Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2012 FBO #3784
MODIFICATION

F -- At-Sea Monitoring Services for the Northeast Fisheries Science Center - Solicitation 1

Notice Date
4/2/2012
 
Notice Type
Modification/Amendment
 
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), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
EA133F-12-RP-0019
 
Archive Date
5/17/2012
 
Point of Contact
Roberta Smith, Phone: 757-441-6528, Brendon J Johnson, Phone: 757-441-3344
 
E-Mail Address
roberta.h.smith@noaa.gov, brendon.johnson@noaa.gov
(roberta.h.smith@noaa.gov, brendon.johnson@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachments 1 -32, RFP EA133F-12-RP-0019 RFP EA133F-12-RP-0019 The Acquisition and Grants Office, Eastern Region Acquisition Division, Norfolk, VA on behalf of the National Marine Fisheries Service (NMFS), Northeast Fisheries Science Center (NEFSC) in Woods Hole, MA has a requirement for at-sea monitors to collect to collect information on marine fish. The Contractor shall collect scientific, management, regulatory compliance and economic data for fisheries by placing at-sea monitors aboard U. S. domestic fishing vessels participating in the groundfish multispecies Fisheries Management Plan. This information is required in response to the implementation of Amendment 16 to the Northeast Multispecies Fishery Management Plan (NEFMP). The at-sea monitors collect scientific, management, compliance, and other data at sea through interviews of vessel captains and crew, observations of fishing operations, photographing catch, and measurements of selected portions of the catch and fishing gear. The primary responsibilities of the at-sea monitor will be to collect accurate weights on the discard portion of the catch as well as account for all catch (kept and discarded) on each tow. The work requires deploying trained at-sea monitors to meet coverage levels required by NMFS. NEFSC will train the contractor's monitors once the contract is awarded, as needed and at the Government's expense. The Contractor shall support, as specified, the at-sea monitors during each phase of their employment period, including training, briefing, travel, accomplishing requisite land duties, data collection on fishing vessels, and debriefings. The Contractor shall provide all necessary logistical and administrative support to deploy at-sea monitors on board vessels, normally out of ports from New York to Maine. This includes making travel arrangements, providing travel advances for monitors, and reimbursing for travel expenses. Vessels operate out of ports from New York to Maine in ocean waters, 3-200 miles offshore in all weather conditions. Typically, trips are 1- 14 days in duration. Vessels are generally 30-150 feet in length. Crew members and at-sea monitors live and sleep in cramped quarters, often in damp conditions and share common facilities. At-sea monitors must be willing to travel occasionally to cover locations other than their primary ports. Food is provided on multiday trips for the at-sea monitor and must be equal to the food being served to the rest of the crew. On single day trips, at-sea monitors must bring their own food and water. The applicable NAICS code for this acquisition is 541712 (Research and development in the physical, engineering, and life sciences (except biotechnology)) with a size standard of 500 employees. This acquisition is being conducted using Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and Part 15,Contracting by Negotiation and is being competed as a 100% Total Small Business Set-Aside. The Government anticipates awarding multiple fixed price Indefinite Delivery/Indefinite Quantity contract awards as a result of the solicitation. The awarded contracts will be for a base period of one year with a one year option period. The contract award date is anticipated to be October 2012. A Request for Proposal (RFP) solicitation will be available on April 2, 2012 through the Government's website at http://www.fedbizopps.gov. The due date for proposals is May 2, 2012 at 12:00 p.m. The basis for proposal evaluation will include, in descending order of importance: Management Approach, Operational Requirements Approach, Observer Support Services Approach, Past Performance and Price. Non-Price evaluation factors are significantly more important than price. Interested parties should use the FedBizOpps register to make use of the notification feature which provides notification when the RFP becomes available for download and all postings associated with the solicitation. Each potential offeror is responsible for checking this website to gain all the updates or amendments to any and all documents. No paper copies of the solicitation will be issued. No telephone, facsimile, or written requests will be accepted. All responsible sources doing business with this office must be registered with the Central Contractor Registration (CCR) and obtain a DUNS number by calling 1-800-333-0505 in order to receive an award from this office. Contractors may access the site at http://www.ccr.gov to register and obtain information about the registration process. In addition, solicitation Representations and Certifications are no longer provided within the solicitation and must be submitted online through the Online Representations and Certifications Application (ORCA). ORCA is a web-based system that centralizes and standardizes the collection, storage, and viewing of the Representations and Certifications required by the Federal Acquisition Regulations. Potential offerors are highly encouraged to complete the online provisions within the Representations and Certifications at their earlier convenience at https://orca.bpn.gov. All responsible, responsive sources may submit an offer which will be considered by the Agency. Questions regarding this solicitation should be address to Roberta H. Smith@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EA133F-12-RP-0019/listing.html)
 
Record
SN02711431-W 20120404/120402234841-3aefea6e4f468da4cf883b786d24cfd0 (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.