Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
MODIFICATION

B -- IDIQ for Quantitative Analysis and Scientific Evaluation of Hawaiian Monk Seal - Solicitation 1

Notice Date
3/20/2012
 
Notice Type
Modification/Amendment
 
NAICS
561990 — All Other Support Services
 
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
AB-133F-RP-12-0025
 
Response Due
4/19/2012 2:00:00 PM
 
Archive Date
5/4/2012
 
Point of Contact
LINDA M GRUBER, Phone: 206-526-6386, Stephanie M Garnett, Phone: 206-526-6384
 
E-Mail Address
LINDA.M.GRUBER@NOAA.GOV, stephanie.m.garnett@noaa.gov
(LINDA.M.GRUBER@NOAA.GOV, stephanie.m.garnett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation for IDIQ Monk Seal Studies The National Oceanic and Atmospheric Administration (NOAA), NATIONAL MARINE FISHERIES SERVICE (NMFS) Pacific Islands Fisheries Science Center Protected Species Division, has a requirement to assist the Hawaiian Monk Seal Research Program conduct field work, analyze and summarize data and report findings related to monk seal biology and ecology. The Hawaiian monk seal population is heading towards extinction with numerous threats afflicting the species across its range. The Hawaiian Monk Seal Research Program at the PIFSC conducts research to understand monk seal ecology, the threats to the population, and develop techniques to aid in the species recovery. Much of the work involves monitoring and identifying individual seals to determine survival, reproductive success, and other factors important for modeling population trajectories. These analyses allow researchers and managers to develop intervention and management strategies to help mitigate threats, enhance survival, and minimize human-seal conflicts. The following services are anticipated to be ordered under this contract to assist the Hawaiian Monk Seal Research Program in its mission described above: 1. Data Analysis: The contractor will perform tasks associated with the compilation, statistical analysis, and interpretation of numerical data. 2. Simulation Modeling: A simulation model specific to the Hawaiian monk seal was developed through a collaborative effort between biologists with the Pacific Island Fisheries Science Center and researchers at Montana State University. The model is designed to represent the life history of the monk seal as realistically as possible, and to fully capture all of the uncertainties in demographic rates and system processes that influence the long-term dynamics of the population. It is intended as both an exploratory tool for management and a predictive tool to better understand the implications of current population trends and natural perturbations. To date, the model has been used to assist NMFS in a number of management decisions. 3. Technical Writing and Report Preparation: The contractor will provide assistance (or take the lead) in preparing written reports. These shall include, but are not limited to, reports describing the results from the analyses undertaken in item 1; internal documents related to monk seal biology or management; documents intended for the public or outside agencies summarizing monk seal data or management; documents related to the revised Monk Seal Recovery Plan (or other materials useful to the Monk Seal Recovery Team); and other documents as requested. The contractor may be asked to produce plots, figures, tables or other visual aids to be used in presentations or reports in preparation by other personnel. The contractor will provide assistance in summarizing data, providing simulation results of effects of proposed federal actions, justifying study design, or writing protocols to support permit applications or complete NEPA or other requirements that arise from the permit application process. 4. Study design of major program initiatives and program efficiency reviews: The contractor will work with the PIFSC staff and their partners to design research studies under the three main program initiatives (Population Assessment, Enhancement Activities, and Health Studies). The contractor will work with PIFSC staff to determine the optimal deployment strategy to maintain the long term monk seal population data set but maximize cost-effectiveness. 5. Computer Programming/Software Development: The contractor will develop computer programs and end-user software needed for monk seal data analysis or the monk seal research program. The contractor may also be asked to make recommendations for improving various aspects of the monk seal data collection and data management system. 6. Attendance at Meetings, Workshops, and Conferences: The contractor will attend scientific or public meetings and make presentations as requested. These meetings shall include, but are not limited to, the annual Monk Seal Recovery Team meeting, formal review committees, and special topic meetings relevant to monk seal biology and/or management. The contractor may be asked to travel to Honolulu to interact with members of the monk seal research team, or participate in special projects related to monk seal research and management. 7. Expert Consultation: The contractor will provide expert consultation on issues pertaining to monk seal conservation as requested by the contracting office. This will frequently involve technical review and editing of scientific manuscripts, reports and other documents produced by PIFSC and its collaborators. This task also includes any services requested by the contracting office that are not adequately described by the other tasks outlined in this Statement of Work. 8. Field work: Assist the Hawaiian monk seal in field research studies in the main Hawaiian Islands or at Midway Atoll in the Northwestern Hawaiian Islands. Place of Performance: The Contractor will work remotely (away from PIFSC office) for this contract. The contractor will need to travel to Hawaii at least up to 2 weeks per year to meet with monk seal personnel and attend recovery team meetings. The contractor may also be sent to attend meetings elsewhere in the continental United States or abroad. The estimated Period of Performance is 6/1/2012 - 5/31/2013, with potential option years: OY1: 6/1/2013 - 5/31/2014 OY2: 6/1/2014 - 5/31/2015 OY3: 6/1/2015 - 5/31/2016 The proposed contract is 100% set-aside for small business. The NAICS code for this procurement is 541990 and the size standard is $7 million. Any vendor desiring to be considered for award must be registered in CCR and ORCA using this NAICS code. Any resulting contract will be awarded as an Indefinite-Delivery, Indefinite-Quantity (IDIQ) contract. Solicitation documents will be made available for download on or about 03/15/2012 at http://www.fbo.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential proposer is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fbo.gov/. The estimated response due date is 04/15/2012; however, the actual date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement are to be sent to Contract Specialist, Linda Gruber at Linda.M.Gruber@noaa.gov or via fax at (206)527-0209. All vendors doing business with the Government are required to be registered with the Central Contractor Registry (CCR). NO award can be made unless the vendor is 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 with the CCR and to be eligible to receive an award from this acquisition office, all offerors must also 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. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible and fully responsive sources may submit a proposal which will be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-RP-12-0025/listing.html)
 
Place of Performance
Address: Honolulu, Hawaii, United States
 
Record
SN02701178-W 20120322/120320235918-b11f2225313ac17ec2ccdce29b3349cd (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.