Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 26, 2006 FBO #1612
SOURCES SOUGHT

99 -- Field Sampling

Notice Date
4/24/2006
 
Notice Type
Sources Sought
 
NAICS
114119 — Other Marine Fishing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN7600-6-00060SLW
 
Response Due
5/15/2006
 
Archive Date
5/15/2006
 
Small Business Set-Aside
Total Small Business
 
Description
The Department Of Commerce intends to award a sole source purchase order, base period and one option year to Michael Kandrashoff to act as project field manager in a study of the prevalence of fish with abnormalities in the St. Lucie estuarine system and nearby reference sites. Mr Kandrashoff is familiar with the St. Lucie estuarine system project. Mr. Kandrashoff has helped NOAA develop a detailed list of the types of externally visible abnormalities that occur in fish in South Florida. He also helped NOAA develop a categorization scheme for these abnormalities that has been applied within the NMFS. He is thoroughly acquainted with the codes and categorization schemes used to record fish species and the various types of abnormalities used by NOAA in this project. He is familiar with the fish species of this area, their scientific names, their habits and habitats as related to their capture, and the various abnormalities that occur in the fish of this area. He is well versed in the literature on abnormalities in fish and fish as indicators of environmental quality. He has been trained to collect and preserve skin, fin, and liver tissues for histopathological analyses. Analysis of the database to date has shown distinct relationships between abnormalities and potential sources of variation, including especially species but also year, season, and area. The strong statistical relationships evident in the data attest to the quality of field screening and recording of data. This service is to continue the biological sampling component of a multi-year NOAA project being conducted with funding through the State of Florida in the St. Lucie Issue Team Initiative. Because of the nature of this requirement, it is important to the success of this multi-year project that collection of data be continued without interruption. Missing data points affect the quality of the analysis. Further, it is also important that there remains some consistency among the observers screening the fish to ensure that discrimination is consistent. The data could be seriously compromised if consistency in technique is compromised. Project objectives are to (1) quantify the most obvious sources of variation in the prevalence of abnormal fish (taxonomic, temporal, spatial, and type of abnormality), (2) standardize an index of prevalence for sources of variation that might confound the ability to discern trends, (3) determine trends over time, (4) compare the St. Lucie estuarine system to nearby reference areas, (5) characterize the abnormalities miscroscopically, (6) examine the relationship of prevalence to potential causal factors, and (7) develop performance measures for use in evaluating biological effects of regional and local restoration projects. The major objective of the field component of the St. Lucie project is to sample the fish of the St. Lucie estuarine system and a reference site to extend a multi-year database and facilitate statistical analyses. A second objective is to acquire tissue samples to allow microscopic analysis of the abnormalities. The Government requires the services of a project field manager and principal sampler to perform the following: 1) sample fish with rod and reel (and other gear, as required) one full day (8 hrs per day in each of three general areas: the outer St. Lucie estuary, the inner St. Lucie estuary (upstream from Hell?s Gate), and Jupiter Inlet), for a total of 3 sampling days per week. The contractor shall screen the fish for externally visible abnormalities and record the following information for each fish caught: date, station, salinity, temperature, wind observations, observed dredging activity, species, length, number of abnormalities of each type :2) The contractor shall assign to each abnormal fish a unique identifier in the form of a code that indicates capture date, capture location (station), species, and number. Fish should be numbered as they are caught. The contractor shall enter the data from each sampling trip into a database (Quattro Pro), with a separate data file for each month and main region (i.e., outer St. Lucie, inner St. Lucie, Jupiter Inlet), and provide the three data files to NOAA/NMFS each month.3) The contractor shall manage and coordinate a volunteer reporting program with charter-boat guides and recreational fishers. The contractor shall show the volunteers how to screen fish for externally visible abnormalities, how to recognize the 17 major categories of abnormalities seen in the St. Lucie system, how to record the data in the field, and how to enter the data in a database. Where necessary, the contractor shall provide the data entry. These data shall be maintained separately from the data acquired directly by the contractor to avoid loss of reliability in the contractor?s data. Data obtained from each volunteer shall be identified with the name of the volunteer in each record. The contractor shall maintain regular contact with the volunteers to ensure consistency and timely acquisition of data; 4)The contractor shall provide the motorized boat, fuel, bait, gear, and ice required for sampling; 5) The contractor shall provide a freezer and maintain special samples in the freezer as required by the COTR. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 10 calendar days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a proposal, which shall be considered by the agency. Interested firms shall include, in writing, the company name, address, point of contact, telephone number, and business size; a statement regarding their capabilities and qualifications, and any additional supporting literature that demonstrates their knowledge of and experience in performing the type of service described herein. Submissions received in response to this notice shall be evaluated based on the technical ability and demonstrated past experience to meet the requirements described in the description section above. Interested firms should submit the required information to Sharon Walker. Fax to 816-274-6983 Vendor must provide a DUNS number (http://www.dnb.com/us/ ) and register with the Central Contractors Registration (http://www.ccr.gov/ ) to further qualify for this contract. Include DUNS number on written quote. As specified in FAR 5.101 (a) (2) All interested firms may submit a response, which, if received by the time specified above, will be considered by the agency.
 
Record
SN01033718-W 20060426/060424220232 (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.