Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2009 FBO #2790
SOLICITATION NOTICE

R -- INVESTIGATION OF RESPONSES TO STRESS IN FISH

Notice Date
7/15/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN7600-9-12423SLW
 
Point of Contact
Sharon L. Walker, Phone: (816)426-7470
 
E-Mail Address
sharon.walker@noaa.gov
(sharon.walker@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: The U.S. Department of Commerce, National Marine Fisheries in Miami, FL tends to procure for services for the investigation of responses to stress in fish. The Southeast Fisheries Science Center has been studying the prevalence of fish with externally visible abnormalities in the St. Lucie estuarine system and reference areas and has now accumulated an extensive database and results of analyses that quantify the variation in prevalence in time and space and provide insight on both intrinsic and extrinsic factors responsible for variation. In the study conducted by the Southeast Fisheries Science Center, the prevalence of abnormal fish is being developed as a performance measure to help evaluate the effectiveness of ecosystem restoration efforts in South Florida. Biological indices of habitat quality, rather than chemical indices, are needed to assess the effectiveness of hydrologic restoration and water quality improvement efforts taking place in south Florida and elsewhere. It is impractical to conduct chemical tests for all the contaminants that might be present and there are major gaps in knowledge about the biological relevance of concentration data. This procurement is for a specific set of tasks that includes exploratory histopathology of existing, previously frozen samples that have already been examined with radiological techniques, quantitative histopathology of selected internal and external structures in wild-caught fish from the St. Lucie system, a pilot project to apply to fish a practical, inexpensive quantitative method of evaluating immune-competency. Potential offerors shall be able to perform the following: Task 1. Conduct intensive histopathology of a subset of frozen fish carcasses from the group of fish previously examined radiologically for skeletal and fin anomalies, integrating results with results of the radiological study. Examine these fish for granulomas and other obvious pathology that might remain preserved even though the specimens have been frozen. Conduct histopathology on samples from anomalous morphological features and muscle samples from these fish. Task 2. Examine gill tissue and skin samples exhibiting color patches from freshly-caught fish from the St. Lucie system (N=20) and a reference site (N=20). Histologically observe and analyze gill tissue for general exposure-related responses (e.g., hyperplasia and hypertrophy) to possible stressors. Histologically observe skin tissues from sites of grossly observable color patches. Task 3. Examine liver samples from the same specimens (in Task 2 above) for general immune system markers such as macrophage aggregates. Perform quantitative analysis of macrophage aggregates. Make other observations from these samples, including intracellular vacuolization. Task 4. Test and refine the use of a practical quantitative method of measuring immuno-competency in fish in a laboratory setting for possible application to wild-caught fish. Task 5. Prepare summary report. Contractor must be a qualified histopathologist with a laboratory facility equipped to provide this service. The government prefers the contractor to be centrally located but is not mandatory. This is a small business setaside. NAICS code is 541690. Business size standard is $7.0M. Any business capable of providing this service is encouraged to respond to this announcement within 15 calendar days after publication of this notice. This support service is being procured under the guidelines of FAR Part 12, Commercial Items Procedures. The solicitation can be uploaded from this website. Interested parties can request a copy of the Request for Quotation on or about July 22, 2009. Potential vendors are encouraged to 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 requests all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR. Responses should be faxed to 816-426-7470 or vial email at Sharon.walker@noaa.gov. Attn: Sharon Walker.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFN7600-9-12423SLW/listing.html)
 
Record
SN01875746-W 20090717/090715235412-d8da1b06795d09e5aba67719d33c5c6e (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.