Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2010 FBO #3116
SOLICITATION NOTICE

B -- Scientific Scoping Survey of Sea Turtles in Solomon Islands - RFQ Form

Notice Date
6/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813312 — Environment, Conservation and Wildlife Organizations
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
WAD-10-0498
 
Archive Date
6/20/2010
 
Point of Contact
Denise Rogers, Phone: (808) 944-2208
 
E-Mail Address
denise.rogers@noaa.gov
(denise.rogers@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ form to be submitted with vendor proposal COMBINED SYNOPSIS/SOLICITATION Scientific Scoping Survey of Sea Turtles in Solomon Islands (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. (IV) The associated NAICS code is 813312. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Line Item 1: SCIENTIFIC SCOPING SURVEY OF SEA TURTLES IN SOLOMON ISLANDS (VI) Description of requirements is as follows: STATEMENT OF WORK Contract Scope and Background The National Marine Fisheries Service (NMFS) of the National Oceanographic and Atmospheric Administration (NOAA) is jointly responsible for the management, protection and recovery of marine turtle populations as mandated by the Endangered Species Act (ESA). There are five ESA listed sea turtle species. Of these, the leatherback turtle (Dermochelys coriacea) is endangered throughout its global range with populations facing high probability of extinction due to environmental and demographic stochasticity as a result of fisheries interactions, direct harvest (of turtles and eggs/nests), predation, and habitat degradation (Eckert 1996; Spotila et al. 1996; Dutton et al. 2007; Bellagio II proceedings 2007). Based on published estimates of nesting female abundance, leatherback populations are declining at all major Pacific basin nesting beaches (Spotila et al., 1996; NMF and USFWS, 1998c; Dutton et al., 2007). As a result, NMFS Pacific Islands Regional Office (PIRO) is interested in gaining greater understanding of locally-based threats and impacts, and investigating options for expanding conservation and recovery efforts for population occurring in the western Pacific region. Currently, the western Pacific harbors some of the last remaining nesting aggregations of significant size occurring in Papua Indonesia, Papua New Guinea (PNG), Solomon Islands and Vanuatu with approximately 2700-4500 breeding females occurring in this metapopulation (Dutton et al. 2007). Therefore long-term monitoring and protect at key index sites in these four countries is crucial for population recovery and for understanding demographics, status, and trends for the development of appropriate management policies. To date, NMFS is actively invested in conservation and research programs occurring in Papua Indonesia, PNG and Vanuatu. Although some research (genetic, satellite telemetry and aerial surveys) has occurred in the Solomon Islands, comparatively little conservation investment has been made by NMFS in this country. Based on the findings of a working group convened in 2005 by the Western Pacific Regional Fishery Management Council (Kinan 2005; Dutton et al. 2007) and the second Bellagio workshop convened in Malaysia (Bellagio II proceedings 2007), the Solomon Islands are now understood to be more important than previously thought with the size of the nesting population thought to be on the order of hundreds, rather than tens of females (Dutton et al. 2007). There are opportunities to immediately enact conservation measures through community-based initiatives on the nesting beaches to dramatically increase hatchling production and reduce adult mortality before these populations collapse (Hitipeuw et al. 2007; Pilcher 2009). This is a priority that has been highlighted in two action plans for leatherbacks in the Pacific (Worldfish Center 2004 and Bellagio II proceedings 2007), as well as in other regional agreements such as the Indian Ocean and Southeast Asia Memorandum of Understanding, and the Tri-National Agreement signed in September 2006 between Indonesia, PNG, and Solomon Islands to coordinate conservation of leatherbacks. Contract Objectives The objective of this contract is to secure a qualified contractor with expertise in the implementation of leatherback research and conservation projects to travel to the Solomon Islands to meet with local communities or existing projects to: 1) assess and understand current activities (research and/or conservation) of existing projects; 2) gain an understanding if NMFS would be welcomed or invited to collaborate with existing projects to support or bolster conservation benefits; and 3) if existing projects do not currently exist, assess the potential of establishing community-based conservation activities or project. Specifically, contractor should be able to: • In a culturally appropriate and respectful manner, assess any research or conservation methodology being utilized by any existing projects; • In a culturally appropriate and respectful manner, assess any locally-based population threats or impacts, including the community-based socio-economic relevance of these threats; • Of any existing projects, assess if the project or community is interested in greater coordination or collaboration (either via financial or technical capacity) with NMFS; • Assess if any interested communities or projects have effective project management oversight capacity, including fiscal accountability, if NMFS were to engage with such projects; and • Assess the potential for success for either project implementation or collaboration by NMFS, including relative project costs or specific technical needs to progress conservation benefits to the species within the relevant community-based socio-economic structure. Performance-based Contractor Tasks and Duties Contractor duties will include: • Establish contact with any existing projects or community leaders in the Solomon Islands prior to embarking on a site visit. • Coordinate travel logistics for a site visit to the Solomon Islands to visit with at least four communities including, but not necessary limited to: Sasakolo and Litogarhira of Isabel Island, and Rendova and Tetepare in the Western Province. • Coordinate the site visit ideally during peak nesting period: November 2010 to March 2011. • Write a trip/contract report detailing the activities, objectives and recommendations based on the site visit. Contractor Requirements Applicant should have proven experience working with communities in the Western Pacific Region, and the ability to work well independently and cooperatively with a range of individuals and agencies representing different cultures and perspectives. Ideal candidate should have proven program development and implementation expertise, specifically of leatherback turtle research and conservation programs. Candidate should have proven expertise in sea turtle biology, their threats, and management issues, and proven ability to implement and oversee marine turtle monitoring and research activities/programs. The contractor will provide own computer and computer services. Contract will include the costs of travel to the Solomon Islands and within country transportation, including per diem and accommodations. Contractor should provide an estimate of expected travel costs in their proposal. Deliverables Costs payable upon receipt of two invoices: 1) A summary report of proposed travel and site visit logistics submitted to NMFS Pacific Islands Regional Office (PIRO) (October 2010) 2) Contract final report submitted to PIRO detailing the activities, achievements and objectives of the site visit to the Solomon Islands. Report should include expert recommendations, personal and professional observations, photos, community or projects contacts, and recommendations as outlined in the objectives of this contract to NMFS PIRO upon conclusion of the site visit. Report should include advice on future conservation and management activities necessary to progress recovery of leatherback turtles occurring in the Solomon Islands. (March 2011) Period of Performance The period of performance for this project is 6 months, from approximately October 1, 2010 through March 30, 2011. Government Furnished Property and Security There will be no government furnished property associated with this contract. Contractor will provide own computer and computer services. The full extent of this contract will occur in the Solomon Islands and therefore there are no provisions for U.S. government identification, clearance, or escort services required. The C&A requirements of clause 73 do not apply, and a Security Accreditation Package is not required. (VII) Place of Delivery is 1601 Kapiolani Blvd, Suite 1110, Honolulu, HI. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to complete and return the attached Standard Form 18. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Technical Capability: Must meet all specifications as stated in (VI) above. 2) Price: Quote must state price in U.S. Dollars. 3) Delivery: Quote must include delivery schedule 4) Warranty: Quote must state warranty, if applicable. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government on an all or none basis. This will be a firm fixed-price purchase order, with payment terms of Net 30. (X) The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Mar 2009), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: (8)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (18) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (19) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998). (31)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009). (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of provision) 52.252-2 Clauses Incorporated By Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/far/index.html (End of clause) The following additional terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.211-6 Brand Name or Equal (Aug 1999) Department of Commerce Clauses: 1352.215-72 Inquiries (APR 2010) Offerors must submit all questions concerning this solicitation in writing to denise.rogers@noaa.gov. Questions should be received no later than 5:00 P.M. PDT, June 16, 2010. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. HST on June 19, 2010. All quotes must be faxed or emailed to the attention of Denise Rogers. The fax number is (808) 973-2941 and email address is denise.rogers@noaa.gov. Submission of proposals and quotes by email is preferred. (XVI) Any questions regarding this solicitation should be directed to Denise Rogers, Purchasing Agent, denise.rogers@noaa.gov, (808) 944-2208.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/WAD-10-0498/listing.html)
 
Place of Performance
Address: 1601 Kapiolani Blvd., Honolulu, Hawaii, 96814, United States
Zip Code: 96814
 
Record
SN02168951-W 20100606/100604235006-797ad478b8780cf2b4b59e3899a9be7d (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.