Federal Bid

Last Updated on 28 Aug 2010 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Observe and collect distribution and abundance data on all cetacean species encountered on NOAA Cruise

Solicitation ID PIFSC-10-040
Posted Date 06 Aug 2010 at 4 AM
Archive Date 28 Aug 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location United states
The U.S. Department of Commerce (DOC), National Oceanic Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Pacific Islands Fisheries Science Center, located in Honolulu, HI. is responsible for the preparation of assessment reports for each stock of marine mammal that occurs in waters under U.S. jurisdiction. The 1994 amendments to the Marine Mammal Protection Act require that each stock assessment report contain several items, including (1) a description of the stock, including its geographic range; (2) a minimum population estimate, a maximum net productivity rate, and a description of current population trend; (3) an estimate of human-caused mortality and serious injury of the stock and, for a strategic stock, other factors that may be causing a decline or impeding the recovery of the stock, including effects on marine mammal habitat and prey; (4) a description of commercial fisheries that interact with the stock, including the estimated level of incidental mortality and serious injury of the stock by each fishery on an annual basis; (5) a statement categorizing the stock as strategic or not; and (6) an estimate of the potential biological removal (PBR) for the stock. The methods by which the information for numbers 1 and 2 above is obtained involve conducting shipboard and small boat surveys, photo-identification and biopsy sampling. In September and October 2010, the pacific Islands Fisheries Science Center will be undertaking a large-scale ship survey of the U.S. EEZ of the Hawaiian Islands in order to update population abundance estimates for Hawaiian cetaceans. As such, NOAA seeks a contractor that will Contractor will observe and collect distribution and abundance data on all cetacean species encountered. As a Marine Mammal Observer, the Contractor will fulfill the following requirements: Must be medically cleared to sail aboard NOAA vessels per NMAO requirements; Must be in Honolulu on August 30 to meet and board NOAA R/V Oscar Elton Sette; Stand watch on the flying bridge with two other observers for 2 hour shifts, rotating with another team of three observers; Use 25x150 big eye binoculars to scan for marine mammals; Communicate with the Chief Scientist about sightings of cetacean groups of interest; Communicate or designate another observer to communicate requests to the ship's crew for changes in direction and speed of the ship; On-site cetacean species identity verification; Troubleshoot any problems with WinCruz software and computer; Collect biopsy samples using a crossbow from the bow of the ship or small boat; Collect photo-identification data for species confirmation; Deploy satellite tags on cetaceans from a small boat. The anticipated performance period is date of award through December 30, 2010. To be considered, firms must furnish detailed information concerning their capability to provide service. Such information shall include, at a minimum, name, telephone number and address of concerns for which you have furnished this service previously. Information should provide sufficient detail that demonstrates the firm's knowledge and ability to perform the requirement. This support service is being procured under the guidelines of FAR Part 12, Commercial Items Procedures as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This is a simplified acquisition estimated value not to exceed $100,000.00. Interested parties can obtain a copy of the Request for Quotation from this site. Faxed requests can be sent to 808-983-2900, Attn: Bonnie Oshiro. Submissions received in response to this notice shall be evaluated based on demonstrated technical ability to successfully provide the required services as stated herein. Interested parties must respond within (10) days after publication of this notice. Faxed responses/questions can be sent to 808-983-2900, Attn: Bonnie Oshiro or emailed at [email protected]. A determination by the Government not to compete this proposed acquisition based upon the response to this notice is solely within the discretion of the Government. The North American Industry Classification System code for this action is 541712; Business size standard is 500 employees. The Western Region Administrative Division (WRAD) requires that all contractors doing business with the Acquisition Office must 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 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 now requires all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors should go on-line at www.bpn.gov. Award will not be made to any contractor that is not registered in CCR and BPN.


ALL QUESTIONS MUST SUBMITTED IN WRITING

Bid Protests Not Available

Similar Opportunities

Crawfordville Florida 16 Jul 2025 at 3 PM
South carolina 19 May 2029 at 3 PM
Yellowstone national park Wyoming 14 Jul 2025 at 4 PM