Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2008 FBO #2424
SOURCES SOUGHT

R -- CONDUCT AN ASSESSMENT OF SUBSISTENCE FISHERMEN IN PUERTO RICO

Notice Date
7/14/2008
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
 
ZIP Code
64106
 
Solicitation Number
NFFN7600-8-41834SLW
 
Response Due
7/24/2008
 
Archive Date
7/25/2008
 
Point of Contact
Sharon L. Walker, Phone: (816)426-7470
 
E-Mail Address
sharon.walker@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
The NMFS intends to award a sole source purchase order to the Caribbean Fishery Management Council CFMC) (base period plus 4 options years) to coordinate the work required by the SEFSC to conduct an assessment of subsistence fishermen in Puerto Rico. The CFMC is uniquely qualified to coordinate the work required by the SEFSC to conduct this assessment, particularly considering that local fishery agencies are members of the Council. The government knows of no other organization that exists which is capable of carrying out the necessary work and have the ability to mobilize the required coordinated effort such as, subsistence fishers, fishing organizations, and territorial fishery management scientists and officials in the performance of this project. If this project went to a competitive bid, it is unlikely that any other investigator could provide an equivalent combination of academic and practical experience. Moreover, it is likely that there would be a substantial increase in the cost of the project and potential delays in the implementation of the project. The Magnuson-Stevens Act (MSA), particularly National Standard 8, (NS 8), National Environmental Protection Act (NEPA), and Executive Order (EO) 12898 (Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations) require that social impact analyses be conducted when federal agencies propose new regulations. Due to the lack of manpower to conduct a full-blown fishermen assessment, the Southeast Fisheries Science Center (SEFSC) is seeking support to collect socio-economic data to assist in the preparation of fishery management plans and amendments in the U.S. Caribbean. While earlier censuses of Puerto Rican subsistence fishermen are available, these censuses are now outdated and are inadequate to meet the new legal definitions and requirements put forth by MSA, NEPA, and EO 12898. Because of the specific nature of these legal mandates, there is an urgent need to conduct new research consistent with these new definitions and guidelines. Assessments of social impacts on fishing communities cannot be conducted with confidence without the ability to identify the current participants. The objective of the proposed work is to conduct an assessment of subsistence fishermen in the Commonwealth of Puerto Rico to: a) assess the economic contribution of the fishing to the overall Puerto Rican economy and b) investigate the economic impacts of fishery regulations on coastal communities. DESC: The proposed project will have the following components: The scope of the proposed work will consist of three sequential tasks: 1) development of survey instrument, 2) surveying, and 3) data entry, statistical summary and report writing. Task 1. Development of survey instrument The objective of this task is to develop a short, concise survey instrument that collects the same information collected in earlier census. The survey instrument will update the historical, baseline information which may include a few additional questions to capture new developments in the fishery. A short report will be produced at the end of this task. The paper will discuss the rationale for the proposed survey questions and sampling strategy. The grantee shall work in close cooperation with SEFSC staff in development of the survey instrument and sampling strategy. Task 2. Fieldwork. After revising the survey instrument and sampling design based on the contractor's recommendations, NMFS staff will approve the final version of the questionnaire and sampling strategy. At this point the fieldwork will commence. It is essential that contractors' document the non-response rate for the research and identify why people refuse or do not participate in the study. The timing of the data collection will be determined by the contractor in consultation with NMFS staff. Task 3. Estimation of impacts and documentation The final task of the project will include the following subtasks: 1) Database design, data entry and quality control. The contractor will develop a database structure in EXCEL, dBase or other similar software that is available to NMFS researchers. Also, the contractor will develop a code book to define variables in the database. To assist with quality control, the contractor will provide simple summary statistics for all variables, including mean, min, max, number of missing observations and frequency distribution. The summary statistics requirement is intended for data quality purposes only to insure that a clean database is developed. 2) Report writing and production. Contractors will prepare a draft and final report. The draft report will be complete, and it is intended that the final report will require only minor changes in response to reviewer comments. This report will summarized all work performed for the contract, including research design and methodology, pre-testing of the questionnaire, fieldwork, development of the database, and quality control of the data. The final report should also discuss the lessons learned and offer recommendations to improve the various aspects and components of the overall data collection as a means for improving future data collection projects. Close communication between the contractor and NMFS staff is expected over the course of the project to ensure a high quality and timely product. The anticipated performance period is date of award through May 31, 2009 plus 4 option years. The same service performed in the base period will be the same for the option years. 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 13.106-1(b)(1). 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 fifteen 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. 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 persons should identify their interest and capabilities to respond to the requirement or submit proposals. All those interested should submit, 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 each item listed in the description section no later than 3 PM on July 24, 2008. Information may be mailed or faxed to: Sharon Walker 816-274-6983 or Sharon.walker@noaa.gov 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e1d07a1c30d7605d89839fc662adb2c8&tab=core&_cview=1)
 
Record
SN01613246-W 20080716/080714222212-e1d07a1c30d7605d89839fc662adb2c8 (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.