Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOURCES SOUGHT

U -- SOURCES SOUGHT ANNOUNCEMENT TO DETERMINE THE AVAILABILITY OF FIRMS TO ESTABLISH CAPACITY OF LONGLINE AND POLE FLEETS IN THE WESTERN AND CENTRAL PACIFIC OCEAN

Notice Date
4/26/2006
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
 
ZIP Code
98115-6349
 
Solicitation Number
AB133F-06-RP-0125_SS
 
Response Due
5/3/2006
 
Archive Date
5/15/2006
 
Description
The National Oceanic and Atmospheric Administration (NOAA) is conducting a market survey to determine the availability and potential technical capability of small businesses and 8(a) firms to conduct a survey to determine the individual and aggregate capacity of the longline, and pole and line fleets operating in the western and central Pacific Ocean that fish for yellowfin, albacore, skipkack or bigeye tunas and swordfish. The intended procurement will be classified under NAICS code 541990 with a size standard of $6.0 million. Offerors will be expected to compile a list of longline and pole and line vessel fleets in the western and central Pacific. The offeror shall compile available information for the current period (no further back than calendar 2004). This shall include a breakdown by nationality of the number of distant water, foreign-flagged locally based and Pacific Island registered longline and pole and line vessels. The offeror, shall where possible, provide physical characteristics for the large scale longline fleets (large scale being over >24 meters) and for those fleets composed of vessels below 24m, a vessel classification system shall be provided along with the number of vessels in each vessel class. The relevant physical information shall be provided on vessels typical for each class of vessel identified. At a minimum all vessels over 15 meters shall be included. Physical parameters (e.g., length overall, hold size, gross register tons, horse power) of the vessels in each fleet or class should be provided to the degree possible. Ideally this would be standardized or convertible metrics. The offeror shall, where possible, also compile information on physical measures that can be used as proxies for standard capacity measures B such, but not limited to, vessel hold dimensions, vessel dimensions such as gross registered tons or length (overall) and or horsepower. Provide vessel crew size where possible. In the case of long line fleets previous estimates of global longline fishing capacity rely heavily on (a) various lists, many which are of dubious quality, (b) previous studies, many of which rely on other studies of unknown quality or the same dubious lists. To avoid perpetrating inaccuracies, the offeror shall critically scrutinize those lists, use industry contacts, make site visits, and ground truth the information received. The offeror shall assemble available information from all relevant WCPFC national registries (members and cooperating non-members), and well as those from multilateral organizations such as FFA and IATTC that are in the public domain, or to which NMFS can obtain permission to summarize. The offeror shall assemble available information from the WCPFC record of authorized vessels. The offeror shall assemble available information on longline and pole and line participation in the western and central Pacific from the data holdings of the Oceanic Fisheries Program of the Pacific Community for the most current complete data available. The offeror shall document to the degree possible longline fleets that have periodically fished in the WCPFC area (within the last 10 years)? including those relevant fleets from Asian Nations including Indonesia, Philippines and Vietnam. The offeror shall identify key gaps in the available information and give the considerations involved in obtaining more detailed/quantitative/technical estimates of characteristics that affect longline and pole and line capacity. For example the offeror shall, but would not be limited to, an analysis of the costs and practicality (and benefits) of obtaining more precise (quantitative) estimates of WCPO longline and pole and line capacity. NOAA intends to negotiate a firm fixed price contract for the work described above. Firms that feel they can provide the tasks as addressed above should provide a capability statement to Contract Specialist, Stephanie Kyles by email at Stephanie.m.kyles@noaa.gov no later than 2:00 PM (Hawaii Time) May 3, 2006. Please include the following information in the capability statement: name of prior contract(s) completed of this nature, organization the contract was completed for, dates of the contract period of performance, a contact name and phone number for the organization, and the approximate dollar value of the contract. Offerors shall also include a description of significant collaboration and subcontracting that will be required to provide a technically acceptable finished product. Offerors shall also state what type of company they represent (i.e. small business, large business, foreign entity, not for profit, etc.) Please be sure to include a DUNS # and CCR Cage code # for your organization. All questions regarding this announcement should be addressed to the Contract Specialist at 808-944-2228.
 
Record
SN01035420-W 20060428/060426220525 (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.