SOLICITATION NOTICE
B -- Technical Services to use satellite telemetry to assess odontocete responses to sonar exposure at the Atlantic Test and Evaluation Center (AUTEC) in the Bahamas - RFQ FORM SF-18
- Notice Date
- 8/11/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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
- RA133F-11-RQ-1122
- Archive Date
- 8/19/2011
- Point of Contact
- DianaRomero, Phone: 303-497-3761
- E-Mail Address
-
diana.romero@noaa.gov
(diana.romero@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ FORM SF-18 COMBINED SYNOPSIS/SOLICITATION Technical Services to use satellite telemetry to assess odontocete responses to sonar exposure at the Atlantic Test and Evaluation Center (AUTEC) in the Bahamas (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). Submit written quotes on RFQ Number RA133F-11-RQ-1122. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is unrestricted and open to all sources. The associated NAICS code is 541990. The small business size standard is $7.0M. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for technical services to use satellite telemetry to assess odontocete responses to sonar exposure at the Atlantic Test and Evaluation Center (AUTEC) in the Bahamas, in accordance with the statement of work. (VI) Description of requirements is as follows: STATEMENT OF WORK I. BACKGROUND Navy sonar has been linked to behavioral responses, including unusual strandings, of beaked whales and other odontocete cetacean species. A key requirement for effective management and mitigation is to document under what conditions and to what extent these behavioral responses occur, and if these result in biologically significant effects on individuals and/or populations. To fill key data gaps, the Southwest Fisheries Science Center (SWFSC) is working in collaboration with researchers in the Bahamas, and with the U.S. Navy, to examine the behavioral response of odontocete species to sonar exposure at the Navy's Atlantic Test and Evaluation Center (AUTEC) in the northern Bahamas. This project has two components: 1) To use satellite telemetry to monitor the movements and diving behavior of beaked whales and other odontocete cetaceans before, during, and after scheduled sonar exercises at AUTEC, and relate behavioral responses to received sonar levels. The contractor will represent SWFSC during two collaborative field operations in each year, to deploy tags on odontocetes prior to the Submarine Commanders Courses in May and November. 2) To use satellite telemetry to monitor the baseline movement and diving behavior of odontocete species in the wider Great Bahama Canyon surrounding AUTEC, to provide a control context for interpreting any behavioral responses. The contractor will represent SWFSC during an annual ship-based survey to deploy tags more widely in the Great Bahama Canyon. II. TASKS 1) Participate on tagging field work at AUTEC (two weeks in each of May and November) and during a 1-month shipboard survey. 2) Conduct data analysis to provide a quantitative baseline on movements, space use and diving behavior of odontocete species in the Great Bahama Canyon. 3) Conduct data analysis to quantitatively investigate behavioral responses to sonar exposure during Submarine commanders courses. III. METHODOLOGIES The contractor will deploy Low Impact Minimally Percutaneous External Transmitter (LIMPET) tags to calculate animal locations and infer diving behavior. The contractor will be allowed latitude to develop methods for data analysis, but this should involve fitting movement models to tag data to make inference about movement, diving and space use, and relating these to the animals' received sonar levels (in collaboration with Navy colleagues). IV. SPECIFICATIONS AND STANDARDS The information from this contract will be used in identifying and mitigating behavioral responses to sonar exposure and may be used as a basis for taking management actions. For these reasons, it is necessary that the research be scientifically credible. The quality of the final reports should be equivalent to that of published articles in scientific journals. Bidders responding to this solicitation should detail the prior experience and publication record of their key personnel. The data analyst must have a Ph.D. in biological sciences. V. PERIOD OF PERFORMANCE Analysis, report writing: 1 September 2011 through 31 October 2012 VII. DELIVERABLES AND REPORTING REQUIREMENTS The contractor shall submit a final report presenting a summary of the methods and results for the three tasks described in this SOW. VIII. BILLING The contractor may bill monthly for demonstrated progress toward completing the required tasks. Final payment will be made upon NMFS approval of the final report. The final report is due on 31 October 2012. (VII) Period of performance shall be: September 01, 2011 through October 31, 2012 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a), and firm fixed price award will be made to the firm offering the best value to the Government on an all or none basis. Paragraph (a) is hereby completed as follows: 1) Technical Approach. Research Plan: The contractor's proposal will be evaluated to determine how well and how completely it addresses research needs identified in this statement of work. Quality of research will be judged based on the appropriateness of the methods and the likelihood of meeting the stated objectives. 2) Experience, Expertise and Capability of Offeror's Organization. An evaluation of the experience and demonstrated ability of the Contractor's key personnel to conduct the proposed studies. Prospective contractors should submit resumes of at least 2 key personnel including the project leader. Demonstrated ability will be based on prior experience of both field methods for deploying satellite LIMPET tags and in fitting quantitative models to make inference from tag data. Substitution for key personnel during the course of this contract must be approved by the COTR. 3) Meeting Performance Period Schedule. 4) Past Performance, offorer shall include at least two references with point of contact phone and email. Past Performance will be evaluated based on Contractor's timeliness on meeting project deadlines, responsiveness, quality. 5) Price. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011), with its quote. 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 (Jun 2010) 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 (Aug 2011) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note) (Effective March 1, 2011). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (SEP 2010) (E.O. 13513). (38)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (40) 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). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: None apply. (XIII) 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 on 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.arnet.gov (End of Clause) The following additional FAR 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) 52.217-8, Option to Extend Services (Nov 1999) 52.242-15, Stop-Work Order (Aug 1989) Full Text FAR Clauses: None Department of Commerce Clauses: 1352.215-72, Inquires (Apr 2010) Offerors must submit all questions concerning this solicitation in writing to diana.romero@noaa.gov. Questions should be received no later than 04:00 pm MDT on August 15, 2011. 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) 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. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating do not apply. (XV) Quotes are required to be received in the contracting office no later than 04:00 P.M. Mountain Standard Time on August 17, 2011. All quotes must be E-mailed or by faxed to the attention of Diana Romero. The E-mail address is Diana.Romero@noaa.gov and the fax number is (303) 497-7719. (XVI) Any questions regarding this solicitation should be directed to Diana Romero by E-mail: Diana.Romero@noaa.gov or by fax at (303) 497-7719.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/RA133F-11-RQ-1122/listing.html)
- Record
- SN02530338-W 20110813/110811235153-509b6cb53671dc483cdafad46006d5b3 (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 |