SOURCES SOUGHT
B -- PERFORM TRACE ELEMENT ANALYSES ON RED SNAPPER
- Notice Date
- 7/26/2012
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NFFN7110-12-05062SLW
- Point of Contact
- Sharon L. Walker, Phone: (816)426-7470
- E-Mail Address
-
sharon.walker@noaa.gov
(sharon.walker@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Marine Fisheries Service (NMFS), located in Panama City, FL intends to award a purchase order to the University of Southern Mississippi, Department of Marine Science to perform trace element analyses of Red Snapper. The contractor shall provide elemental (Ba, Ca, Cd, Cu, Fe, K, Li, Mg, Mn, Na, Ni, Pb, Sr, V, B) analyses from otolith samples of red snapper, Lutjanus campechanus, using a High Resolution Inductively Coupled Plasma Mass Spectrometer (HR-ICP-MS). The trace element measurements will be calibrated based on repeated measurements of standard reference material and blanks. Samples will be delivered to the contractor dissolved in 1% nitric acid solution. C.2 BACKGROUND The objective of this study is to use trace element analyses to provide data that can be used to estimate and discriminate nursery origin of red snapper. The specific goals of this study are to: 1) measure a suite of 15 trace elements (Ba, Ca, Cd, Cu, Fe, K, Li, Mg, Mn, Na, Ni, Pb, Sr, V, B) from otoliths of juvenile red snapper, Lutjanus campechanus; 2) to measure a suite of 15 trace elements (Ba, Ca, Cd, Cu, Fe, K, Li, Mg, Mn, Na, Ni, Pb, Sr, V, B) from otolith cores of adult red snapper, Lutjanus campechanus; 3) compare these data to trace element measurements made in previous red snapper, Lutjanus campechanus, projects; and 4) use these data in combination with previous trace element results to potentially assist with management decisions for this species. C.3 PERIOD OF PERFORMANCE Upon contract award and delivery of samples to the contractor from National Marine Fisheries Service (NMFS), samples will be processed and pertinent data shall be provided to NMFS within the policy period required by the contractor to perform necessary testing. 3.1 Estimated Schedule of Work: Delivery of red snapper samples December 2012 Analysis of samples by contractor April 2013 Report on analysis to NMFS May 2013 C.4 TASKS 4.1 Contractor will use a High Resolution Inductively Coupled Plasma Mass Spectrometer to perform trace element analyses (Ba, Ca, Cd, Cu, Fe, K, Li, Mg, Mn, Na, Ni, Pb, Sr, V, B) on otolith core samples extracted from red snapper caught in South Atlantic waters. 4.2 Contractor will use a High Resolution Inductively Coupled Plasma Mass Spectrometer to perform trace element analyses (Ba, Ca, Cd, Cu, Fe, K, Li, Mg, Mn, Na, Ni, Pb, Sr, V, B) on otolith samples from juvenile red snapper caught in Gulf of Mexico waters. 4.3 Contractor will perform repeated measurements of standard reference materials and blanks to calibrate trace element measurements from red snapper (South Atlantic and Gulf of Mexico) otolith carbonate samples. 4.4 Contractor will spike samples with an internal standard (In) 4.5 Contractor will prepare standards 4.6 Contractor will perform data reduction NOAA Fisheries has been using Dr. Shiller's laboratory since 2005 for trace element analyses of red snapper, L. campechanus, otoliths. This previous work included Dr. Shiller's laboratory performing trace element analyses on red snapper samples for which funding was provided through the Marine Fisheries Initiative (MARFIN) program, a NOAA federally-funded program. The current project is part of an ongoing research project for which results from these new samples will be compared to results obtained during the past seven (7) years. As such, it is crucial that the same Trace Element Laboratory be used for sample analyses to avoid inter-laboratory variability that can occur when different laboratories are used to analyze samples and to avoid compromising data integrity. Market research was performed and no other organizations able to provide the service without risks involved with inter-laboratory variability and unreliability of services. Several companies provided no respond to the government request for a quote. To use another laboratory would require a quality check of additional samples for inter-laboratory testing; and a high risk of compromising results if another laboratory is used. The inter-laboratory testing alone would result in additional costs in employee time, sample processing, and sample analyses. Results from the new samples are part of ongoing research that will be compared and used with results from previous research conducted during the past seven (7) years. It is possible that results from this project may be used in future fishery management decisions for red snapper, Lutjanus campechanus. Therefore, using another laboratory for analyses could affect data integrity. The NAICS code is 541990. The Government knows of no other source besides University of Southern Mississippi, with this level of experience and that could provide the continuity with the government. Firms who believe they can provide the services must submit detailed plan and information concerning their capability, along with information about their laboratory. In addition shall include name, telephone number and address of concerns for which you have furnished this type of service previously. Interested parties must respond within (7) seven calendar days after publication of this notice. The Eastern Region Administrative Division (ERAD), requires that all contractors doing business with the Acquisition Office must be registered with the Central Contractor Registry (CCR). No award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following website: http://www.ccr.gov/. In order to register with the CCR offerors must 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 or by phone at (800) 333-0505. The government encourages all contractors submit their Certification and Representation thru the on-line Business Partner Network (BPN). The BPN is the single source for vendor data for the federal government. Contractors should go on-line at www.bpn.gov. Faxed responses can be sent to 757-664-3845, Attn: Sharon Walker or emailed to Sharon.walker@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NFFN7110-12-05062SLW/listing.html)
- Record
- SN02816884-W 20120728/120727000535-f10c9b067e3ab31d808bf0695fe5622f (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 |