Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2007 FBO #1990
SOURCES SOUGHT

B -- Passive acoustic monitoring of killer whales and other cetaceans

Notice Date
5/7/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AB133F-07-RP-0097
 
Response Due
5/11/2007
 
Archive Date
5/26/2007
 
Description
NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. The information provided in response to this notice will assist the Government in determining the extent of the small business and socio-economic market for the type of work described herein. The intent of the announcement is to identify sources that are qualified business concerns capable of utilizing acoustic listening devices to monitor the locations of killer whales, particularly those of the southern resident population, in areas outside of Puget Sound during the winter and spring seasons. The vendor shall provide acoustic recording devices capable of recording killer whale (and other cetacean) vocalizations, and ambient noise. The data collected must be of sufficient quality to allow for the identification of sounds to species for all cetaceans and killer whales, to the acoustic clans described by Ford [1987]. At a minimum, data shall be collected and stored between 1 December and 1 June of each year. The acoustic data shall either be collected and stored continuously, or the recorders shall be equipped with hardware and/or software capable of identifying, storing, and recording cetacean sounds with at least a 95% probability of recording each cetacean call that actually occurred. The vendor shall be responsible for deploying and recovering the recording devices using a mooring/release system that allows recovery of any anchors. All moorings will be deployed at sites on the continental shelf between Cape Flattery and central California as determined in consultation with the Northwest Fisheries Science Center (NWFSC). Bi-monthly project progress reports shall be provided to the NWFSC. All acoustic data shall be provided to the NWFSC in a readily accessible format such that the data can be analyzed by commercially available acoustic analysis software. It is anticipated that a firm-fixed price contract for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division (WRAD) will be awarded. The North American Industry Classification Code (NAICS) is 541710 with a size standard of 500 employees. All vendors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. All interested parties must respond to this announcement by May 11, 2007. Documentation to support the vendor?s capability must be in writing and include the vendor?s name, address, point of contact, telephone number, DUNS Number, CCR Cage Number, business type and size, i.e., small, large, non-profit, educational, etc.; and a brief narrative regarding its capability to provide the services as described above. Any response that does not include this information will not be considered. The Government will review each response to determine if the vendor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 1:00 PM local Seattle time (PDT), May 11, 2007. Email Address: Loren.Frei@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Place of Performance
Address: See Requirements for Location
Zip Code: 98115
Country: UNITED STATES
 
Record
SN01288691-W 20070509/070507220226 (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.