Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2013 FBO #4255
SOLICITATION NOTICE

F -- Advancing Bottomfish Assessments in the Pacific Islands Region

Notice Date
7/17/2013
 
Notice Type
Presolicitation
 
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
AB-133F-13-RP-0145
 
Archive Date
9/30/2013
 
Point of Contact
STEPHANIE M. GARNETT, Phone: (808)983-5704
 
E-Mail Address
STEPHANIE.M.GARNETT@NOAA.GOV
(STEPHANIE.M.GARNETT@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Pacific Islands Fisheries Science Center (PIFSC) requires a contractor to provide: (1) Three fishermen for up to 10 days each to conduct a pilot fishery independent survey for bottomfish in waters around Oahu and Maui using local fishing vessel, (2) Expand the bottomfish tagging programs in the State of Hawaii and Guam, and (3) Assist NMFS with logistics to discuss progress of the projects with local constituents, including the fishing and scientific communities. Research in these three areas was initiated in 2009/2010 and additional data is needed before transiting from a pilot survey to a full survey. Additional distributional data and life history information (tagging) are also required to advance bottomfish stock assessments. The fishery independent pilot survey constitutes a feasibility study; data from the survey will be used to determine optimal gear, sample sizes, and number of vessels needed to implement fishery independent surveys in the Hawaiian Archipelago, Guam, the Commonwealth of the Northern Mariana Islands and American Samoa. The vessels shall have, in proper working order, all required USCG approved safety, navigation and communication devices. Captains of contracted vessels must have sufficient experience with bottomfish fishing in the Hawaiian Archipelago. Data from the tagging study will provide growth and movement data to advance the development of species-specific models, as well as NMFS understanding of connectivity. The meetings are an effective way of communicating progress, while at the same time promoting open communication and trust with local fisherman and scientists. The Contractor shall furnish the necessary vessels, personnel, equipment, and services (including all bottomfish fishing gear, bait and insurance for the vessel and the ship's personnel) to perform the specifications shown below. • Provide three (3) fishing vessels (including crew) to conduct fishing operations for 10 days each at selected sites in waters around Oahu and Maui as part of the PIFSC gear calibration study. In addition, contract at-sea technicians (scientific personnel) to collect scientific data while at sea. The captains of contracted vessels must have sufficient experience with bottomfish fishing in the Hawaiian Archipelago. Vessels must be capable of housing 1-2 scientific personnel and crew for the duration of the fishing trip. • Provide one fishing vessel in Hawaii and one in Guam (including crew) for 5 days each to tag and release bottomfish following standardized protocols. A key-species list will be provided to each contracted vessel along with tags. While conducting tagging operations throughout the contract period, fish will be tagged and released by the crew and requisite information recorded (e.g., tag number). • Periodically conduct constituent meetings to discuss progress of the projects. A. VESSEL REQUIREMENTS Pilot Fishery Independent Survey 1. Minimum length: 25 Feet 2. Vessel must be completely rigged for bottomfishing a. All the associated gear necessary to carry out bottomfish fishing operations. b. Operational winches, blocks etc., necessary for the bottomfish fishing. 3. Vessel must have sufficient deck space available for biological tagging operations, bottomfish dissection and scientific data collection. 4. Vessel must have a minimum of 9 cu. ft. of cold storage space and 9 cu. ft. of dry storage space for stowing scientific samples and supplies. 5. Clean and sanitary accommodations for crew and scientific party (maximum of 2 scientists) which may include female scientist(s). Bottomfish Tagging Program Survey 1. Minimum length: 20 feet 2. Vessel must be completely rigged for bottomfishing a. All the associated gear necessary to carry out bottomfish fishing operations. b. Operational winches, blocks and gurneys etc., necessary for the bottomfish fishing. 3. Vessel must have sufficient deck space available for biological tagging operations, bottomfish dissection and scientific data collection. The Government intends to award a firm-fixed-price contract. The period of performance is expected to begin September 16, 2013 and continue until September 15, 2014. The procurement is a 100% Small Business Set-Aside. The anticipated response due date is August 13, 2013; however, the actual due date of offers may be adjusted based upon the actual posting date of the solicitation. The actual response date will be stated within the solicitation document. The North American Industry Classification Code (NAICS) is 541690 with a size standard of $14.0 million. Technical questions regarding this solicitation should be in writing and addressed to Stephanie.M.Garnett@noaa.gov. All responsible, responsive sources may submit an offer, which will be considered by the Agency. Solicitation documents will be made available electronically and no paper copies will be issued. Interested parties should use the FedBizOpps [Add to Watch list] and [Add Me to Interested Vendors] features which provide a notification when the Request for Proposal becomes available for download, as well as all postings of information associated with this solicitation, thereafter. Each potential offeror is responsible for checking the FedBizOpps website to gain all current information related to the solicitation. The solicitation and any further announcements regarding the solicitation will be posted only at http://www.fedbizopps.gov. All vendors doing business with the Government are required to be registered with the System for Award Management (SAM) database prior to the award of a contract. Vendors may register with SAM by calling 1-866-606-8220 or online at https://www.sam.gov. In order to be eligible to receive an award from this acquisition office, offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB-133F-13-RP-0145/listing.html)
 
Record
SN03118656-W 20130719/130718004647-2df58009fc1c737aa10cc4344d035424 (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.