Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2005 FBO #1348
SOLICITATION NOTICE

B -- Benthic Taxonomy Studies

Notice Date
8/3/2005
 
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
AB133C-05RP-1231
 
Response Due
8/19/2005
 
Archive Date
12/19/2005
 
Description
This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. The solicitation (Request for Proposal) number is AB133C-05-RP-1231. The NAICS code for this acquisition is 541710 and the corresponding size standard is $500 employees. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 2005-04. The resulting contract will be a firm fixed price Indefinite Delivery/Indefinite Quantity fixed price contract. This requirement is a total small business set-aside. STATEMENT OF WORK. Background. The Olympic Coast National Marine Sanctuary (OCNMS, or Sanctuary) annually collects bottom infauna and epibenthic samples to determine the composition of benthic communities, to classify benthic habitats and communities and to evaluate benthic recovery in areas of disturbance. This contract is to identify, enumerate and weigh (biomass) benthic organisms collected in bottom samples and epibenthic collections and to create a reference or voucher collection for the Sanctuary. The bottom samples have been or shall be collected by the Sanctuary using potentially different methods (Smith-McIntyre, Shipek, van Veen, slurp gun, suction sampler, box core, scraper, or hand picked) depending on the sediment type and the vehicle used for collection (shipboard, Remotely Operated Vehicle [ROV], submersible, SCUBA or intertidal collection). The bottom samples shall be preprocessed by the Sanctuary, such that the contractor receives samples sieved through a 1mm mesh screen and preserved first in buffered formalin and then transferred to 70% isopropyl alcohol (IPA). On occasion, specimens may be fixed in alcohol with no use of formalin, depending on the species. The contractor may specify alternative preservation for samples not yet collected by the Sanctuary. Scope of Work. The samples shall be further sorted as necessary and identified to the lowest practical taxa level, generally to species, except for oligochaetes, chaetoderms, nematodes and copepods. The age class of the organism should be specified, the organisms enumerated, and for some of the task orders, the biomass recorded. Biomass measurements, when requested, shall be taken for each sample, other than individual epifaunal samples, and recorded for key groups: polychaetes; bivalves, gastropods, other molluscs; asteroids, ophiuroids, echinoids, holothuroids, crinoids; crustaceans; remaining taxa. Biomass will be measured in grams wet weight and mollusc measurements will be made with the shell. The contractor will provide the data electronically and in hard copy (two copies) to the Sanctuary. Electronic files shall be provided in Excel, Access, as an ASCII delineated file, or in another mutually agreed upon software/format. The file will contain the following information: Sanctuary sample number, replicate number (if applicable), contractor sample number (if applicable), lowest taxa identification, count, age, and taxonomist. In addition, OCNMS will provide a reference table with the full classification of organisms identified thus far, providing the phylum, class, subclass, order, family, genus, species and NODOC#. To date, more than 300 bottom grab or suction samples from the Sanctuary have been processed and the organisms identified. This list can be provided prior to award if desired. With each set of data the contractor shall update the reference table provided by OCNMS and clearly indicate the changes made to OCNMS. Additions shall include the full classification and NODOC#. One to three pages of text will accompany the data stating observations made regarding the samples. For instance, this may include recommendations for future sampling in terms of preservatives, sample containers, condition of the organisms, sample labeling, etc. It should also include a discussion of any new species found, and an explanation of the electronic file format. Requests to use the data for purposes other than outlined in this solicitation must be approved by the Sanctuary in advance and in writing. Quality control (QC) of the sample sorting and identification shall follow Puget Sound Estuarine Program (PSEP) protocols. The taxonomists conducting the initial identifications and those performing the QC will be named for each taxa. A record of the QC results shall be provided with each sample set. A reference or voucher collection shall be established by the contractor and provided to the Sanctuary with advice on maintaining the reference collection. A list of the vouchers OCNMS currently has in place will be provided at the time of award, so as not to duplicate efforts regarding the vouchers. For each reference specimen, attempts to include at least three intact individuals of the species should be made. Each species with multiple individuals will be in a unique container with a label both inside and outside the bottle. A catalog of the vouchers should be provided that lists the genus, species, date collected, sample number reference and the taxonomist making the identification, a note on current preservation should be provided, as well as the number of organisms in the voucher. Sample containers and fixative for the reference collection shall be provided by the contractor, and should be plastic. The organisms identified that are not part of the voucher collection will be returned to the Sanctuary. All organisms from a sample at the lowest level they were sorted to (at a minimum within a phylum) will be placed in a single jar. Sample jars not used for vouchers or returning samples shall be returned clean to the Sanctuary. Disposal of the preservatives and/or remaining sample material is the responsibility of the contractor. The Sanctuary will deliver the samples to the contractor in sample jars. The Sanctuary shall be notified in advance of any changes in taxonomists over the course of the contract. PERFORMANCE PERIOD: Sixty months from date of award. PROPOSAL PREPARATION: Proposals shall be prepared in accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items. Offers must contain 1) company name, address, telephone number, fax number, and DUNS number; 2) a response to the evaluation criteria listed below. 3) a price proposal. The offer shall also include a completed copy of the provision at FAR 52.212 3, Offeror Representations and Certifications Commercial Items. FAR clause 52.212 4, Contract Terms and Conditions Commercial Items applies, with the following addenda: 52.216-18, Ordering - effective date of the contract through 57 months thereafter; 52.216-19, Order Limitations - (a) minimum order: $2,000; (b) maximum order: the contractor is not obligated to honor any order for a single item in excess of $50,000, (2) any order for a combination of items in excess of $50,000, or (3) a series of orders from the same ordering office within thirty calendar days that together call for quantities exceeding the limitation in the subparagraphs above, and (d) seven calendar days after issuance of order; 52.216-22, Indefinite Quantity - (d) 30 calendar days after contract completion. FAR clause 52.212 5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies, with the following addenda: FAR clauses 52.219-8, 52.219 23, 52.222-3, 52.222-19, 52.222 21, 52.222 26, 52.222 35, 52.222 36, 52.222 37, 52.232 33, 52.225-3, 52.225-5, 52.225-13, 52.232-33, 52.233-3; and CAR clauses 1352.201 70, 1352.201 71, and 1352.233 71. Full text of FAR clauses can be found on http://www.arnet.gov/far. Full text of CAR clauses can be found on www.oamweb.osec.doc.gov/APP/cartoc.htm under ?local clauses.? EVALUATION. FAR 52.212 2, Evaluation Commercial Items applies. The contract resulting from this solicitation will be awarded to that responsible offeror submitting a technically acceptable proposal, and offering the lowest price. Technical acceptability will be determined by using the following evaluation criteria. In order to be determined technically acceptable, the offeror must be technically acceptable in each of three factors. 1) Offeror must have personnel capable of performing the work, with a minimum of 3 years experience within their taxonomic specialty. Offerors shall provide resume (s) or C.V. (s) to demonstrate this. 2) Offeror must have satisfactorily performed similar work in the last three years - specifically, benthic identification work on samples from the Pacific Northwest (Oregon, Washington, British Columbia, Alaska). Offerors must provide a brief description of experience, including project description, taxa groups identified and sample collection depths, and three references to demonstrate this, including the last two contracts that met these specifications. Offeror should also be aware that the Government may use information other than that provided in the technical proposal in evaluating this factor. 3) Offeror must have a workable management approach to accomplishing the work. To demonstrate this, offerors should write a brief narrative (no more than four pages) discussing organization of company; point of contacts; coordination of taxonomists among themselves and with the government under the task order process; how schedules will be met; how quality assurance will be maintained; and how personnel will be hired, if necessary; and any anticipated use of subcontractors. Other relevant material may also be provided. PRICING: Offerors shall provide prices for the following: 1. 0.1m2 Smith-McIntyre Bottom Grab Samples (Pre-processed through 1mm screen) Sort all to at least phylum. Identify to lowest taxonomic level possible except for sponge, bryozoans, corals, oligochaetes, chaetoderms, nematodes, and calanoid, harpacticoid and cyclopoid copepods, and enumerate and add to OCNMS reference voucher collection, Quantity 125 ____________. Addition of biomass measurement, Quantity 125 ____________. Sort all to at least phylum. Identify all taxa to lowest taxonomic level possible and enumerate and add to OCNMS reference voucher collection, Quantity 125_________. 2. Slurp or Suction Bottom Samples (Pre-processed through 1mm screen) Sort all to at least phylum. Identify to lowest taxonomic level possible except for sponge, bryozoans, corals, oligochaetes, chaetoderms, nematodes, and calanoid, harpacticoid and cyclopoid copepods , and enumerate and add to OCNMS reference voucher collection, Quantity 250 ________?___. Addition of biomass measurement, Quantity 250 ____________. Sort all to at least phylum. Identify all taxa to lowest taxonomic level possible and enumerate and add to OCNMS reference voucher collection, Quantity 250_________. 3. Identification of Invertebrates Identify to lowest taxonomic level possible and add to OCNMS reference voucher collection, samples collected of individual organisms or groups of organisms in 50mL or less jar, no enumeration necessary, strictly identification, price per hour by taxa group for the following groups: Amphipods, Quantity 80 hr_______, Isopods, Quantity 16 hr________. Bryozoans, Quantity 24 hr _______. Polychaetes, Quantity 40 hr ________. Anemones, Quantity 4 hr ________. Ascidians, Quantity 30 hr __________. Nemerteans, Quantity 4 hr _______. Pycnogonids, Quantity 4 hr ________. Sipuculids, Quantity 4 hr __________. Quantities above are estimates only, and do not necessarily represent actual quantities which will be ordered. The proposed unit prices, calculated by dividing estimated quantity into proposed price for each item, shall be used to price out task orders after award of contract. One price per sample or hour shall be used for all five years. (No printing or travel will be required.) Proposals are due to the Acquisition Management Division, Western Regional Center, at the address noted above no later than 2:00 PM (local time) 19 August 2005. Facsimile or e-mail offers are not acceptable. All offers received by the required due date will be considered. *****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 October 1, 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
SN00861177-W 20050805/050803211832 (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.