SOLICITATION NOTICE
B -- COMMONWEALTH OF THE NORTHERN MARIANA ISLANDS (CNMI) MARINE TURTLE NESTING BEACH AND IN-WATER MONITORING PROGRAM
- Notice Date
- 7/16/2012
- 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
- NFFT5000-12-04318SRG
- Archive Date
- 7/26/2012
- Point of Contact
- Suzanne A Romberg-Garrett, Phone: 303-497-5110
- E-Mail Address
-
suzanne.garrett@noaa.gov
(suzanne.garrett@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION COMMONWEALTH OF THE NORTHERN MARIANA ISLANDS (CNMI) MARINE TURTLE NESTING BEACH AND IN-WATER MONITORING PROGRAM (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 NFFT5000-12-04318SRG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59. (IV) This procurement is unrestricted and open to all sources. The associated NAICS code is 541712. The business size standard is 500 employees. (V) This combined solicitation/synopsis is for purchase of the following commercial products: CLIN 0001 - Contract biologist for CNMI Sea Turtle Program (VI) Description of requirements is as follows: STATEMENT OF WORK Background or Problem Statement The National Marine Fisheries Service (NMFS) of the National Oceanographic and Atmospheric administration (NOAA) is jointly responsible with U.S. Fish and Wildlife for the management of marine turtle populations occurring in US Flag waters of the Pacific Islands Region as mandated by the Endangered Species Act (ESA). A program to understand marine turtle biology and ecology to contribute to effective management of Pacific turtle stocks and their ecosystems is currently conducted by the local resource management agency Department of Land and Natural Resources (DLNR) in the Commonwealth of the Northern Mariana Islands (CNMI) based in Saipan. The NMFS Pacific Islands Regional Office (PIRO) seeks to contract with a qualified sea turtle biologist to provide contractual support to bolster efforts of the CNMI Marine Turtle Program to oversee research and conservation activities, programmatic implementation, and reporting. This contractor will ensure that standardized scientific methodology is implemented for nesting beach and in-water monitoring activities and necessary data and information is compiled to fulfill reporting requirements. Contract Scope Contractor will be expected to participate as a team member of the CNMI marine turtle nesting beach and in-water monitoring program. Primary contract duties and deliverables will be to provide technical expertise, compile data and submit necessary documents to maintain program implementation and compliance, and produce draft manuscript(s) for peer review publication. Contract Objectives The objective of this contract is to secure a qualified biologist to support the CNMI Marine Turtle Program who is responsible to: 1) ensure quality research is undertaken in compliance with NMFS and USFWS federal permit requirements and ESA section 6 agreements to gather population demographic information on marine turtles in CNMI, and 2) manage data and analysis of data to facilitate development of necessary documents and reporting to maintain program implementation and compliance. To accomplish this objective, NMFS seeks to achieve the following through this contract: • Identify and contract with a qualified sea turtle biologist (Masters Degree required) who has proven experience working in the CNMI or other islands of the Western Pacific region. • Contractor should have technical expertise to assist the CNMI Marine Turtle Program to collect marine turtle biological and ecological data including a minimum 6 years experience addressing and working projects subject to NMFS and USFWS federal permit requirements. • Contractor should have a minimum of 3 years demonstrated project management expertise and capacity to adequately direct the collection of and manage scientific data, and provide analysis of such data that will be used to develop programmatic reports, documents, and applications to maintain and promote CNMI marine turtle program operations:  Oversee and coordinate the drafting of project reporting occurring during the contract period (six month progress reports);  Draft annual NMFS permit and USFWS section 6 permit reports (Sept 30, 2012, and January 31, 2013, respectively); and  Provide technical expertise to continue development of CNMI's sea turtle program goals and objectives through education and outreach and other community networking initiatives. Contractor Tasks and Duties As contract biologist of the CNMI Marine Turtle Program, contractor's duties will include: • To function as team member for field work of monitoring activities (in-water and nesting beach) and sea turtle stranding network, shipping lab samples to program-partner scientists, and direct purchasing procurements of items as needed for programmatic activities; - Field activities will occur on islands of Saipan, Rota or Tinian. Travel from Saipan to Rota or Tinian allowed and encouraged, but travel costs included within contract scope and up to the discretion of contractor. Fuel cost also included within scope of contract. • Manage and compile data/information and coordinate development of reports to ensure programmatic reporting and compliance during contract period; • Coordinate continued development of CNMI sea turtle research goals and conservation objectives; • Provide technical assistance to DLNR to help continue development of the program's goals and objectives, including education and outreach and other community networking initiatives; • Submit annual NMFS permit and USFWS section 6 reports due during contract period; • Coordinate with NMFS scientists and managers, collaborating local NGO partners, and project staff to schedule and ensure that monitoring activities occur and are appropriately staffed (via project staff or community volunteers). • Produce draft manuscript(s) for peer review publication of in-water data over the period covering 2006 through 2012. Field activities and data collection (of contractor) ends April 2013 so that focus can switch entirely to manuscript preparation. Contractor Requirements Contract is based in Saipan, CNMI, and relocation expenses are not authorized. Applicant should have experience working on or with small island states. Experience working in CNMI, familiarity with the local language, habitats/environment, and agencies within CNMI is preferred, but will consider other experience within the Western Pacific region. Applicant must have the ability to work well independently and cooperatively with a range of individuals and agencies representing different cultures and perspectives. Ideal candidate must be able to perform duties while maintaining high level of professionalism, tact, and diplomacy. Master's degree in biological or environmental sciences is required. Strong verbal and written English skills, program development and project planning experience, and technical proficiency with Microsoft Office programs required. Prior working experience using SPREP's Turtle Research Database System (TREDS) preferred. Ideal candidate should be physically able to snorkel/swim for extended periods, with open water scuba certification, and ability to hike to remote beach locations and tolerate exposure to heat, sun, and field conditions. Understanding of sea turtle biology, their threats, management strategies, and proven experience to implement and oversee marine turtle monitoring and research activities is necessary. The contractor will provide own computer, computer services, transportation, and housing. Deliverables Costs payable upon receipt of four invoices: 1) Invoice #1 (due September 2012). Deliverables: • Compile information and data for DLNR six month progress report covering dates 4/1/12 to 9/30/12 • Coordinate continued development of research goals and management objectives for inclusion in CNMI comprehensive program planning activities (September 2012) 2) Invoice #2 (due January 2013). Deliverables: • Draft USFWS section 6 permit annual report due January 2013 for activities conduced prior calendar year 2012.  Report will have 4 sections: introduction addressing reasons and objectives for species take; methods section addressing data collection, analysis procedures and personnel working on the project; results section providing data collected; and a brief discussion of research results and a conclusion section providing recommendations for recovery actions and species management. • Provide an outline of proposed manuscript(s) for final contract report. Contractor in consultation with PIRO Protected Resources staff (and associated scientific advisers from the Pacific Islands Fishery Science Center) will determine and agree on the scope and direction of publication(s). 3) Invoice #3 (due March 2013). Deliverables: • Draft NMFS permit annual report due March 31 covering the period of the previous calendar year (January 1-December 31, 2012)  Report will contain: a detailed description of activities conducted under the permit, including the species and total number of ESA-listed animals taken, the manner of take, and the dates/locations of take; any preliminary analyses of data; measures taken to minimize disturbance to ESA-listed species, a description of any problems and/or unforeseen effects which may have arisen during research activities, and a brief narrative of circumstances surrounding ESA-listed species injuries or mortalities, when appropriate; and steps that have been and will be taken to coordinate research with that of other researchers, and a description of activities planned for the forthcoming year. • Compile information and data for DLNR six month progress report covering dates 10/1/12 to 3/31/13 4) Invoice #4 (due July 2013). Deliverable due at the conclusion of the 12 month contract: • Final contract report consists of a draft manuscript(s) for peer review publication that is a summary and analysis of in-water data over the period covering 2006 through 2012. Manuscript(s) should include advice on future conservation and management activities necessary to progress recovery of green and hawksbill turtles occurring in CNMI. Place of Performance All duties to be performed within CNMI, based on the island of Saipan. Relocation expenses from area of origin to Saipan are not authorized and housing will be the vendor's responsibility for their own housing. Government Furnished Property and Security There will be no government furnished property associated with this contract. Contractor will provide own computer and computer services. The full extent of this contract will occur in Saipan, CNMI and therefore there are no provisions for U.S. government identification, clearance, or escort services required. (VII) The period of performance for this project is 12 months, from August 1, 2012 through July 31, 2013. Final dates may be adjusted as part of the best value according to contractor selection and availability. Delivery shall be FOB Destination. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (FEB 2012), applies to this acquisition. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Suzanne Romberg-Garrett either through email Suzanne.Garrett@NOAA.gov or faxed at 303-497-3163 no later than July 20, 2012, 4:00 p.m. MST. (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 award will be made to the firm offering the best value to the Government. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Capability to meet the objectives shown by work product samples and references 2) Educational Requirements listed above and 3) Price. The Government intends to award a firm-fixed price purchase order on an all or none basis. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (APR 2012), 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 (Feb 2012) 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 (MAY 2012) applies to this acquisition. The following clauses under subparagraph (b) apply: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (FEB 2012) (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (MAY 2011) (E.O. 13126). (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (38) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (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 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.arnet.gov (End of Clause) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 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) 52.216-7, Allowable Cost and Payment (Jun 2011) 52.217-8, Option to Extend Services (Nov 1999) 52.246-2, Inspection of Services-Fixed Price (Aug 1996) 52.246-16, Responsibilities For Supplies (Apr 1984) 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. (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 July 25, 2012, 4:00 p.m. MST. All quotes must be faxed or emailed to the attention of Suzanne Romberg-Garrett. The fax number is (303) 497-3163 and the email address is Suzanne.Garrett@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Suzanne Romberg-Garrett through the email address: Suzanne.Garrett@noaa.gov or fax (303) 497-3163.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NFFT5000-12-04318SRG/listing.html)
- Place of Performance
- Address: WORK WILL OCCUR IN SAIPAN., NOAA, PACIFIC ISLES AREA OFFICE, SUITE 1110, 1601 KAPIOLANI BLVD, HONOLULU, Hawaii, 96814-4704, United States
- Zip Code: 96814-4704
- Zip Code: 96814-4704
- Record
- SN02804166-W 20120718/120716235331-4d281d5062069f894d74519d5c5551e7 (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 |