Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2011 FBO #3442
SOLICITATION NOTICE

R -- STELLER SEA LION PUP ANESTHESIA IN ALASKA

Notice Date
4/26/2011
 
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), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NFFS7300-11-03929SRG
 
Archive Date
5/5/2011
 
Point of Contact
Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION STELLER SEA LION PUP ANESTHESIA IN ALASKA (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NFFS7300-11-03929SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541940. The small business size standard is $7M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Two (2) wildlife veterinary anesthesiologists to collaborate and assist with captures, administer anesthesia and monitor animal responses during anesthesia and recovery. (VI) Description of requirements is as follows: See attached statement of work which applies to requirement. (VII) Period of performance shall be June 19, 2011 through July 6, 2011 at Ugamak and Agattu Islands in the Aleutian Islands. The Steller sea lion pup component is scheduled for June 19-July 6, 2011, with up to 15 travel/standby days, and 3 anesthesia days. Contractor must arrive in Adak, Alaska no later than June 19, 2011. Trip is currently scheduled to finish in Dutch Harbor on July 4, 2011, but due to unforeseen trip logistics a departure from Dutch Harbor could be as late as July 6, 2011. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-7719 no later than 4:00 p.m. MST, April 29, 2011. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - quote shall include a reference for same or similar work. 2) Ability to meet travel requirements and 2) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2011), with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010) applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Apr 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Effective March 1, 2011) (10)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (20) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (23) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (22) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). (24) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (26) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (35) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (36) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (39) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) (44) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause) The following additional FAR terms and conditions apply: 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend Services (Nov 1999) 52.242-15, Stop-Work Order (Aug 1989) 52.204-9, Personal Identity Verification of Contractor Personnel. (Jan 2011) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 4:30 P.M. Mountain Standard Time on May 4, 2011. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-7719 and the email address is Suzanne.Romberg-Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Romberg-Garrett@noaa.gov or fax (303) 497-7719.   STATEMENT OF WORK - STELLER SEA LION PUP ANESTHESIA IN ALASKA OBJECTIVE The objective of this contract is to provide the necessary veterinary anesthesiology in accordance with the Statement of Work and terms and conditions contained herein. The National Marine Mammal Laboratory (NMML) of the Alaska Fishery Science Center (AFSC), National Marine Fisheries Service (NMFS) requires wildlife anesthesia services in Alaska during 2011 to support studies of Steller sea lion (Eumetopias jubatus) population biology. To study mechanisms underlying the decline of Steller sea lion populations in Alaska the NMML permanently marks Steller sea lion pups at some rookeries to determine survival and fecundity rates, and to assess health and condition. Sea lion pups must be anesthetized during the marking procedure. A purpose of this procurement is to provide anesthesia services and assistance with pup branding operations being conducted during 19 June - 6 July, at Ugamak and Agattu Islands in the Aleutian Islands. Research sites will be reached by travel on a research vessel departing from Adak and returning to Dutch Harbor, Alaska. Anesthesia procedures will be performed on three days at three different locations. NMML requires two wildlife veterinary anesthesiologists familiar with Steller sea lion gas-inhalation anesthesiology to collaborate and assist with captures, administer anesthesia and monitor animal responses during anesthesia and recovery. Up to two contracts will be awarded to obtain the services of veterinarians that meet those requirements. CONTRACTOR PERFORMANCE REQUIREMENTS Contractors will arrange own travel, arriving in Adak, Alaska on or before June 19, with a planned departure from Dutch Harbor, Alaska on July 6 (potentially on July 5 depending on trip logistics). Lodging on Adak is provided in a U.S. Fish and Wildlife Service bunkhouse prior to boarding the research vessel, currently scheduled for June 21. Contractors will live aboard a research vessel and embark on small skiffs to work onshore at Steller sea lion rookeries. Specific services will be to assist with care and handling of the sea lions, administer chemical sedation or immobilization to sea lions for safe handling, provide resuscitation for sea lions if respiratory problems occur (contractor must have previous experience with anesthesia and intubation of Steller sea lions), and assist with the capture and handling of sea lions and collection and preparation of samples as needed. In the event of anesthesia difficulties or pup mortalities occurring during procedures, contractors will contribute written statements describing the circumstances to a report of the events. Government will provide anesthesia equipment and drugs, all sea lion handling equipment and personal flotation and foul-weather gear, and lodging and meals while onboard the research vessel. Anesthesia equipment will be provided by the Government. However, the anesthesiologists may modify, supplement, or improve Government equipment as needed to achieve the objectives of this contract. Such modifications, supplementation or additions of Government equipment must be approved by the Government prior to initiation, and costs will be paid by the Government. Anesthetists may be asked to acquire sedatives, anesthetics, reversal and revival agents, or other drugs on Governmental approval at cost to the Government. POINT OF CONTACT FOR TECHNICAL INFORMATION AND/OR QUESTIONS Dr. Tom Gelatt is hereby designated as the government's point of contact for technical information and/or questions. In this capacity Dr. Gelatt will inspect and accept services rendered in this contract on behalf of the Government. Dr. Gelatt can be reached at (206) 526-4040, Tom.gelatt@noaa.gov, or at the National Marine Mammal Laboratory, Alaska Fisheries Science Center-NOAA Fisheries, 7600 Sand Point Way, NE, Seattle, WA 98115-6349. Dr. Gelatt is responsible for the technical aspects of the project and technical liaison with the Contractor and for the final acceptance of all reports and such other responsibilities as may be specified in this contract. Dr. Gelatt is not authorized to make any commitments or otherwise obligate the Government or authorize any changes, which affect the contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through Dr. Gelatt. No such changes shall be made without the prior authorization of the Contracting Officer. PERIOD OF PERFORMANCE The Steller sea lion pup component is scheduled for June 19-July 6, 2011, with up to 15 travel/standby days, and 3 anesthesia days. Contractor must arrive in Adak, Alaska no later than June 19. Trip is currently scheduled to finish in Dutch Harbor on July 4th, but due to unforeseen trip logistics a departure from Dutch Harbor could be as late as July 6th.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFS7300-11-03929SRG/listing.html)
 
Place of Performance
Address: Dutch Harbor, Alaska - Adak, Alaska no later than June 19, 2011, United States
 
Record
SN02433474-W 20110428/110426234613-04ea19cb37b331e3a38a68c4c2d24754 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.