Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
SOLICITATION NOTICE

F -- NWFSC & NWR Electronic Monitoring Support Services

Notice Date
3/30/2005
 
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-05-RP-1115
 
Response Due
4/15/2005
 
Archive Date
7/31/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, from which offers are being requested, and a written solicitation will not be issued. This announcement is a Request for Proposal (RFP), solicitation #AB133R-05-RP-1115 and incorporates provisions, clauses in effect through Federal Acquisition Circular No. 2001-27 dated 12/28/04. The resulting contract will be a firm-fixed price type contract, with a Base Year and four (4) One-Year Options. This acquisition is full and open competition with a NAICS code of 541710. It will be awarded under simplified acquisition procedures (Part 13). BASE YEAR SERVICES STATEMENT OF WORK 1.0 OVERVIEW: NOAA?s, National Marine Fisheries Service?s (NMFS) Northwest Fisheries Science Center (NWFSC) and Northwest Regional office (NWR), are the Government agencies responsible for monitoring and managing west coast fisheries. This contract is in support of the current at-sea monitoring program administered by the Fishery Resource Analysis and Monitoring Division (FRAMD), responsible for monitoring groundfish fishing off the west coast and specifically addresses a component being developed: an Electronic Monitoring System (EMS). This electronic technology is designed to collect specific types of at-sea fisheries data more cost effectively than utilizing sea going biologists. This statement of work describes an electronic monitoring project to be designed for and deployed on the commercial hake trawl fishery operating off the coasts of Washington, Oregon, and northern California. The overall goal of this project is to collect at-sea data to aid in monitoring groundfish bycatch by west coast fisheries. An Electronic Monitoring System (EMS) can support at-sea bycatch coverage on the west coast by collecting vessel information from digital closed circuit television (CCTV) imagery of fishing operations, data from global positioning systems (GPS), and data from other on-board sensors. The data will be analyzed and presented to NOAA Fisheries for incorporation into the groundfish management process. This data will be used to verify total catch, areas fished and document any discard events that may take place. 1.1 SHORE-BASED HAKE FISHERY: Shore-based hake is a mid-water trawl fishery in which 100% retention of all catch is required under an Experimental Fishing Permit (EFP). Unsorted catch is placed into refrigerated seawater holds and is delivered to shore-based processing plants. Fishing trips typically last one day. The shore-based hake fleet consists of approximately 30 vessels that deliver their catch to about six ports. The major portion of the fleet operates predominantly out of three Oregon ports, Charleston (Coos Bay), Newport & Astoria. The remaining portion of the fleet (four to six vessels) delivers their catch to Westport, WA, Eureka, CA and Crescent City, CA. 1.2 TIMELINE: The term of this project will be conducted over approximately ten (10) months. The dates for the shore-based hake season, coincide with the movement of hake along the coast. The first portion of the shore-based hake season will begin on April 1, 2005, off the coast of California and represents 5% of the overall shore-based quota. Once caught, the California season is closed. The main season begins June 15, 2005, and is mainly fished off the Oregon and Washington coasts. However, some California vessels may also participate in this later opener depending on fishing opportunity. The Pacific Fishery Management Council will set the hake quota this spring. Until then, it is unknown how long the season may last. Early estimations are for a 60-day season. In the past, the season has ranged from 30 to 60 days. Therefore, the California season could last two to four weeks. The main season opening on June 15th could be open until late August. The EMS needs to be ready for the first portion of the season thirty (30) calendar days after the commencement of the season, or approximately May 1, 2005. 1.3 OBJECTIVES OVERVIEW: (1) Outreach, is crucial to the success of this project. NOAA Fisheries will provide regulatory and project management information, but the contractor must outline the technical aspects and needs of the system to the fishers and receive and record fleet reaction to the systems; (2) Provide enough EMS units for all the vessels in the fleet; (3) Successful installation of the electronic monitoring system on each vessel in the fleet; (4) Keep the EMS in working order, collecting the needed images, and data for analysis; (5) Analyze the collected data; (6) Removal of the EMS units from all the vessels; and (7) Present the data in a report summarizing the results, highlighting the functionality of this technology on this fleet and expanding upon work accomplished during the 2004 season. Refining last year?s technology includes providing an uninterruptible power supply to the system, experimenting with methods of estimating the amount of any discard and refining data processing methodologies. 2.0 SERVICE REQUIREMENTS: The contractor shall discuss and coordinate with the COTR and NOAA Fisheries staff to review monitoring objectives, data requirements, reporting relationships, and project deliverables. Each of the objectives described below must be fully met by the contractor and keep the lines of communication open at all times. 2.1 OUTREACH: The contractor shall design and implement an outreach program that reaches the fishers in a direct and straightforward manner. It shall include promoting the EMS, overall operational procedures, outlining what each vessel can expect during EMS installation, vessel requirements for hosting the EMS equipment, clear explanation on what happens to the collected data at the end of the project and any other necessary details. This must be done in conjunction with NOAA Fisheries staff. The contractor shall (1) Participate in pre-season meetings and outreach with the fleet to provide an overall scope of the project; (2) Provide communication options to the fleet including an email, phone number and mailing address; (3) Ensure that fleet participants are clear on the EMS project goals and requirements before the installation of EMS equipment; (4) Participate in post project meetings and outreach with the fleet to give an overall summary of the project; and (5) Provide a written survey for feedback from the fleet after the EMS units are removed from the vessels. The survey results should be included in the final report. 2.2 EMS UNITS TO BE SUPPLIED: The contractor will provide all the EMS units necessary to supply the entire shore-based hake fleet (about 30 vessels). The units supplied by the contractor shall meet the following technical specifications and requirements: (1) The electronic monitoring equipment will include: EMS computer box for logging digital video imagery and other vessel data; High capacity hard drives for storage of digital imagery; CCTV cameras; Sensor for GPS; Sensor for hydraulic pressure; Winch or net drum sensors; 12 VDC to 110 VAC power inverter (if necessary); Tamper resistant housing; and an uninterruptible power source. (2) The EMS units will be configured to provide GPS location and date at all times while the vessel is at sea, and CCTV imagery of all fishing operations. 2.3 INSTALLATION OF EMS UNITS ABOARD VESSESL: Prior to commencement of the active data collection component of the project, the contractor will install, test, and initialize all the EMS equipment on the fleet?s fishing vessels. Each vessel will be fully outfitted with EMS equipment and the vessels? crews will be provided instruction on the use and care of the EMS equipment. The contractor will determine the scheduling of the EMS installation for each vessel and will take into account vessels? schedules and concerns. Installation and maintenance of the EMS technology shall not unduly delay any vessel from participating in the fishery. 2.4 MAINTENANCE OF THE EMS UNITS: The contractor shall maintain each deployed EMS unit in order to collect necessary images and data on a continuous basis. Following the successful initial installation of EMS equipment, the contractor shall provide EMS servicing for the fishing vessels during the length of the project as follows: (1) If necessary, the contractor will go to sea with the fisher to demonstrate the EMS equipment and monitor EMS performance; and (2) The contractor will provide prompt, continuous service. This includes routine maintenance and troubleshooting of EMS units, downloading data from EMS computers and performing any needed re-initialization of EMS units for future fishing trips. 2.5 DATA ANALYSIS: The contractor will analyze the EMS data collected aboard the shore-based hake fleet and incorporate the data into a final report. Specific data analysis and reporting tasks to be carried out by the contractor include: (1) Inventory of all data retrieved; (2) Establishing a schedule for data processing to be agreed upon by the contractor and NOAA Fisheries staff; (3) Examining vessel sensor data to assess quality and completeness of the data set; (4) Identifying fishing episodes; (5) Identifying anomalous events in the data set that may warrant further investigation; (6) Confirming that fishing occurs within permissible locations; (7) Examining trawl haul-back procedures to confirm that all fish are retained aboard; (8) Destroying all images collected on vessels within four weeks of analysis or sooner if not needed; and (9) Collating additional fishing events as identified by NOAA Fisheries staff and the contractor. 2.6 REMOVAL OF EMS UNITS FROM FISHING VESSELS: The contractor is responsible for removing all EMS units from the vessels at the end of the shore-based hake season. The contractor shall remove all evidence of the EMS installation on every vessel. Care must be taken to return each vessel to the state it was in prior to the installation of the EMS unit. The removal shall not unduly delay vessels from departing for other fisheries. All EMS units shall be removed from all vessels within two (2) weeks of the end of the fishery season. 3.0 REPORTING: The contractor will provide to the COTR a draft and a final written report on this project. As this project is to expand upon the previous year?s results, the report format should be complimentary to the 2004 season?s report; therefore, the contractor shall coordinate with the COTR for formatting approach. The draft will allow the Government to provide comments and to edit text. The draft report will submitted to NOAA Fisheries for comment within 60 days of the end of the shore-based hake season. The final report shall incorporate changes suggested by the Government, shall be clear, straightforward, and will incorporate an overview of the EMS project, analysis of the EMS data and lessons learned about the technical aspects of the system. It will also include all incidences of at-sea discards, positions and track lines of all vessel tows, and any other unique circumstances that may have arisen. The final report will include the results of the post monitoring survey. The survey should accurately portray the fishery participant?s views and opinions of the EMS project. The final report shall be submitted to the COTR within 60 calendar days after receipt of the Government?s draft review comments. The contractor must keep all data confidential. Work on this contract may require that the contractor has access to Privacy information. The contractor shall adhere to the Privacy Act, Title 5 of the US Code and any applicable agency rules and regulations. 3.1 PERFORMANCE PERIOD: The period of performance shall be from the date award through the submission of the acceptance of the final report, approximately a ten (10) month period. 3.2 PERFORMANCE REQUIREMENTS: Due to the sensitivity of this work and the large amount of work to be successfully completed in a short timeline, the contractor must have e a proven success of deploying EMS in other fisheries of similar scale. (1) The contractor shall have at least two (2) years experience implementing and servicing EMS units in the field; (2) The contractor must have knowledge of west coast fisheries management and current issues, especially in regards to the hake fishery; and (3) The contractor must have demonstrated experience and ability in resolving liability and privacy concerns inherent in the collection of images on vessels. 3.3 PERFORMANCE MEASURES: Quantifiable measures of successful performance includes the following: (1) The total attendance of all the outreach meetings to equal or exceed 70% of the vessel representatives; (2) Contractor response to questions from the fleet within four (4) business days; (3) The response rate to the written survey to equal or exceed 50% of the vessel representatives; (4) Maintenance of EMS on-board vessels measures shall be no more than 7% of data collection potential lost or unusable due to EMS downtime on any one vessel; and (5) The schedule established for the analysis of collected data is adhered to. Should the contractor fail to meet the performance standards noted above, the Government will be entitled to compensation as determined appropriate, i.e., contract price reduction. 4.0 TRAVEL: Travel will be required in the performance of these services and shall be agreed upon by the contractor and the Government prior to award. Travel costs, including transportation, lodging, subsistence, and incidental expenses incurred by the contractor's personnel or consultants while in a travel status in connection with the performance of services required by this contract, will be reimbursed for the actual costs incurred (without profit, G&A, or overhead) which shall not exceed the estimated amount listed in the contract Schedule. Air fares shall consist of the actual, but not to exceed the lowest customary standard, coach, or equivalent airfare during normal business hours or as otherwise provided in FAR 31.205-46(d). Per diem and/or mileage costs are limited to rates set by the Federal Travel Regulations, per FAR 31.205-46. The parties recognize that it may be necessary to cancel or reschedule travel. Where rescheduling or cancellation was due to unforeseeable cause(s) beyond the control and without fault or negligence of the Contractor, penalties imposed by airlines or other travel related services shall be treated as allowable reimbursable costs under this contract. Federal Acquisition Regulation (FAR) clauses 52.216-7, Allowable Cost and Payment; and 52.232-20, Limitation of Cost are applicable to the reimbursable items associated with the travel determined to be necessary in the performance of this contract. All travel, subsistence and local transportation in support of this contract will be in accordance with rates set by the Federal Travel Regulations. 5.0 HARMLESS FROM LIABILITY: The contractor shall hold and save the Government, its officers, agents, and employees harmless from liability of any nature or kind, including costs and expenses to which they may be subject, for or on account of any or all suits or damages of any character whatsoever resulting from injuries or damages sustained by any person or persons or property by virtue of performance of this contract, arising or resulting in whole or part from the fault, negligence, wrongful act, or wrongful omission of the contractor, or any subcontractor, their employees, and agents. 6.0 PRIVACY AND SECURITY: The contractor must maintain confidentiality of all subjects and materials collected during this project. Work on this contract may require that personnel have access to privacy information. Contractor personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and all applicable agency rules and regulations. 7.0 OPTIONS: The Government may require continued performance of this contract for four (4) additional one-year periods at the rates established under the Schedule. Exercising an option will be at the discretion of the Government and may be done anytime during the contract?s current performance period. Option year(s) services may be required to be provided by the Contractor. Exercise of any option year(s) will be at the sole discretion of the Government for the amount noted in the Schedule. Performance of the services as described under the Base Year Services above, will be continuous throughout each option year(s) as may be exercised by the Government. 8.0 PAYMENT: Invoices shall be submitted in accordance with FAR 52.212-4(g), and submitted to the appointed Contracting Officer?s Technical Representative (COTR) for review of payment amounts. SCHEDULE: BASE YEAR: Contract Line Item #0001A: Contractor shall provide the required technical support, equipment, and supplies in accordance with the Statement of Work---1 Job = Total Price $_______; Contract Line Item #0001B: Associated Travel (to be reimbursed for actual expenses) in accordance with the Statement of Work---Estimated Total Price $_______; Total for Base Year: $__________ OPTION YEAR ONE: Contract Line Item #0002A: Contractor shall provide the required technical support, equipment, and supplies in accordance with the Statement of Work---1 Job = Total Price $_______; Contract Line Item #0002B: Associated Travel (to be reimbursed for actual expenses) in accordance with the Statement of Work---Estimated Total Price $_______; Total for Option Year One: $__________ OPTION YEAR TWO: Contract Line Item #0003A: Contractor shall provide the required technical support, equipment, and supplies in accordance with the Statement of Work---1 Job = Total Price $_______; Contract Line Item #0003B: Associated Travel (to be reimbursed for actual expenses) in accordance with the Statement of Work---Estimated Total Price $_______; Total for Option Year Two: $____________ OPTION YEAR THREE: Contract Line Item #0004A: Contractor shall provide the required technical support, equipment, and supplies in accordance with the Statement of Work---1 Job = Total Price $_______; Contract Line Item #0004B: Associated Travel (to be reimbursed for actual expenses) in accordance with the Statement of Work---Estimated Total Price $_______; Total for Option Year Three: $___________ OPTION YEAR FOUR: Contract Line Item #0005A: Contractor shall provide the required technical support, equipment, and supplies in accordance with the Statement of Work---1 Job = Total Price $________; Contract Line Item #0005B: Associated Travel (to be reimbursed for actual expenses) in accordance with the Statement of Work---Estimated Total Price $_______; Total for Option Year Four: $___________ Grand Total of all Items 0001A through 0005B = $_______________. Note: Offerors must submit pricing for all Line Items listed above. Failure to offer on all line items may result in offer rejection. Full text of the Federal Acquisition Regulations (FAR) noted within this synopsis/solicitation can be accessed on the Internet at www.arnet.gov/far; and Commerce Acquisition Regulation (CAR) clauses noted within this synopsis/solicitation can be accessed on the Internet at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1352 [local clauses] noted. The following FAR provisions and clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial and the following Addenda: Offers must include with their offer a brief (1-page) narrative clearly and concisely describing technical approach and/or method of accomplishing the work requirements, an originally signed SF-1449, a completed Schedule, a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications Commercial Items, FAR 52.225-2, and Past Performance Form (See [NOTE] at conclusion of the synopsis/solicitation). FAR 52.212-2, Evaluation Commercial Items applies as follows: (a) The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror whose submission conforms to the stated technical requirements by submission of a brief narrative which describes technical approach and method of accomplishing the statement of work.(specifications), and is considered most advantageous to the Government for offered price, and past performance. Evaluation of offerors will be per FAR Subpart 13.106. (b) Options. The Government will evaluate, for award purposes, by adding the total price for all option years to the total price for the base year 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance, which unless specified otherwise is 60 days after offers are due, shall result in a binding contract without further action by either party. Before the specified expiration time, the Government may accept an offer, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4, Contract Terms and Conditions Commercial items and the following Addenda are applicable: FAR 52.222-39, 52.222-41, 52.222-43, and 52.233-4; CAR clauses 1352.201-70, 1352.201-71, 1352.233-71, 1352.239-73, and 1352.239-74 are applicable to this synopsis/solicitation. Agency level protest procedures can be found in full text at http://oamweb.osec.doc.gov/CAPPS_car.html, under CAR Part 1333. FAR 52.204-7, Central Contractor Registration (CCR) is applicable; therefore, all vendors wishing to do business with any Federal Government Agency must be registered in CCR. Registration can be completed via the internet at http://www.ccr.gov. You must have a DUNS number in order to begin your registration. If you do not already have a DUNS number and are located within the United States, you may call Dun and Bradstreet at 1-866-705-5711 or via the Internet at http://www.dnb.com. There is no cost to obtain a DUNS number. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, the clauses cited within the clause indicated below, and the following Addenda apply: FAR 52.203-6, 52.219-4, 52.219-8, 52.219-23, 52.219-9, 52.219-23, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33, and 52.233-3. Award will be made to the responsible offeror(s): whose offer conforms to the synopsis/solicitation requirements, and whose price and past performance represents the best value to the Government in accordance with FAR Subpart 13.10. Proposals are due in the office of NOAA?s Acquisition Management Division, address noted above, by 2:00 PM (local time) on April 15, 2005. All proposals received by the due date will be considered by the Government. Facsimile (fax) or email offers are not acceptable. NOTE: Proposal submissions must include the following information: (1) Brief (1-page) narrative clearly and concisely describing technical approach and/or method of accomplishing the work requirements (Note: Simply repeating the Statement of Work is without sufficient detail will not be acceptable.); (2) applicable SF-1449, Solicitation/Contract/Order for Commercial Items; (3) the Schedule, (4) Representations and Certifications, and (5) Past Performance form, Items (2) through (5) must be requested and obtained from Judi.M.Jzyk@noaa.gov. Documents will be provided by return email or fax, so offeror's fax number is required.
 
Record
SN00778454-W 20050401/050330211751 (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  © 1994-2020, Loren Data Corp.