SPECIAL NOTICE
B -- COLLECTION AND MEASUREMENTS OF SCATTERING SPECTRA OF FISH AND JELLYFISH
- Notice Date
- 8/5/2008
- Notice Type
- Special Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- WRAD-08-0895-NFFR7000-8-43552
- Response Due
- 8/20/2008
- Archive Date
- 9/4/2008
- Point of Contact
- Maria L Mendoza, Phone: (206)526-6671
- E-Mail Address
-
Maria.L.Mendoza@noaa.gov
- Small Business Set-Aside
- N/A
- Description
- This publication serves as notice of intent to procure services for the Department of Commerce (DOC), National Oceanic & Atmospheric Administration (NOAA), Southwest Fisheries Science Center (SFSC) located in La Jolla, CA on a sole source basis with Moss Landing Marine Laboratories. The government intends to acquire services using FAR Part 13, Simplified Acquisition Procedures. Contractor will provide SWFSC with field collections, observations and measurements of fish and jellyfish for validation of modeled and measured acoustic scattering spectra data and development of algorithms for remotely identifying these organisms. This project involves development of a multiplexed, multi-frequency, down- and side-looking acoustic system, coupled with a single-frequency multi-beam to identify and enumerate coastal pelagic fish species (CPS) and jellyfish close to the sea-surface, and validation of the results with visual, optical, and net-tow observations. Moss Landing Marine Laboratories will provide the validation data using ex situ experimental laboratory measurements, in situ field collections, and in situ observations. The Contractor will travel to SWFSC to perform the ex-situ acoustic target strength (TS) measurements of live tethered CPS and jellyfish at 5 frequencies (18, 38, 70, 120, and 200 kHz) using a specially designed focused array and 10 m deep seawater test tanks at Scripps Institution of Oceanography. The Contractor, with SWFSC personnel assistance, will measure a minimum of four common CPS (anchovy, sardine, mackerel, and Chinook salmon), and two common species of jellyfish (Chrysaora fuscescens and Aurelia labiata) will be measured. The CPS and jellyfish sizes will be representative of the ranges common to the Pacific coast of the U.S. The CPS specimens will be collected by bait fishermen using purse seines, except for Chinook salmon which will be obtained from state and federal hatcheries. The jellyfish will be collected by SCUBA divers immediately before testing. The split-beam transducers will be suspended at the surface of the test tank, with a synchronized digital camera and strobe to record the animal orientations. For jellyfish, a thin monofilament loop will be fed dorso-ventrally through the bell of the animal then attached to a guideline at 5 m beneath the transducer array. The loop will permit the jellyfish to tilt and rotate and thus will allow for varying acoustic returns as would be observed under natural conditions. A calibration sphere affixed to the end of the guideline will hold the line taut and provide a reference against which echoes may be calibrated (Brierley et al. 2004). Data for each animal will be recorded for approximately 20 min using Simrad ER60 software (1 ping s-1). Bell diameter, wet weight and volume of each jellyfish will be measured after completion.The Contractor will contract and schedule a vessel, the MLML R/V John Martin, for conducting small-scale surveys of CPS and jellyfish, for six consecutive days approved by SWFSC during the period between July - Oct. 2008. The Contractor will provide assistance to SWFSC personnel for mounting and installing the multi-frequency sonar system on the vessel. The Contractor will deploy a Nordic rope trawl from the R/V John Martin, towed at the depth corresponding to the acoustic signatures of CPS and jellyfish. The rope trawl will be deployed as described by MacFarlane et al. (2005) who used one to catch Chrysaora fuscescens and salmon. Morphometrics of all CPS and jellyfish collected will be measured as previously described. Additionally, a digital video camera in an underwater housing will be towed at the depths of target scatterers, and SCUBA divers will make visual observations of jellyfish species, sizes, and depths. The contractor will provide: 1. A technician for laboratory measurements of scattering spectra. 2. Fish specimens collected by bait fishermen using purse seines, except for Chinook salmon which will be obtained from state and federal hatcheries. 3. Jellyfish specimens collected by SCUBA divers. 4. Measurements of scattering spectra of live tethered CPS (anchovy, sardine, mackerel, and Chinook salmon) and jellyfish (Chrysaora fuscescens and Aurelia labiata) at 5 frequencies (18, 38, 70, 120, and 200 kHz), using the SWFSC's focused array in SIO's deep tank. 5. Measurements of the size, wet weight and volume of each fish and jellyfish. 6. The vessel, MLML R/V John Martin, for conducting small-scale surveys of CPS and jellyfish, for six consecutive days approved by SWFSC during the period of July - Oct. 2008. 7. Collections of fish and jellyfish made using a Nordic rope trawl from the R/V John Martin, towed at the depth corresponding to the acoustic signatures of CPS and jellyfish. 8. Morphometrics of all CPS and jellyfish collected. 9. Digital video camera and SCUBA diver observations of jellyfish species, sizes and depths. The government intends to negotiate a firm- fixed price contract with a period of performance that will start from date of award and ends Dec 31, 2008. This notice of intent is not a request for competitive proposals. However, all proposals received within 15 days of publication of this synopsis will be considered by the government. All responses must be in writing and may be faxed attention to Maria Mendoza at (206)527-7513or email at maria.l.mendoza@noaa.gov. This is a small purchase action estimated value not to exceed $100,000.00. ****The Western Regional Acquisition Division, requires that all contractors doing business with this Acquisition Office be registered with the Central Contractor Registry (CCR) as of October 1, 2003. After this date, NO award can be made unless the vender is registered in CCR. For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at www.dnb.com/eupdate or by phone at (800) 333-0505. All contractors are also required to complete online Representations and Certifications at HTTP://ORCA.BPN.GOV.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=13183bdd341533650593887d9e4138c6&tab=core&_cview=1)
- Record
- SN01631322-W 20080807/080805221815-13183bdd341533650593887d9e4138c6 (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 |