Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2005 FBO #1371
SOLICITATION NOTICE

B -- Evaluation of U.S. Imports in Ornamental Reef Fish

Notice Date
8/26/2005
 
Notice Type
Solicitation Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
NFFK00005003090F65
 
Response Due
9/6/2006
 
Archive Date
9/6/2005
 
Small Business Set-Aside
Very Small Business
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the Federal Acquisition Regulations (FAR) Parts 12 and 13 through Federal Acquisition Circular (FAC) 2005-5 using simplified acquisitions, as supplemented with additional information included in this notice. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. Solicitation Number NFFK0000-5-00309 is issued as a request for quotations. It is the government?s intent to procure the below services from Very Small Business Concerns (VSB), and/or women-owned business. The associated North America Industry Classification System code is 561690. The Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Services (NMFS) is mandated by the Coral Reef Conservation Act, the U.S. Coral Reef Task Force?s National Action Plan and Executive Order 13089 as regards to domestic and international coral reef protection. In doing so, the government is charged to understand the impacts of the trade in coral reef species and to develop and implement an effective strategy focused around understanding of the scope of the problem, improving US enforcement capacity to address illegal trade, educating consumers and industry on best practices for sustainable trade, and assisting developing countries that are the source of these organisms in improving management, conservation and enforcement of ornamental coral reef fisheries. The government requires the development of a database and information on imports, reports, etc. and the conversion of that information into position statements, presentations, technical and outreach documents, and other communication instruments. The contractor shall be responsible for all aspects of the proposed analysis of the specific level of imports in marine ornamental fishes. To this end, the contractor shall access (2003-2004) records for live ornamental fish imports, enter all records for marine ornamentals into a Microsoft ACCESS database, modify/update the database to include ecological and biological data, conduct a literature review and compile data on species biology, ecology, population status and conservation concerns, conduct a data analysis including statistical analysis of the species, quantity, country of origin and any re-export of the live reef finfish imported to the U.S. for the aquarium trade, develop policy recommendations on conservation needs for species of concern and complete a peer-reviewed manuscript for publication in a scientific journal. The final deliverables shall include reports and scientific publications on the trends of the trade, conservation concerns regarding particular species or exporting countries, and recommendations to improve sustainability of the trade. The contractor shall have access to U.S. government data. The contractor shall not be permitted to disclose any information which has not been entered into the public domain, or by any third party. Title to all government data shall remain with the government. The period of performance shall be from the effective date of the contract through March 2006. The CLIN/BILLING SCHEDULE shall include the following: 0001AA Development of the Database [Modify and update the existing database, Pull records (2003-2004)]; 0001AB Entry of Import Records for a full year (2003-2004) [Enter all records for marine ornamentals into a Microsoft ACCESS database]; 0001AC Sorting and Analysis of the Records [Conduct a literature review/compile data]; 0001AD Development of a Detailed Report with Figures/Tables Detailing Trends [Complete data analysis]; and, 0001AE Recommendation of Conservation Measurers for Particular Species of Concern [Develop policy recommendations, Complete a peer-reviewed manuscript]. The estimated number of direct labor hours is a total of 1400 hours. TECHNICAL CAPABILITIES OF THE CONTRACTOR: The contractor shall have an advanced degree in the subject of Biology, or equivalent, and be proficient in the use of computers to input and analyze data. The contractor shall be capable of entering all records for marine ornamentals into a Microsoft ACCESS database. The contractor shall have a policy background in marine resource conservation. The contractor have an understanding of the marine ornamental trade, species involved in the trade and have a familiarity with reef fish life history traits and how these could affect their vulnerability from fishing pressure. EVALUATION CRITERIA: The contractor will be selected based on technical ability including the review of their publications which demonstrate related technical knowledge, and experience in the development and use of databases, past performance and price. The provision at FAR 52.212-2 Evaluation?Commercial Items (Jan 1999) applies: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Offerors shall include a completed copy of the provision at http://www.arnet.gov 52.212-3, Offeror Representations and Certifications?Commercial Items FAR clause 52.212-4, Contract Terms and Conditions?Commercial Items, applies to this acquisition and there are no addenda to this provision. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items, applies to this acquisition and the following additional FAR clause cited therein are applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402), 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.225-1, Buy American Act?Supplies (June 2003) (41 U.S.C. 10a-10d), 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246), 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793), 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212), 52.225-3, Buy American Act?Free Trade Agreements?Israeli Trade Act (JAN 2005) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286), 52.225-5, Trade Agreements (JAN 2005) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note), 52.225-13, Restrictions on Certain Foreign Purchases (MAR 2005) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003) (31 U.S.C. 3332), 52.232-34, Payment by Electronic Funds Transfer?Other than Central. See Federal Business Opportunities (FedBizOps) Notes 25 and 28 at http://www.eps.gov/Numbered_Notes.html. All responsible sources that meet the requirements and provide the services listed above may respond to this combined synopsis/solicitation with a quotation faxed to the Prattsie L. Artis, NOS/NMFS/OAR Acquisition Management Division, OFA65, 1305 East-West Highway, SSMC4, Room 7604, Silver Spring, MD 20910, 301-713-0806 or 301-713-0809, to be received not later than September 6, 2005 at 3:00 p.m. (local time). Responses shall not exceed more than ten (10) pages including a letter of transmittal. It is the responsibility of the contractor to confirm NOAA?s receipt of proposal. Each response shall address the approach to perform and manage the work, past performance that is relevant and high quality, and price to perform. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ.
 
Record
SN00880310-W 20050828/050826211850 (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.