Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOURCES SOUGHT

B -- Seeking sources of vendors for sampling design analysis for Pacific Island region bottomfish stocks and advancement of length-based stock assesment models

Notice Date
6/11/2010
 
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), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
NFFR7400-10-12219
 
Archive Date
7/12/2010
 
Point of Contact
Michael D. Myers, Phone: 206-526-4516, William E. Havens, Phone: 206-526-6461
 
E-Mail Address
Michael.D.Myers@noaa.gov, william.e.havens@noaa.gov
(Michael.D.Myers@noaa.gov, william.e.havens@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
TITLE: SAMPLING DESIGN ANALYSIS FOR OPTIMAL MONITERING OF THE PACIFIC ISLAND REGION BOTTOMFISH STOCKS AND ADVANCEMENT OF LENGTH-BASED STOCK ASSESMENT MODELS. NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified business concerns capable of furnishing the Fish Biology and Stock Assessment Division the resources to complete the study per the following statement of work requirements: A. Overview The Contractor will participant in collaborative research projects to (1) develop and implement optimal bottomfish fishery independent surveys in the Pacific Islands Region (PIR), (2) implement gear calibration studies to assess the efficacy of bottomfish survey gears and recommend preferred sampling strategies, and (3) advance length-based stock assessment models for use in assessing the status of bottomfish stocks in the PIR. B. Statement of Work A series of stock assessment workshops were convened in 2004 to assess current bottomfish and coral reef fish assessment methodologies in the PIR and develop a plan to improve data collection and assessment methodologies to a point where reliable resource assessments could be obtained (WPRFMC 2004a, 2004b). At the workshops, (1) current sources and state of available data and monitoring programs were reviewed, (2) weaknesses in current assessment methods were delineated, (3) alternative modeling and assessment methodologies were reviewed and identified, and (4) proposed courses of action to advance stock assessment methods and associated data collection were outlined. While there was consistency among many of the recommendations stemming from the workshops, the reevaluation of life history parameters and evaluation of spatial connectivity of isolated populations, as well as implementation of a fishery independent insular survey to estimate bottomfish abundance indices and development of alternative assessment models, were identified as high priorities. More recently, an Ecosystem Science and Management Planning Workshop was held in April 2005 and re-emphasized the need for a fishery independent survey to provide population level abundance indices for bottomfish and development of length-base stock assessment models. Current bottomfish stock assessments rely solely on fishery dependent generated abundance indices that are generally biased. This is a one year (August 15, 2010 - August 14, 2011) collaborative project with NOAA Fisheries, Pacific Island Fisheries Science Center (PIFSC) with potential for two additional option years. The NMFS, Pacific Islands Fisheries Science Center (PIFSC) seeks to contract a contractor to (1) assemble available habitat data and bottomfish geo-referenced catch data into a user-friendly relational database, (2) examine the sources of bias caused by aggregating habitat and catch data at different spatial scales, (3) develop optimal bottomfish fishery independent survey designs, and (4) implement gear calibration studies for commonly used bottomfish survey gears and recommend preferred gear(s) and sampling strategy. In addition, the contractor will also utilize recently assembled bottomfish catch-at-length data to advance current length-based stock assessment models. C. Deliverables Most of the work will be completed off site. An initial meeting with collaborators to discuss data availability and assimilation, as well as analytical approaches, will be required and is scheduled for September 2010. Monthly progress will be discussed with the Agency Contact and contractor via conference calls. Quarterly progress reports will be submitted to the Agency Contact during the contract period and should describe progress to date on the four research elements outlined in section B (Statement of Work), as well as any unanticipated problems and their solution(s). A final report will be submitted to the Agency Contact within 35 days of the conclusion of the contract period. The report should include all analyses examining sources of bias at different spatial scales, a description of the optimal survey design, results from the gear calibration studies, a description of the preferred gear(s) and sampling strategy, and results from the length-based stock assessment research, as well as associated computer code and documentation to run the assessment models. In addition, the assembled relational database and accompanying documentation will be submitted to the Agency Contact within 35 days of the conclusion of the contract period. The North American Industry Classification Code (NAICS) is 541712 with a size standard of 500 people. All contractors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. All interested parties must respond to this announcement by July 9, 2010. Interested firms shall provide in writing, a brief narrative and documentation to support the contractor's capability and experience to meet the requirements herein and include the contractor's name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, etc. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 2:00 PM local Seattle time (PDT), July 9, 2010. Email Address: michael.d.myers@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFR7400-10-12219/listing.html)
 
Place of Performance
Address: Honolulu, Hawaii, United States
 
Record
SN02175379-W 20100613/100611234753-6f45c47ebd3a11c7e66031966e26239f (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.