Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2007 FBO #2054
SOURCES SOUGHT

B -- B- Study of Three Grouper Species

Notice Date
7/10/2007
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NFFN5300-7-16567
 
Response Due
7/23/2007
 
Archive Date
7/23/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce (DOC), National Marine Fisheries Service (NMFS), located in Miami, FL, intends to issue a fixed price purchase order for the compilation of background information on the population status of goliath and Nassau gouper and red hind in Puerto Rico and the U.S. Virgin Islands for the creation of bilingual educations materials to MRAG Americas, Inc. in St. Petersburg, FL. The is part of a larger project to educate the general public of Puerto Rico and the U.S. Virgin Islands regarding the management measures related to the protection of these three species, specifically permanent and seasonal closures due to the overfished status of these animals.This work will support local efforts to increase public awareness and reduce the impacts of overfishing, which are focal areas of the Coral Reef Task Force, as well as the Puerto Rico and U.S. Virgin Islands Local Action Strategies. This project is being initiated as a component of NOAA Fisheries? efforts on behalf of the Coral Reef Task Force established by President Clinton in June 1998 through Executive Order #13089. The Executive Order, identified as Coral Reef Protection, seeks to ?preserve and protect the biodiversity, health, heritage, and social and economic value of U.S. coral reef ecosystems and marine environment.? In order to meet the objective of this work assignment, the contract shall complete the work in two distinct tasks? compilation of population status data for the three grouper species and creation of bilingual summary information sheet on population status of three gouper species. Short-term result will consist of the production of a detailed report with population status information for the three gouper species and bilingual summary information sheets. Long-term results will consist of the production of educations materials for consumers to educate them regarding the need for conservation of these species and the decrease in illegal fishing of these species. If no qualified responses are received, the Government intends to contract with the MRAG Americas, Inc. MRAG, specifically Dr. Sarah Frias-Torres, has been co-PI on research projects related to studies of red hind and goliath and Nassau grouper, including in Puerto Rico and the U.S. Virgin Islands, through her previous work with NMFS Southeast Fisheries Science Center. In addition, MRAG specializes in work related to fisheries management, investigations, and education. Therefore, MRAG has the data necessary to complete the work and can complete the work in a timely manner. Dr. Frias-Torres is the person in possession of the data necessary to complete this work assignment. Dr. Frias-Torres and MRAG also have the experience necessary to compile the data and present them in a manner that can be used in educational materials for the general public. The anticipated performance period is date of award through May 8, 2008. To be considered, firms must furnish detailed information concerning their capability to provide service. Such information shall include, at a minimum, name, telephone number and address of concerns for which you have furnished this service previously. Information should provide sufficient detail that demonstrates the firm?s knowledge and ability to perform the requirement. Only affirmative responses to this notice will be evaluated to the extent necessary for the Government to determine whether it is feasible to conduct a competitive acquisition considering demonstrated knowledge and experience. Submissions received in response to this notice shall be evaluated based on demonstrated technical ability to successfully provide the required services as stated herein. This notice is for service for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested parties must respond within (10) days after publication of this notice. If no affirmative responses are received, the government intends to issue a purchase order to the MRAG Americas, Inc. Faxed responses can be sent to 816-274-6983, Attn: Sharon Walker. A determination by the Government not to compete this proposed acquisition based upon the response to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The NACIS code for this action is 541690. The Central Region Administrative Division (CRAD) requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. 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 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. The government now requires all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR and BPN. Responses should be faxed to 816-274-6983. Attn: Sharon Walker.
 
Record
SN01337925-W 20070712/070710220327 (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  © 1994-2020, Loren Data Corp.