Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2008 FBO #2439
SOLICITATION NOTICE

B -- STUDY COMPARISON IN FLOUNDER TRAWL GEAR

Notice Date
7/29/2008
 
Notice Type
Presolicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510
 
ZIP Code
23510
 
Solicitation Number
EA133F-08-RQ-0877
 
Response Due
8/14/2008 4:30:00 PM
 
Archive Date
8/29/2008
 
Point of Contact
Teresa L. Watson,, Phone: 757-441-6528, Marion L. Veber,, Phone: 757-441-6647
 
E-Mail Address
teresa.l.watson@noaa.gov, marion.veber@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
The Eastern Region Acquisition Division (ERAD) of the National Oceanic and Atmospheric Administration (NOAA) in Norfolk, VA is soliciting quotes, on behalf of the Protected Species Branch of the Northeast Fisheries Science Center (NEFSC) of the National Marine Fisheries Service (NMFS) in Woods Hole, MA, for a study requirement that compares a NMFS certified Turtle Excluder Device (TED) with a leatherback opening to an identical net without a TED or opening in the summer flounder trawl gear. The purpose of the study is to evaluate the performance of a TED in the summer flounder fishery. The North American Industry Classification System (NAICS) code for the unrestricted acquisition is 541690. The small business size standard is $6.5M. NMFS will supply the TEDs used in the study. The Contractor shall be required as follows: To contract and coordinate the charter of a minimum of two commercial fishing vessels for this work; The fishing vessels must supply a flounder trawl that is representative of flounder trawls used in the summer flounder trawl fishery; To ensure that the vessel crew repairs damaged experimental gear prior to setting the gear and fishes the gear in a manner that will not result in bias in the results; To provide trained Scientific Data Collectors to work on the chartered commercial vessels to collect catch and haul data on approximately 80 tows (40 paired tows) of the trawl gear; To collect and record data on incidentally captured marine mammals and sea turtles and characterize how interactions occur and to assess the condition upon capture and release; To collect and record data on catch rates and representative length-frequency data on catches from the two trawl types and to ensure that this data is separated so that the catch and length frequency data for the different treatments and pairs can be compared; To collect catch information on other incidental bycatch species encountered during the study and; To ensure that the data collectors have completed a USCG or NMFS approved safety course. The period of performance will be August 29, 2008 through November 30, 2009 with an option item period that begins October 1, 2009 through November 30, 2010. The solicitation and proposed fixed price contract will be issued utilizing the test procedures identified in FAR Subpart 13.5, Test Program For Certain Commercial Items and will be evaluated on a best value basis wherein the following technical factors 1 - 5, when combined, are significantly more important than price: (1) Explanation and adequacy of the methodology (including vessel adequacy) to be employed as identified in Section 3 of the Statement of Work, (2) Experience of data collectors used to collect catch data and to handle protected species (3) Evidence of peer reviewed publications, (4) Experience of vessel crew at repairing damaged gear, and (5) Adequacy of safety, protected species handling and data collection training. All responsible sources may submit a quote that shall be considered by the agency. To be eligible for award, vendors must be registered with the Central Contractor Registration (CCR): www.ccr.gov and obtain a DUNS number by calling 1-800-333-0505. Prospective contractors are also required to complete electronic annual representations and certifications at http://orca.bpn.gov in conjunction with the required CCR registration. A copy of the solicitation will be attached to this announcement as a downloadable Word file on or about July 31, 2008. Quotes will be due on or about August 14, 2008. A hard copy of the solicitation will be provided in response to a written or faxed request received directly from the requestor. Telephone requests for hard copies will not be honored. Requests for hard copies of the solicitation may be faxed to (757) 664-3656. Quotes will be accepted electronically at the following email address: Teresa.L.Watson @noaa.gov and via facsimile at (757) 664-3656.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=51415060d4c200e72cb97a6b4cb1ba1b&tab=core&_cview=1)
 
Place of Performance
Address: 166 Water Street, Woods Hole, Massachusetts, 02543, United States
Zip Code: 02543
 
Record
SN01625308-W 20080731/080729223425-51415060d4c200e72cb97a6b4cb1ba1b (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.