Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2008 FBO #2579
SOLICITATION NOTICE

R -- IDIQ Contract for Veterinary Support Services

Notice Date
12/16/2008
 
Notice Type
Presolicitation
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division - Honolulu Office, 1601 Kapiolani Blvd., Suite 1110, Honolulu, Hawaii, 96814
 
ZIP Code
96814
 
Solicitation Number
AB133F-09-RP-0025
 
Archive Date
1/30/2009
 
Point of Contact
Stephanie M Garnett, Phone: (808)944-2228
 
E-Mail Address
stephanie.m.garnett@noaa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Pacific Islands Fisheries Science Center (PIFSC), requires an Indefinite Delivery Indefinite Quantity (IDIQ) type contract for veterinary services. The following tasks are to be provided by task order on an as needed basis: 1.The contractor shall organize and oversee activities involving monk seal health and disease assessment, and provide written summaries and protocols used to assist the Hawaiian Monk Seal Program during ongoing health and disease assessments. 2.The contractor shall participate in field studies both in the remote Northwestern Hawaiian Islands and the main Hawaiian Islands. Field work will include necropsies of dead animals, sedation and biomedical sampling of live seals, and interventions to assist seals at risk. Fieldwork in the NWHI can be up to 4 weeks at a time and 12 weeks a year. 3.The contractor shall evaluate research and management activities to ensure monk seal welfare during all captures, perform clinical evaluations, oversee collection of samples, require the necessary clean protocols are followed to reduce possible transmission of disease, administer appropriate drugs, and perform emergency procedures, if necessary. 4.The contractor shall oversee procedures for all on-site laboratory assessments, shipment of samples for analysis, storage of samples, and evaluation of results. 5.The contractor shall provide recommendations and guidance in the development of protocols associated with mitigating sources of mortality for Hawaiian monk seals. They will also have a primary role in future captive care and relocation interventions intended to increase juvenile survival. 6.The contractor will oversee the transfer of the Hawaiian Monk Seal Program (HMSP) Health and Disease laboratory from the Kewalo Research Facility to new facilities at Ford Island. 7.The contractor will be available for emergency response that the HMSP will be involved with and should be accessible at most times. Emergency responses are rare but the contractor should be available to respond within 2 hrs of being notified. 8.The contractor shall develop partnerships with outside Universities, Agencies, and researchers for the analysis of monk seal biological samples. 9.The contractor shall work with others to produce scientific reports and journal articles related to monk seal health and disease and other studies. 10. The contractor shall work on other duties relevant to monk seal health and disease issues as specified by the HMSP. The current NAICS code is 541940 with a size standard $6.5 million. The estimated date of release of this commercial item solicitation is December 18, 2008 with a planned closing date of January 15, 2009. However, the actual due date of offers may be adjusted based upon the actual posting date of the solicitation and the information will be stated within the solicitation documents. Questions regarding this procurement may be directed to Stephanie Garnett, Contract Specialist at: Stephanie.M.Garnett@noaa.gov or (808)944-2228. No paper copies will be issued. Interested parties should use the FedBizOpps [REGISTER TO RECEIVE NOTIFICATION] and [REGISTER AS AN INTERESTED VENDOR] features which provides a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential offeror is responsible for checking this website to gain all current information related to this solicitation. Any further announcements regarding this solicitation will be posted only at http://www.fedbizopps.gov/. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR) and may register at the following web site: http://www.ccr.gov. This procurement requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible, responsive sources may submit an offer which will be considered by the Agency.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c8f924fc237e674a28ad75d704c8dd27&tab=core&_cview=1)
 
Place of Performance
Address: TBD, Honolulu, Hawaii, 96814, United States
Zip Code: 96814
 
Record
SN01719339-W 20081218/081216214640-c8f924fc237e674a28ad75d704c8dd27 (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.