Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2005 FBO #1266
SOLICITATION NOTICE

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

Notice Date
5/13/2005
 
Notice Type
Solicitation Notice
 
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
WC133F-05-RP-1071
 
Response Due
6/27/2005
 
Archive Date
7/12/2005
 
Description
The U. S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Southeast Fisheries Science Center (SEFSC), intends to procure specific technical services for research, monitoring, gear development, computer and data management services, and field data collection. The successful performance of these services is critical to NMFS? ability to build sustainable fisheries and recover protected species from the threat of extinction. All services listed below are performed simultaneously, at varying levels of responsibility, education, and experience. The place of performance covers the geographical area from the Atlantic seaboard through the Gulf of Mexico and Caribbean Sea for deployments aboard vessels and can also include travel across the United States and throughout the world for many other duties. The work may be performed at the SEFSC Laboratories or Field Stations or at other NOAA facilities. The primary NMFS facilities include Galveston, TX; Pascagoula, MS; Stennis Space Center at Bay St. Louis, MS; Panama City, FL; St. Petersburg, FL; Miami, FL; Charleston, SC; and Beaufort, NC. The specific occupational disciplines that will be required include, but are not limited to, these: Fisheries Biologists, Fish or Wildlife Biologists, Ecologists, Statisticians, General Biologists, Vessel Operators, Fishery Methods and Equipment Specialists, Biological Aides, Electronics Technicians, Remote Sensing Specialists, Computer Programmers, Computer Operators, Computer Systems Analysts, and Network Administrators. The required services and related qualifications are these: (1) Staffing at-sea and aerial stock assessments that require expertise levels from new biologists to experienced researchers with doctoral degrees. (2) Staffing observer data collection efforts aboard commercial vessels and oil/gas platforms. (3) Coordinating observer deployment, data collection, and data processing efforts. (4) Performing estuarine and Port Agent data collection throughout the Southeastern United States. (5) Performing marine mammal and turtle studies and analyses and conducting marine mammal and turtle stranding rescue efforts. (Qualified personnel shall have extensive education and experience with marine mammals and turtles.) (6) Conducting analyses to develop stock abundance estimates. (7) Studying reef fish video tapes to enumerate and identify all fishes on the tapes. (8) Performing plankton sorting and tissue analyses on samples collected during at-sea surveys. (9) Operating and maintaining research vessels. (Qualified personnel shall have a current Captain?s license for up to 100?ton vessels and shall have knowledge and expertise in successful deployment of various types of fishing equipment, to include trawls and purse seines.) (10) Conducting 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 presentations on fishing gear technical specifications and regulations. (11) Performing SCUBA diving operations on underwater structures and on active fishing gear, and using underwater cameras to document those operations. (12) Designing Oracle relational databases for data warehousing; developing programs for enhancement of database productivity; and using data modeling and architecture techniques to develop NMFS national projects. (13) Configuring, maintaining, and monitoring a Windows NT network and all networked equipment. (14) Providing systems analysis to develop system integration with the ORACLE mainframe; to perform edit software verification, testing, and documentation; to modify and restructure existing databases; to develop new software and support current software developed in C++ and SQL; and to support the Geographic Information System (GIS) development effort working with ArcInfo and ArcView software. (15) Providing programming support to the shipboard computer systems and to maintain codes, and writing edit routines and converting all data from current structures to ORACLE data structures. (16) Providing data processing support. (17) Maintaining remote sensing operational readiness by retrieving and downloading satellite and oceanographic data products. (18) Maintaining a large complement of specialized marine instrumentation by assembling complex electronic systems, designing complex electronic circuits, and conducting malfunction isolations procedures for electrical and electronic systems. (19) Providing data analysis and developing reports by summarizing data and performing statistical analysis. The following evaluation criteria apply to this acquisition: (1) Technical Excellence, as demonstrated through personnel qualifications, understanding of work, and response to sample task order; (2) Recruitment and Retention Capabilities; (3) Subcontracting Plan, including offeror?s proposed subcontracting plan and offeror?s past subcontracting performance; (4) Management Capability, including offeror?s proposed supervisory plan, offeror?s proposed organization, proof of insurance, and quality control plan; (5) Past Performance, including how the offeror has carried out contract requirements; how the offeror has successfully met Customer needs; how the offeror has accomplished timely completion of deliverables; what has been the general quality of work performed; and how flexibile the offeror has been in handling changes. The evaluation criteria are listed in descending order of importance. The first two criteria are equal to each other, are slightly more important than the third criterion, and are somewhat more important than the last two criteria which are equal to each other in importance. Technical factors as a whole are significantly more important than price/cost. Price/cost will be analyzed for cost realism and reasonableness. The proposed contract will be for a base period of two years with three, one-year options and the possibility of up to two-and-a-half additional years of award terms. The anticipated start date is October 1, 2005. The solicitation will be issued on or about May 27, 2005. This requirement is being solicited through full and open competition. NAICS code 561210 applies. Any resultant contract will be a Firm-Fixed Price, Indefinite-Delivery, Indefinite Quantity (IDIQ) type contract. Each individual delivery order will be negotiated as firm-fixed price or time-and-materials with a ceiling price. The award of the contract will be made under a best value competitively negotiated process. The government reserves the right to refrain from awarding any contract as a result of this solicitation. All responsible and interested parties may submit an offer which will be considered by the agency. All interested parties may request a copy of the Solicitation Number WC133F-05-RP-1071. The solicitation will be available electronically on or about May 27, 2005. The web page is located at http://www.rdc.noaa.gov/~casc/acquisitions/acq_solicitations.htm. All amendments to this RFP will be posted to the Internet web page also. Contractors will be responsible to print the required copies of the solicitation and any amendments. Contractors will be notified when the project is posted to the web, therefore contractors who are interested in this project must register by email to joel.r.pabon@noaa.gov. If any of the contractor information changes during the advertisement period, contractors are responsible to notify Mr. Pabon at the above email address. The point of contact for contracting issues is Mamie L. Wandick at (816) 426-7471; for technical matters, it is Gayla Fornea at (228) 726-4591 x 266. The Central Region Acquisitions Management Division (CRAMD) requires that all vendors must be registered in the Central Contractor Registration (CCR) database. For additional information, and to register in CCR, please access the following website: http://www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all bidders must have a Data Universal Numbering System (DUNS) identifier. A DUNS identifier may be acquired free of charge by contacting Dun and Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. In addition, completion of the online representation and certifications application (ORCA) is required. That can be accomplished at http://orca.bpn.gov.
 
Place of Performance
Address: PASCAGOULA, MISSISSIPPI
Country: UNITED STATES
 
Record
SN00807443-W 20050515/050513212839 (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.