Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2006 FBO #1591
SOLICITATION NOTICE

B -- DEVELOP AND IMPLEMENT PROTOCOLS TO MONITOR THE RELATIVE ABUNDANCE OF JUVENILE SMALLTOOTH SAWFISH

Notice Date
4/3/2006
 
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), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN5300600038CMM
 
Response Due
4/18/2006
 
Archive Date
5/3/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), St. Petersburg, FL to develop and implement protocols to monitor the relative abundance of juvenile Smalltooth Sawfish (Pristis pectinata). This constitutes the only Request for Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. DOC, CRAD requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not 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, 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. This notice is hereby issued as RFQ No. NFFN5300600038CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses incorporated into this acquisition shall be: 52.212-4 Contract Terms and Conditions ? Commercial Items (Sep. 2005), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (Feb. 2006) (Sections 5, 14, 15, 17, 18, 19, 20, 26, 31, and (c)(1)}. FAR clauses are available on the Internet Website http://www.arnet.gov/far. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.201-70 Contracting Officer?s Authority (Feb. 2005), 1352.201-71 Contracting Officer?s Technical Representative (COTR) (Feb.2005) {NMFS COTR will be identified at time of award.} (Feb. 2005), 1352.215-70 Period of Performance (Mar. 2000) {the period of performance of this contract will be from date of award through December 1, 2007}, 1352.252-70 Regulatory Notice (Mar. 2000). The FAR provisions, located in Section D, that are hereby incorporated into this acquisition shall be: 52.212-1 Instruction to Offerors- Commercial Items (Jan. 2006), 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar. 2005). The following Commerce Acquisition Regulations (CAR) clauses and provisions are also incorporated into this acquisition by reference and are located in Section D: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) {The Government will award a purchase order resulting from this request to the responsible offeror whose quotation conforming to request results in the best value to the Government, price and other technical factors considered. The following will be used to evaluate quotes: Technical knowledge, skills, and experience with radio or satellite telemetry on sawfish and other species of elasmobranches, Experience with acoustic monitoring of elasmobranch population and demonstrated extensive experience with smalltooth sawfish, past performance (customer satisfaction, quality, timeliness), and price. All factors other than price are equally important to one another. The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed price is realistic, complete and reasonable in relation to the requirements of this request. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed price will increase with the degree of equality of the quotes in relation to the other factors on which selection is to be based. The Government reserves the right to award to the firm other than the lowest priced quote or to the firm with the highest technical score if the Contracting Officer determines that to do so would result in the best value to the Government.}, 1352.215-73 Inquiries (Mar. 2000). Full text of these CAR clauses is available at http://oamweb.osec.doc.gov/docs/DOC_Local_Clauses_PM2000-03A2.pdf. Signed and dated quotes must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Quotes must be received on or before 2:00 pm CDT, Tuesday, April 18, 2006. Quotes may be faxed to 816-274-6993, Attn: Carey Marlow. Quotes submitted in response to this notice must include the following in order to be considered responsive to this request. 1. Written documentation that demonstrates the firm?s knowledge of and experience with radio or satellite telemetry on sawfish and other species of elasmobranches. 2. Written documentation that demonstrates the firm?s experience with acoustic monitoring of elasmobranch population. 3. Written documentation that demonstrates the extent of firm?s field work experience with smalltooth sawfish. (Provide resume.) 4. A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. 5. A completed price schedule for all line items identified in this notice including a cost breakdown. 6. FAR provision 52.212-3 Offeror Representations and Certifications- Commercial Items (completed). 7. Certification of registration in CCR. This is a firm fixed price solicitation. DESCRIPTION: The smalltooth sawfish was listed as Endangered under the Endangered Species Act in 2003. They were once common in the Gulf of Mexico and east coast of the United States. Decades of fishing pressure, both commercial and recreational, and habitat loss caused the population to decline significantly during the second half of the twentieth century. Today smalltooth sawfish exist mostly in southern Florida. Research and monitoring priorities have been identified in the Draft Smalltooth Sawfish Recovery Plan. One of the priority tasks identified in the plan was the monitoring of the number of sawfish in nursery regions throughout Florida. The most important nursery region for small tooth sawfish is the section of coast from Marco Island (Naples) to Florida Bay. This is also a region outside of the fishery independent monitoring program run by the Florida Fish and Wildlife Research Institute (FWRI) and encompassing the coast of the Everglades National Park. This project will carry out a broad area survey of this region when juvenile sawfish are pupped in this region (Feb-May), to identify appropriate sampling locations, techniques, and timing. The project will result in a recommended sampling schedule for future ongoing surveys of this region and will document juvenile sawfish abundance. The following work requires an endangered species permit issued by NMFS and an Everglades National Park permit to complete the following tasks. 1. Plan survey design. Determine the location and timing of surveys within four regions of the coast from Marco Island to the Florida Bay: A. Ten Thousand Islands B. Everglades Coast C. Shark River/Whitewater Bay/Coot Bay D. North shoreline of Florida Bay 2. Carrying out surveys using longlines and/or gillnets, with a minimum of 30 sampling days. 3. Data analysis. Analyze the data to identify numbers of sawfish caught, appropriate habitats for sampling and sampling techniques. Make recommendations about ongoing sampling protocols. 4. Data analysis and quarterly reports are required. Deliverables and Monitoring: Products and services to be expected from the contractor include: 1. 1st Quarter ? Report of survey design. 2. 2nd Quarter ? Preliminary sampling report (survey may not be complete). 3. 3rd Quarter ? Finalized sampling report. 4. 4th Quarter ? Final project report detailing the results of analysis of the survey, species location (GIS data), and recommendations for future monitoring efforts. Schedule of Work: The contractor will provide these services and products as follows: 1. Deliverable 1 completed three months after contract award. 2. Deliverable 2 completed three months after date of completion of Deliverable 1. 3. Deliverable 3 completed three months after Deliverable 2. 4. Deliverable 4 submitted by December 1, 2007. Reports must be submitted to NMFS/PRD as hard copy and in an editable, electronic format. Billing: The total amount of the contract may be dispersed in four equal payments upon submission and approval of each of the four deliverables. The contractor must submit separate invoices for completed services or products. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL Line Item #1- Deliverables 1-4 as described herein. $_________________ GRAND TOTAL: $_________________ Itemized Pricing ? provide a breakdown of costs used to arrive at the total price. END OF NOTICE
 
Place of Performance
Address: NMFS, 263 13TH AVE SOUTH, ST. PETERSBURG, FL 33701
Zip Code: 33701
Country: USA
 
Record
SN01019812-W 20060405/060403220121 (fbodaily.com)
 
Source
FedBizOpps 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.