Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2005 FBO #1251
SOURCES SOUGHT

R -- TECHNICAL SERVICES TO SUPPORT RESEARCH EFFORTS THROUGHOUT THE SOUTHEAST FISHERIES SCIENCE CENTER

Notice Date
2/28/2005
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN7300500020MLW
 
Response Due
3/7/2005
 
Point of Contact
Mamie Wandick, Contract Specialist, Phone (816) 426-7267 xt 237, Fax (816) 426-7530,
 
E-Mail Address
mamie.l.wandick@noaa.gov
 
Description
The U. S. Department of Commerce, National Oceanic and Atmospheric Administration, National Marine Fisheries Service (NMFS) in Pascagoula, Mississippi intends to procure specific technical services for research, monitoring, gear development, computer and data management services, and field data collection through contractors with qualifications and experience in the various fields. The successful performance of these services is critical to NMFS’s ability to build sustainable fisheries and recover protected species from the threat of extinction. All services listed below are performed simultaneously, at various levels of responsibility, with escalating levels of education and experience, and differing levels of need. The place of performance covers the geographical area from the Atlantic seaboard through the Gulf of Mexico and Caribbean Sea for deployments aboard vessels; travel throughout the United States and throughout the world for many duties. Specific occupational disciplines include, but are not limited to: Fisheries Biologists, Fish or Wildlife Biologists, Ecologists, Statisticians, General Biologists, Vessel Operators, Fishery Methods and Equipment Specialist, Biological Aides, Electronics Technicians, Remote Sensing specialists, Computer Programmers, Computer Operators, Computer Systems Analysts, and Network Administrators. The required services and personnel are: Manning at-sea surveys and aerial surveys – levels of expertise from new biologists to experienced doctorates (PhDs); Manning for observer data collection efforts aboard commercial vessels and oil/gas platforms; Observer coordinators to coordinate deployment and data collection and processing efforts; Estuarine and Port Agent data collection throughout the Southeastern United States; Personnel to perform Marine Mammal and Turtle studies and analyses and conduct marine mammal/turtle stranding rescue efforts; These personnel must have extensive education and experience with marine mammals and turtles; Personnel to conduct analyses to develop stock abundance estimates; Personnel with ability to study reef fish video tapes to enumerate and identify all fishes on the tapes; Personnel to perform plankton sample sorting and perform tissue sample analysis of samples collected during at-sea surveys; Personnel for the operation and maintenance of research vessels. These personnel must possess Captain’s license up to 100 tons and have the knowledge and skill necessary to deploy various types of fishing equipment from trawls to purse seines; Personnel to conduct research to develop improved fishing and sampling gear, to construct and maintain sampling and harvesting gear and to transfer new technology to fishers, domestically and internationally, by making presentation on fishing gear technical specifications and regulations. World travel, especially to remote areas, is required; Personnel to dive on underwater structures and on active fishing gear, and operate underwater cameras to document operations; Personnel to design Oracle relational databases for data warehousing, develop programs for the database to enhance its productivity, use data modeling and architect to develop NMFS national projects; Personnel to configure, maintain and monitor a Window NT network and all networked equipment; Personnel to provide Systems Analysis to develop system integration with the ORACLE mainframe; edit software verification, testing and documentation; modify and restructure existing databases; develop new software and support current software developed in C++ and SQL; support to the Geographic Information System development effort working with ArcInfo and ArcView; Personnel to provide programming support to the shipboard computer systems and to maintain codes, write edit routines and convert all data from current structures to ORACLE data structures; Personnel to provide data processing support; Personnel to maintain remote sensing operational readiness by retrieving and downloading satellite and oceanographic data products; Personnel to maintain a large complement of specialized marine instrumentation by assembling complex electronic systems, designing complex electronic circuits, conduct malfunction isolations procedures for electrical and electronic systems; Personnel to provide data analysis and develop reports by summarizing data and performing statistical analysis. NAICS code 561210 applies. PURPOSE OF THIS ANNOUNCEMENT: In order to determine the most beneficial approach for acquisition of the services described above, NOAA is conducting market research to determine all available industry sources. NOAA is particularly interested in identifying prime contractors and vendors who are small, small disadvantaged, women-owned, service disabled veteran owned, or HUBZONE qualified. The Contractor must have the ability to perform all of these services, simultaneously, in a wide geographical area (some worldwide) at contract award. There will not be time for the Contractor to develop expertise along a learning curve, but will be expected to perform at the highest level of proficiency at the time of award. The Contractor must also provide local project management. The Contractor must prove that they have performed all areas of the work at the same time and prove that they currently have the resources necessary to do all work at the same levels. The Contractor must demonstrate logistical capability to deploy employees to all areas of the world. SUBMITTING A RESPONSE: Interested firms with capability to provide these services are invited to provide a Capability Statement to this request no later than 12:00 Noon Central Standard Time on March 7, 2005. The Capability Statement is a written response that demonstrates the firm’s ability to do the work, substantiates their claim of successful past performance, and demonstrates it can support all areas of this requirement. Firms must submit acceptable proof of specific past performance in all areas relevant to this requirement and that they currently have the resources necessary to do the work. Proof that a firm has provided a portion of the required services is not acceptable. All areas must have been supported simultaneously in a wide geographical area at a level commensurate with this requirement to be counted as successful past performance. The Capability Statement must include the following: 1. A one page cover letter shall accompany the response signed by the appropriate authorized individual of the firm. 2. A description of your firm including the following: Business Address, Type of Business; Business Size Standard; Central Contractor Registration Status; Management Structure & Organization Chart; Statement of any 8(a) Certification and Duration of Certification; and Points of Contact (names, phone, fax, electronic mail). 3. References, to include company name, point of contact, and phone number, of any companies for which you have provided all of the services simultaneously. Include a list of the services that were provided and the geographical area where they were performed. Also include the dollar value of the contract. 4. Proof of fiscal ability to provide resources and to logistically support all deployed personnel with lodging and expenses. 5.Specific examples of Relevant Experience. An original and four copies this information shall be submitted as well as the electronic version. The electronic version shall be in the form of an e-mail with one attachment. That single attachment shall contain all content and shall be sized less than five megabytes. Each response shall be on 8-1/2 x 11 inch paper, in a commercially standard font, not smaller than 10-point (excluding separately created artifacts included within the test). Each page in the response shall be separately numbered. The response should not include brochures, newsletters, or other marketing materials uniquely created for this procurement. Elaborate artwork and expensive paper, bindings, visual or other presentation aids are discouraged. EVALUATION OF RESPONSES: Responses to this announcement will be evaluated to determine the existence and viability of small business sources for these services. The Government will not be liable for any costs incurred in response to this request. Questions and comments may be directed to the Contracting Officer by electronic mail only at mamie.l.wandick@noaa.gov. There will be no acknowledgement by the Government to response to this Request for Information. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-FEB-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-APR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/CASC/NFFN7300500020MLW/listing.html)
 
Place of Performance
Address: PASCAGOULA, MISSISSIPPI
Country: UNITED STATES
 
Record
SN00797947-F 20050430/050428214317 (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.