Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 17, 2011 FBO #3522
SOLICITATION NOTICE

R -- Stranded Sea Turtle Support Services

Notice Date
7/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NFFR5300-11-05218DT
 
Archive Date
7/29/2011
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Stranded Sea Turtle Support Services (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. 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). Submit written quotes on RFQ Number NFFR5300-11-05218DT (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541690. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 Provide all labor and material necessary to enhance the California stranding network's response to live and dead stranded sea turtles as well as assess the health of Pacific leatherback sea turtles through collection and evaluation of samples taken from leather backs and prey (jellyfish) as a biological sensor for coastal marine pollution. (VI) Description of requirements is as follows: Statement of Work NOAA's National Marine Fisheries Service - Southwest Regional Office (SWRO) and Southwest Fisheries Science Center (SWFSC) - has a need to enhance the California stranding network's response to live and dead stranded sea turtles as well as assess the health of Pacific leatherback sea turtles through collection and evaluation of samples taken from leatherbacks and prey (jellyfish) as a biological sensor for coastal marine pollution. This may be accomplished through a collective sharing of information with network partners around the country, including participation in workshops and conferences, field activities to collect samples from leatherbacks and jellyfish, and analysis of samples. Therefore, NMFS needs the services of a veterinarian experienced in assessing the health of leatherbacks, necropsying leatherbacks, and assessment and analysis of contaminants. The veterinarian also needs to be experienced in conducting fieldwork. This contract will cover work services, laboratory fees, travel expenses and time spent at conferences and workshops, and time spent in transit to such meetings and when on standby during periods of field operations (as determined by the chief scientist, based on weather and logistical considerations). Background In January, 2010, NMFS proposed to designate a large area off California and the Pacific Northwest as critical habitat for leatherbacks, citing both prey and passage as important habitat features. Should this proposed designation go forward, federal agencies may need to consider whether their activities may need special management considerations to avoid destruction or adverse modification of critical habitat in the area, including the use of pesticides and other contaminants associated with discharge into the marine environment. Previous health studies in leatherbacks have sampled females on nesting beaches, which offers valuable biological information but may have limited applicability to the population as a whole. The results of a collaborative health study by the SWFSC and UC Davis (Harris et al., 2011) revealed significant differences in hematology, plasma chemistries, and exposure to marine contaminants between foraging and nesting leatherbacks. This study provided the first look at the health of foraging leatherbacks, including males, and produced valuable data for long-term health monitoring and comparative studies of the western Pacific population. There is a need to enhance the current research capabilities to determine whether heavy metals, pesticide residues, marine biotoxins, and marine pathogens that may accumulate in jellyfish, the leatherback's preferred food source, will also bioaccumulate to unhealthy levels in leatherbacks. The first case of domoic acid exposure was recently reported in a leatherback turtle, measured in trace amounts in the urine of a fresh dead adult that stranded in central California (detection limit 5 ppb; Harris et al., 2011). Domoic acid, the agent of amnesic shellfish poisoning in humans, is a potent neurotoxin produced by the diatom Pseudonitzschia sp. that bioaccumulates in invertebrates and fish and causes outbreaks of toxicosis in top predators like seabirds and marine mammals along the California coast. Domoic acid has been well characterized in California sea lions (Zalophus californianus) where the toxin binds to glutamate receptors in the brain resulting in hippocampal atrophy, manifested by acute neurological disease (seizures, ataxia, disorientation, death) and reproductive failure (abortion, premature birth, and stillbirth), and a chronic syndrome of epilepsy and abnormal behavior from sub-lethal toxin exposure. The concentration of domoic acid found in the leatherback turtle falls at the low end of the range of exposures that resulted in acute toxicity in sea lions, but the biological significance of this exposure is not well understood. Sea turtles are acutely sensitive to brevetoxin, another biotoxin produced by the dinoflagellate Karenia brevis off the Florida coast that may have significant implications for immune function in loggerhead sea turtles. This research will investigate whether jellies can bioconcentrate domoic acid in their tissues and transfer it to leatherback turtles. Description of Work and Services Project Goals 1.) To evaluate whether jellyfish can serve as sensors of ocean pollution/ biotoxin production: i.) Measure whole body contaminant burdens (metals, OCs, PBDEs) and domoic acid in C. fuscescens, A. labiata, P. camtschatica, and C. colorata to determine variability in bioaccumulation between species ii.) For a subsample of C. fuscescens, dissect the manubrium (GI tract/ gonads) to assess contaminant exposure in the portion that leatherback turtles preferentially ingest. iii.) Compare findings with sensitive biomonitor species in the region (ie. bivalves) 2.) To determine whether jellyfish can act as bioindicators for the health of leatherback turtles: i.) Measure contaminant burdens (metals, organochlorines, polybrominated compounds) in the blood and fat of leatherback turtles (live foraging, dead stranded, and nesting female) and domoic acid in blood and opportunistically collected urine/ fecal samples ii.) Evaluate the relationship between contaminant/ toxin loads in turtles and in their prey DESCRIPTION OF VETERINARY SERVICES: 1. Live leatherback turtle response and prey collection: a. Design and implement appropriate field sampling and laboratory processing protocols for contaminant testing in leatherback turtles and prey species. Organize and prepare field capture gear and coordinate ordering of supplies as needed. b. Provide veterinary services on standby as part of the core field team during periods of field operations, as determined by the chief scientist based on weather and logistic considerations. c. Conduct biological sampling of leatherback turtles on foraging and nesting grounds for health assessment studies. Collect jellies from a capture boat using a dip net and process according to established protocols. Sampling efforts will target critical leatherback turtle foraging habitat off central California, but may also include foraging leatherbacks from the Atlantic population and nesting females from the Atlantic, eastern Pacific, or western Pacific. d. Analyze data and compile a report summarizing and interpreting findings of leatherback turtle and prey health assessment studies. e. Provide scientific input and veterinary expertise to NOAA regarding issues affecting the health and safety of leatherback turtles in scientific research. f. Participate in trainings/workshops/conferences that relate to the objectives listed above. g. Support travel and accommodations associated with field operations and trainings/workshops/conferences. 2. Dead and live-stranded sea turtle response: a. Respond to stranded leatherback turtles and hard-shelled sea turtles primarily on the west coast of the United States, but also in other regions as needed in collaboration with the SWR and SFWSC. Coordinate carcass recovery and transport when appropriate. b. Conduct gross necropsies of recovered specimens on a case-by-case basis. Coordinate shipment of diagnostic samples to appropriate laboratories, collaborate with pathologists to facilitate microscopic examination of tissues, and coordinate long term storage of tissue samples. c. Collect samples from all dead stranded leatherback turtles for health assessment studies. d. Provide a final necropsy report for all specimens that receive postmortem examinations with interpretation of findings. e. Laboratory fees associated with postmortem diagnostics (ie. histopathology, microbiology, toxicology) in conjunction with necropsy to determine cause of death and address ongoing health research. f. Establish guidelines for stabilization and transport of live stranded sea turtles in California. g. Participate in trainings/workshops/conferences that relate to the objectives listed above. h. Support travel and accommodations associated with stranding response and trainings/conferences/workshops. Minimum experience or background requirements of contractor personnel The contractor must have: (1) Doctor of Veterinary Medicine degree, specializing in wildlife medicine, preferable. (2) Additional graduate degree (masters or PhD) in wildlife disease ecology/ epidemiology/toxicology, preferred. (3) At least five years experience conducting necropsies on leatherbacks and other sea turtles and coordinating complete diagnostic workups. (4) At least five years experience monitoring the health of live captured leatherbacks during in-water capture operations and conducting population level health assessments. Deliverables October 31, 2011: Conduct field work in central California to sample leatherback turtles and jellyfish, and prepare for laboratory analysis. Ongoing: Opportunistically conduct field work to collect additional samples and analyze health of dead and live leatherbacks. Ongoing: Provide necropsy reports for all dead stranded sea turtles that receive postmortem examinations. January 30, 2012: Provide guidelines for stabilization and transport of live stranded sea turtles in California. February 15, 2012: Complete laboratory results. March 15, 2012: Provide a progress report to NMFS on work completed to date and any preliminary analysis. November 30, 2012: Provide a draft written report of results of contaminant analyses of leatherback turtles and their prey, including interpretation and recommendations for future research directions. December 30, 2012: Following comments from NMFS on draft report, provide a final report to NMFS. Non-Personal Service Contract Statement Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor employees will perform independent of and without the supervision of any Government official. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations. The Government will perform the inspection and acceptance of the completed work. (VII) Place of delivery is Protected Resources Div., 501 West Ocean Blvd. Suite 4200, Long Beach, CA 90802-4213. Delivery shall be FOB Destination to Long Beach, CA. (VIII) The period of performance for this contract shall be from date of award through December 30, 2012. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offerors are instructed to provide a capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), and past performance references. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Doris Turner either through email Doris.P.Turner@noaa.gov or faxed at 303-497-7719 no later than Monday, July 25, 2011 at noon mountain time. (X) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Paragraph (a) is hereby completed as follows: 1) Past Performance - quote shall include two references with the reference name, company, phone number and email. Offeror's past performance will be based on experience in this field of work, quality, and timeliness and 2) Price. 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. The government intends to award a firm-fixed price purchase order on an all or none basis. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its quote. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (July 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (XIV) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 address: http://www.acquisition.gov/far/index.html (End of Clause) The following additional terms and conditions apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Effective March 1, 2011) 52.214-34, Submission of Offers in the English Language (Apr 1991) 52.214-35, Submission of Offer in U.S. Currency (Apr 1991) 52.217-8, Option to Extend (Nov 1999) 52.228-5, Insurance - Work on a Government Installation (Jan 1997) Department of Commerce Clauses: 1352.201-70, Contracting Officer's Authority (Apr. 2010). The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. [75 FR 10570, Mar. 8, 2010; 75 FR 14496, Mar. 26, 2010] (XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XVI) Quotes are required to be received in the contracting office no later than 1:00 P.M. MST/MDT on Thursday July 28, 2011. All quotes must be emailed (preferred) or faxed to the attention of Doris Turner. The email address is Doris.p.Turner@noaa.gov and fax number is 303-497-3163. (XII) Any questions regarding this solicitation should be directed to Doris Turner at doris.p.turner@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFR5300-11-05218DT/listing.html)
 
Place of Performance
Address: Protected Resources Division, 501 West ocean Blvd., Suite 4200, Long Beach, California, 90802-4213, United States
Zip Code: 90802-4213
 
Record
SN02499932-W 20110717/110715234722-3af9c6e2ebe3838ebbde78ca209586af (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.