Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

B -- Site Assessment for Four Coral Reefs

Notice Date
7/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN5300-8-40146SLW
 
Response Due
8/15/2008 5:00:00 PM
 
Point of Contact
Sharon L. Walker, Phone: (816)426-7470
 
E-Mail Address
sharon.walker@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Commerce (USDOC), National Oceanic and Atmospheric and Administration (NOAA), and National Marine Fisheries Services, St. Petersburg, FL., for the Procurement of Chemical and Biological Analyses to Characterize Caribbean Reef Sites in Relation to Place-specific Acroporid Reproductive Condition. The period of performance is from date of award through 24 consecutive month thereafter. The purpose of this work is to conduct site assessments for four (4) coral reefs containing either Acropora palmata or Acropora cervicornis. The elements of the assessment will include habitat type, community structure, population density, marine surface sediment contaminant profiles, histological examination of gonad size and abundance, determination of lesion regeneration rates, and DNA abasic lesion quantification. The work is intended to support the coral health and disease research needs of NOAA Fisheries Service relating to recovery of ESA-listed elkhorn and staghorn corals. The primary objective of this work is to examine whether environmental factors related to land-use in specific watersheds are associated with 1) reproductive status, 2) contribute to reduced or failed recruitment, 2) physiological condition of the Acropora colonies and/or 3) genetic variability among reef sites. The following describes research requirements for chemical and biological assessments of Caribbean Acropora and their habitat (e.g., environmental assessment) to characterize reproduction as a key factor in their recovery from threatened status.The Contractor must demonstrate prior experience with conducting coral reef site assessments including chemical and biological endpoints in areas of the Caribbean. The Contractor must have the ability to arrange field logistics at a minimum in St. Thomas and St. John USVI including housing, transportation, access to field sites and in-water sampling operations. The Contractor must be able to conduct lesion regeneration rate assays, from 10 mm biopsy lesions. The Contractor must be able to provide DNA Abasic site quantification of coral tissues. The Contractor must be able to provide histological processing that includes optimization of the histological technique for appropriate fixative, dehydration reagent and resin to inimize structural artifacts within the tissues. The Contractor must have sufficient knowledge of coral histology to evaluate gonadal tissues to determine the size and number of oocytes and spermary abundance. The Contractor must have the capability to perform contaminant chemistry analyses from marine sediments that include but not limited to hydrogen sulfide concentration, organochlorine contaminants, and polyaromatic hydrocarbons. The work to be conducted includes responsibility for: Field logistics, Site assessments for four (4) coral reefs containing either Acropora palmata or Acropora cervicornis. Site Assessment and Reproductive Condition Report Interested parties can request a copy of the Request for Quotation. The NAICS code for this action is 541990. The is a Small Business Set-Aside. Small Business size standard shall not to exceed $6.5M. This support service is being procured under the guidelines of FAR Part 12, Commercial Items Procedures. Interested parties can request a copy of the Request for Quotation on or about July 28, 2008. All responsible sources may submit submit a bid, proposal, or quotation which shall be considered by the agency. Potential offerors are encouraged to periodically return to this site to obtain the Request for Quotation. Faxed requests can be sent to 816-274-6983, Attn: Sharon Walker. The government requires that all contractors doing business with the government must be registered with the Central Contractor Registry (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 816-426-7470. Attn: Sharon Walker.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ee2da101974437ce77da30c49bfbbe79&tab=core&_cview=1)
 
Record
SN01617897-W 20080720/080718221529-ee2da101974437ce77da30c49bfbbe79 (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.