SOURCES SOUGHT
B -- SALMONID SMOLT QUALITY MATURATION IN HATCHERY STOCKS ON THE COLUMBIA RIVER BASIN
- Notice Date
- 1/5/2010
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- 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
- NFFP7210-10-03885
- Archive Date
- 2/26/2010
- Point of Contact
- John D. Cooley, Phone: 206-526-6032, Sharon S. Kent, Phone: (206) 526-6035
- E-Mail Address
-
John.D.Cooley@noaa.gov, sharon.s.kent@noaa.gov
(John.D.Cooley@noaa.gov, sharon.s.kent@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- This publication serves as a notice of intent to procure, on a sole-source basis, with the University of Washington (UW) Government has a need to create a contract with a base year and two option years. There are three tasks involved in the required work, as is represented below. Requirements and Description of Work/Services -- 1) Assist NOAA scientists with conducting studies of salmonid smolt quality and assessing rates of early male maturation in hatchery Chinook salmon stocks in the Columbia River basin and determining the source(s) of variation in these factors. This will require trips (up to 5 days in length) to hatcheries, remote acclimation sites and dams in the states of Washington, Idaho and Oregon where fish are sampled for blood, gill tissue, gonads and somatic tissue. In addition, provide assistance with controlled laboratory experiments examining the effects of photoperiod, temperature and feeding rate on emergence timing, growth, smolt development, and early male maturation. The following is required for this work: a) assist NOAA scientists with coordinating sampling efforts with federal, public utility, state and tribal collaborators, b) conduct routine sampling of up to 5000 fish for tissue and physiological samples to assess growth, smolt development, and early male maturation, c) organization and assemblage of sampling gear for field studies, d) collect and organize data on fish size and culture conditions, d) assist with experimental set-up and fish culture in the experimental hatchery at the Northwest Fisheries Science Center in Seattle. 2) Conduct the following laboratory analyses on up to 4000 samples: a) time resolved fluorescence immunoassay for plasma insulin-like growth factor-I (IGF-I, an index of growth and development) according to methods described in Small and Peterson (2005) using recombinant trout IGF I (GroPep, Inc.) as a standard and europium labeled trout IGF I as a tracer, and anti-baramundi IGF I serum as the antibody; b) enzyme immunoassay for 11-ketotestosterone (11-KT, an index of reproductive maturation) according to methods described in Cuisset et al. (1994); c) radioimmunoassay for pituitary levels of salmon follicle stimulating hormone (FSH, an index of puberty onset) according to methods described in Campbell et al. (2006) using purified salmon FSH as a standard, 125I-labeled salmon FSH as a tracer and anti salmon FSH beta subunit as the antibody; d) enzyme assays for gill Na+/K+-ATPase activity (an index of smolt development) according to methods described in McCormick (1993); and e) whole body lipid extractions and analyses (an index of energetic status) according to methods described in Shearer and Swanson (2000). 3) Entry, organization, analysis and presentation of data and study results. The following is required for this work: a) data entry into a standard Excel spreadsheets; b) conduct basic statistical analysis using standard software to determine summary statistics, c) prepare graphical presentations of data for presentation at 2 meetings and conferences, d) assist NOAA scientists in preparation of 2 manuscripts for peer reviewed publication. Note: data will be stored only on computers approved for use at NOAA facilities. The period of performance is expected to begin on date of contract award (approx. May 2010) and continue through May of 2011, for the base year, and for up to two more option years. The Government intends to negotiate on a sole-source basis with the UW, as we believe this is the only source with such unique expertise, qualifications and experience to perform the work. All interested concerns must submit: 1) a brief description of their capability to provide the required items; 2) evidence of experience and past performance (including a contact name and telephone number); 3) intention to submit a proposal as a prime contractor, and; 4) business company size, point of contact and DUNS number. The business size shall include any applicable preference program (i.e., 8(a), HUBZone, Service Disabled Veteran Owned, Small Business, etc.) Submit the above information to: J.D. Cooley, Contracting Specialist, 7600 Sand Point Way NE, Seattle, WA 98115 prior to the close of the notice period. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with the CCR and to be eligible to receive an award, all offerors must have a Dunn & Bradstreet Number. A Dunn & Bradstreet number may be acquired free of charge by contacting Dunn & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. For the purposes of this requirement, the NAICS size standard for NAICS code 541712 small business is 500 employees. Questions concerning this notice shall be emailed to john.d.cooley@noaa.gov Responses shall be submitted via email or facsimile at 206-527-7148 by COB January 20, 2010, 2:00 P.M. Pacific Time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFP7210-10-03885/listing.html)
- Place of Performance
- Address: Seattle, Washington, United States
- Record
- SN02035063-W 20100107/100106000042-6691d1e8beb6fd4ac172a4a42c229dbd (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 |