Federal Bid

Last Updated on 19 Jun 2009 at 8 AM
Sources Sought
Location Unknown

SERVICES FOR THE CULTURING, RECOVERY, AND RESEARCH OF THE WHITE ABALONE

Solicitation ID NFFR5300-9-11649_ABALONE
Posted Date 07 May 2009 at 4 PM
Archive Date 19 Jun 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Commerce Noaa
Agency Department Of Commerce
Location United states

FedBizOpps Notice:
Document Type: Sources Sought Notice
Solicitation Number: NFFR5300-9-11649
Posted Date: May 7, 2009
Original Response Date: May 22, 2009

NAICS Code: 541990 -- Professional/Scientific/Technical Services

Description:
This is a Source Sought Synopsis only. The purpose of this synopsis is to obtain capabilities information from all size and types of firms to determine the degree of competition. Information received will be used to make a determination regarding the use of full and open competition or to set aside the procurement. No solicitation exists at this time; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps.

Requirements:
Government has a need to implement the recovery of white abalone, a species listed by the National Marine Fisheries Service as federally endangered under the Endangered Species Act (ESA) in 2001. Contract funds must go to an ESA permitted entity that can maintain white abalone brood stock and captive raised animals in a healthy and safe environment. Crucial elements for recovering endangered white abalone are: (1) developing the best methods for achieving reproduction in a captive setting; (2) ensuring the animals remain disease free in the laboratory and in nature once out-planted; (3) examining the growth and survival of young life stages in a laboratory and natural setting; (4) and initiating restoration of natural populations.

As required by the ESA, a recovery plan, which outlines the actions that must be taken in order to recover the species, was developed and finalized in the fall of 2008. One of the required actions is to establish methods for captively propagating white abalone so that laboratory generated animals may be used to enhance and restore natural populations until they have met particular criteria (e.g., achieving certain densities, size ranges, etc.). This recovery action must be carried out at an ESA permitted facility where staff with expertise in marine invertebrate reproductive biology, pathology and ecology exists.

Description of Work and Services

Task 1. White abalone will be maintained in a healthy and safe environment where their reproductive health and readiness will be monitored and spawning of wild-caught and laboratory-reared white abalone will be conducted.

Task 2. The basic reproductive and endocrinology of white abalone will be studied in order to develop the best methods for spawning them in a captive setting. Techniques for cryopreserving sperm, eggs, and embryos will also be investigated.

Task 3. Methods for producing disease-free animals in a captive setting will be developed and the best methods for reducing susceptibility of captive-reared white abalone to disease will be investigated.

Task 4. The best methods for maximizing larval survival once larvae are out-planted will be developed by investigating: 1) larval survival and behavior in relation to water temperature, salinity and CO2 concentrations within the water column, and 2) larval and juvenile growth and morphological progression in relation to their diet. Travel to Southern California will be required for this task.

Work will be performed under task orders issued from a IDIQ (Indefinite-Delivery Indefinite-Quantity) contract. There will be a base year and two option years.

Interested parties should submit: 1) a brief description of their capability to provide the required items; 2) evidence of experience and past performance (including a contact name and telephone number); 3) intention to submit a proposal as a prime contractor, and; 4) business company size, point of contact and DUNS number. The business size shall include any applicable preference program (i.e., 8(a), HUBZone, Service Disabled Veteran Owned, Small Business, etc.)

For the purposes of this requirement, the NAICS size standard for small business is $7,000,000.00. Said dollar amount is an average of three years of revenue.

Questions concerning this notice shall be emailed to [email protected] Responses shall be submitted via email or facsimile at 206-527-7148 by COB May 22, 2009, Pacific Daylight Time. This notice is for informational and market research purposes only. Failure to submit all information requested may result in an unrestricted acquisition.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 01 Jun 2009 at 4 PM
Long beach California 26 Jul 2016 at 6 PM
Location Unknown 08 May 2015 at 5 PM
Location Unknown 12 Jun 2009 at 1 AM
Location Unknown 18 Jul 2013 at 11 PM

Similar Opportunities