SOURCES SOUGHT
R -- Monitor PermanentlyTagged Colonies of the Threatened Coral, "Acropora Palmata"
- Notice Date
- 7/18/2008
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106
- ZIP Code
- 64106
- Solicitation Number
- NFFN7600-8-44328SLW
- Response Due
- 7/28/2008
- Archive Date
- 7/29/2008
- Point of Contact
- Sharon L. Walker, Phone: (816)426-7470
- E-Mail Address
-
sharon.walker@noaa.gov
- Small Business Set-Aside
- N/A
- Description
- The NMFS intends to award a sole source 5-year Indefinite Delivery/Indefinite Quantity (IDIQ) contract to the University of the Virgin Islands, located in St. Thomas, USVI. Scientist from UVI intend to provide services to monitor permanently tagged colonies of the threatened coral, Acropora palmata, at three established sites in Virgin Islands National Park, St. John, USVI and two sites in St. Thomas, USVI. Because of its decline throughout the Caribbean and its limited recovery to date, Acropora palmata was recently (May 2006) listed as threatened under the Endangered Species Act. NOAA's National Marine Fisheries Service is compiling information on the current status of this species and has an interest in assessing its potential for recovery. Objectives: - Continue long-term monitoring of marked elkhorn coral colonies at Haulover, Hawksnest, and Turtle Point, within Virgin Islands National Park (St. John, USVI) - Continue long-term monitoring of marked elkhorn coral colonies at Botany Bay and Flat Cay on St. Thomas, USVI. - Photograph all of the marked elkhorn coral colonies - Record physical damage, disease, bleaching, and predation on marked colonies - Monitor elkhorn fragment survival on a monthly basis (if feasible) at Botany Bay, Hawksnest, Turtle Point and Haulover - Continue monitoring of seawater temperature at the three sites on St. John, and Botany Bay and Flat Cay on St. Thomas. DESC: The proposed project will have the following components: Contractor will conduct monthly field visits to the three sites above. At each visit, contractor will accomplish the following tasks: - photograph each marked colony - record the status and size of each marked colony - record other parameters as directed - download and maintain Hobo temperature loggers Contractor will provide all needed logistical and operational requirements for field research including (but not limited to): - acquire research permit from Virgin Islands National Park for above work - provide for transit to field sites (vehicle and/or boat travel) - provide needed gear to complete in-water activities (camera w/UW housing, snorkel/SCUBA gear, etc) - provide appropriate training for personnel conducting in-water activities Contractor will maintain and process data from research including following tasks: - download from camera and name photo files for each field visit - enter size and condition data in Excel spreadsheet - download and compile Hobo temperature data - compose summary report at end of contract The anticipated base performance period is date of award through five years thereafter. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-3(2). Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fourteen days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a proposal which shall be considered by the agency. Interested firms shall include, in writing, the company name, address, point of contact, telephone number, and business size; a statement regarding their capabilities and qualifications, and any additional supporting literature. Submissions received in response to this notice shall be evaluated based on the technical ability and demonstrated past experience to meet the requirements described in the description section above. Responses aredue by 7/28/2008. Sharon Walker 816-426-7470 phone U.S. Department of Commerce 816-274-6983 fax Central Region Administrative Service 601 E. 12th Street, Room 1756 Kansas City, MO 64106 Vendor must provide a DUNS number (http://www.dnb.com/us/ ) and register with the Central Contractors Registration (http://www.ccr.gov/ ) to further qualify for this contract. Include DUNS number on written quote. As specified in FAR 5.101 (a) (2) All interested firms may submit a response which, if received by the time specified above, will be considered by the agency.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=595a848bb1a30d97767bcc04d38478d1&tab=core&_cview=1)
- Record
- SN01617532-W 20080720/080718220642-af38ec62bb3f74ea358aafd24c7daa45 (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 |