SOLICITATION NOTICE
B -- investigation of the impact of sonar transmission on fisheries and habitat in the U.S. Navy's USWTR
- Notice Date
- 5/18/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024406TA001
- Response Due
- 5/30/2006
- Archive Date
- 6/29/2006
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 ?Required Central Contractor Registration? applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. FISC San Diego is announcing its intent to issue a directed sole source procurement to Duke University under authority of FAR 6.302-1. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244-06-T-A001 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-09 (4/19/06) and DFAR Change Notices effective through 4/12/06. The standard industrial code is 8221 (NAICS 611310) and the business size standard is $6.5 million. The agency need is for development of the SEAMAP data archive. This requirement is for a fixed priced contract. The statement of work is as follows: The contractor will provide technical support to the Oceanography Department, Naval Postgraduate School, Monterey, CA by continued development of a digital geo-referenced data archive known as Spatial Ecological Analysis of Megavertebrate Animal Populations (SEAMAP). SEAMAP is the world?s largest public archive of marine mammal, seabird and sea turtle observations. Development tasks include acquisition of additional data sets and addressing predictive marine mammal habitat needs of the Navy. This work will require cooperation with Oceanography Department faculty and staff. The contractor shall have proven experience and expertise in marine mammal! behavior and distribution as well as geographic information systems a nalysis. Demonstrated competence in spatial and statistical analysis of environmental patterns and biological processes is also required. This expertise and competence should be demonstrated through publication of results in peer-reviewed journals, supervision of graduate theses, and teaching of graduate level classes in the subject areas of marine mammals and geospatial analysis. PhDs. in Marine Biology and Environmental Sciences or related areas are required of project directors. Distinguished academic credentials are essential so that results and methods will be accepted and recognized by non-DoD governmental organizations (NMFS, Marine Mammal Commission) as well as by academic (including the NAS/NAE) and non-governmental organizations as ?state-of-the-art? and best engineering practice. The contractor shall complete the following tasks in support of the CNO N45 NPS Marine Mammals program. An approximate timeline is provided. Incorporate new marine mammal survey data sets from the U.S. Exclusive Economic Zone. Quarterly quality assurance and quality check will be made of all data holdings. On January 1, 2007, an update of database holdings will be published. Extend geographic coverage to ocean areas outside the U.S. Exclusive Economic Zone. Large data sets have been identified in Europe and Southeastern Asia and the individuals and organizations that hold these data will be approached and access to their data will be negotiated. These requests will be made on or before September 1, 2006. Data acquired will be identified on January 1, 2007. Incorporate novel data types. To date, most data has consisted of line transect survey data sets. The types of data will be expanded to include (a) acoustic locations of marine animals, (b) observations of stranded marine mammals, and (c) marine mammal photo-identification data sets. These kinds of data will be identified and requested during fall 2006. The prototype for stranding data structure will be completed December 1, 2006, for photo-identification on January 1, 2007, and for acoustic data structure on February 1, 2007. Promote acceptance within the scientific and technical communities of SEAMAP. SEAMAP represents a radical new approach for the marine biology community and acceptance will require the demonstration of the new technology at scientific conferences and workshops. Improve portal functionality. Interfaces for users, data providers, and other portals will be enhanced. SEAMAP has been developed using open-source software and open standards for data exchange and accommodates most common commercial clients (Microsoft Excel, ESRI ArcGIS). These interfaces will be expanded to meet latest technology standards while promoting interoperability within the eco-informatics community. The contractor agrees to the following deliverable dates: An update of data holdings for the U.S. Exclusive Economic Zone, January 1, 2007. A listing of data sets acquired for international waters, January 1, 2007. Documentation of data structure for novel data types, February 1, 2007. A copy of any technical reports or manuscripts submitted to scientific journals that derive from the performance of this contract, May 31, 2007. Work will be accomplished at contractor?s site. Travel will be required in order to attend professional workshops or meetings as well as to acquire data. Funding for the required travel has been included in the contractor?s budget. Unclassified. Security clearance is not required. The provision at FAR 52.212-1, Instructions to Offerors ? Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions ? Commercial Items applies. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications ? Commercial Items. The government intends to make a single award. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company let terhead, formal quote form, etc.) but must include the following information: 1) Company?s complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company?s CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 5-30-06, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212.
- Web Link
-
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
- Record
- SN01053267-W 20060520/060519134843 (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 |