040
 
Response Due
5/4/2004
 
Archive Date
9/4/2004
 
Point of Contact
Janice Sullivan, Contract Specialist, Phone (206) 526-6032 , Fax (206) 526-6025,
 
E-Mail Address
janice.m.sullivan@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The Solicitation Notice is No. AB133F-04-RP-0039 is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 97-25. Background and Objective: NOAA's Northwest Fisheries Science Center (NWFSC) provides scientific and technical support to the National Marine Fisheries Service (NMFS) for the management, conservation, and wise use of the west coast's marine and anadromous resources. The NWFSC?s Marine Mammal Program focuses on emerging management issues in the Pacific northwest. The program?s focus includes contaminant effects on populations, prey resources including improving techniques for fatty acid analyses and stable isotopes, energetics, climate and environmental relationships with marine mammal populations, and cumulative risk analyses. This information will be used to facilitate management and conservation of killer whales. Services Required: Provide data to characterize the effects of vessel traffic on killer whale behavior in San Juan Islands area of Puget Sound. Study areas to be determined and evaluated through collaboration between both parties. The focus of the research shall be on how habitat use and behavioral energetics of Southern Resident pods are affected by vessel activity. This order is broken into four tasks: 1) Conduct land-based behavioral observations of killer whales for at least two sites in the Haro Strait during the peak whale season (May ? August) in the summer of 2004. These surveys shall be conducted during daylight hours using an electronic theodolite in conjunction with a spotting scope and binoculars for consistency in data collection methodology. 2) Characterize the behavior of killer whales at these sites in the presence and absence of vessel traffic. Behaviors should be recorded and categorized according to published behavioral states of killer whales. Additional criteria are as outlined: 2.1) Detailed behavioral data shall be collected from focal animals representing the range of age-classes present (e.g. adult females, adult males, calves, juveniles, etc.); 2.2) Conduct Scan-sampling to characterize behaviors of the group in conjunction with data collection on focal animals; and 2.3) Identify focal animals from existing photo identification databases so that behavioral responses of different pods can be compared. 3) Collect killer whale behavioral data during varying levels of vessel traffic and also characterize the number of vessels present, types of vessels present, distance between killer whales and vessels, and vessel activity. 4) Retain sufficient sample sizes of control (no vessels present) and treatment (vessels present) data to permit statistical analyses to quantify vessel effects on killer whale behavior. Perform appropriate statistical analyses on the data collected including, but not limited to, Canonical correlations, Markov-chain modeling. Specific analyses will be agreed upon following consultation with NWFSC staff. The contractor must have a demonstrated background and experience in conducting such analyses. 5) Contractor must have prior experience conducting this type of research in the San Juan Islands region and have permission for access to suitable land-based sites. Data collected with identical methods in previous years must be compatible with the data Provide a report to the NWFSC describing the data collected for this order for final analyses. Deliverables: Provide a report to the NWFSC describing the data collected. The report shall include background, methods, results, conclusions, and recommendations for future studies. Report shall be in both hardcopy and electronic format subject to the discretion of both parties. Provide a report to the NWFSC describing the data collected. The report will include background, methods, results, conclusions, and recommendations for future studies. Report shall be in both hardcopy and electronic format subject to the discretion of both parties. Place of Performance: Services are to be provided at locations agreed upon by both parties. Period of Performance: Deliverables shall be provided to the NWFSC by May 1, 2005. Pricing: Contractor shall provide the following price: Line Item 1: Conduct Land-Based Studies to Determine Effect of Vessel Traffic on Killer Whale Behavior in accordance with the Statement of Work. The proposals shall be prepared in accordance with FAR 52.212-1, Instructions to Offers - Commercial Items. FAR 52.212-2 Evaluation Criteria--Commercial Items: (1) Technical capability of the item offered to meet the agency's need, (2) Price; and (3) Past Performance. Technical criteria includes: 1) Prior experience conducting similar work; 2) Ability to access suitable land-based sites and use as an observation platform for the study; 3) Ability to conduct land-based killer whale behavioral studies using the methods described I the Statement of Work during the months of May through August 2004; 4) Ability to identify focal animals among the southern resident killer whales from existing photo identification databases; and 5) Demonstrated experience in conducting appropriate statistical analyses on the data collected, including but not limited to, Canonical correlations and Markov-chain modeling. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain offeror's best terms from a price and technical standpoint. The offer shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.223-9 (Alt 1) and FAR clause 52.225-2;FAR clause 52.223-9; FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, apply to this acquisition and there are no addenda to this provision. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items is applicable. Include the additional clauses 52.214-34; 52.214-35; 52.216-1; 52.217-5 Evaluation of Options; 52.217-7 Option for Increased Quantity - Separately Priced Line Item; 52.222-3; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.225-1; 52.225-5; 52.227-14 Right in Data?General; 52.232.33; CAR 1352.201-70; CAR 1352.201-71. Full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. This is a firm fixed-price contract. The proposals must be received no later than 2:00 P.M., Pacific Daylight Time, May 4, 2004 at NOAA, WASC, AMD, Bldg. #1, Seattle, WA 98115. No Facsimile transmissions of proposals will be accepted. Offers must request copies of the drawings and diagrams from the contract specialist, Jan Sullivan. This procurement is for 100 percent small-business set-aside. *****The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before May 4, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http:///www.ccr.gov/ . In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800)333-0505.*****
 
Record
SN00571710-W 20040425/040423211820 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.