Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOURCES SOUGHT

R -- PROVIDE COMMERCIAL PORT SAMPLING OF TRAP AND HOOK AND LINE FISHERIES IN ST. THOMAS AND ST CROIX,

Notice Date
8/27/2008
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
NFFN7600844677CMM
 
Response Due
9/10/2008
 
Archive Date
9/25/2008
 
Point of Contact
Carey M. Marlow, Phone: (816)426-7460
 
E-Mail Address
carey.m.marlow@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), located in Miami, FL, intends to establish a fixed price purchase order for the performance of commercial port sampling of trap and hook and line fisheries in St. Thomas and St. Croix, United States Virgin Islands (USVI) on a sole source basis with the US Virgin Islands, Department of Fisheries and Wildlife (DFW), Charlotte Amalie, USVI based on the following reasons: 1) USVI DFW have experience with the US Caribbean reeffish fisheries and specifically the fisheries of the USVI dating to the early 1970s; 2) The level of knowledge of the local fisheries is not available from any other entity in the USVI; 3) The USVI DFW's senior field sampling supervisory staff has experience in conducting scientific research and in particular in designing and carrying out field sampling experiments in multi-species fisheries environments, such as will be the case for this study; 4) USVI DFW's supervisory staff are familiar with the historical fishery data deficiencies in the USVI and understand the critical importance with project will have in bridging the gap in data availability for future stock assessments; 5) The USVI DFW has available to it the necessary scientific personnel to efficiently manage and conduct this project in St. Thomas/St. John and the St. Croix fisheries; 6) No other entity in the USVI has the required trained personnel to conduct this sampling; 7) Very central to this project is the ability to conduct field sampling and to record information in a scientific manner. USVI DFW has available scientists from the local area of the St. Thomas/St. John and St. Croix fisheries who, are trained in the fishery sampling protocols used by the NMFS, SEFSC to collect fishery statistical data; 8) Engaging the services of USVI DFW and their trained field personnel could reduce the cost of this project and minimize the amount of training required to initiate the project; 9) The field biologists of the USVI DFW are cognizant of the multi-species nature of the USVI fisheries and familiar with the procedures necessary to obtain accurate scientific information from multi-species fisheries; 10) Utilizing the extensive history of the USVI DFW sampling supervisor and their staff who have worked with the local fisher groups will be a significant aid in working with the local fishers; 11) Senior biologists of the USVI DFW will closely supervise and monitor the DFW samplers to insure reliable representative samples are obtained. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive responses. However, all responses received within ten days after date of publication of this synopsis will be considered by the Government. Responses can be faxed to Carey Marlow at (816) 274-6923 or sent via email to carey.m.marlow@noaa.gov. A determination by the Government not to compete this proposed contract based upon responses 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. All responsible sources may submit a proposal which shall be considered by the agency. Interested firms shall include, in writing, the company name, address, point of contact, telephone number, and business size; a statement regarding their capabilities and qualifications; and any additional supporting literature. Submissions received in response to this notice shall be evaluated based on the following criteria: 1) Demonstrated technical ability to successfully provide the required equipment. The applicable NAICS code is 541712. 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9e450367b052a1e54f502f4a0e024d86&tab=core&_cview=1)
 
Place of Performance
Address: NMFS OPERATIONS, MGMT, & INFO SERVICE, 75 VIRGINIA BEACH DRIVE, MIAMI, Florida, 33149, United States
Zip Code: 33149
 
Record
SN01653178-W 20080829/080827222230-9e450367b052a1e54f502f4a0e024d86 (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.