SOLICITATION NOTICE
F -- NOAA Marine Fisheries Service, Fish Ecology Division Scientific Support Services.
- Notice Date
- 7/31/2012
- Notice Type
- Presolicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical 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
- AB133F-12-RP-0149
- Point of Contact
- Levis D Knox, Phone: 206-526-4888, Stephanie M Garnett, Phone: 206-526-6384
- E-Mail Address
-
levis.d.knox@noaa.gov, stephanie.m.garnett@noaa.gov
(levis.d.knox@noaa.gov, stephanie.m.garnett@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- The National Oceanic and Atmospheric Administration (NOAA), Marine Fisheries Service, Fish Ecology Division Northwest Fisheries Science Center has a requirement for scientific support services. The services will be required at various sites in Washington, Idaho and Oregon, or as appropriate, at the contractor's facilities BACKGROUND: A major component of the scientific program of the Fish Ecology Division, Northwest Fisheries Science Center is research directed at improving survival of Pacific salmon as they migrate to and from the ocean. The development of the Federal Columbia River Hydro power System and the construction of numerous dams in the Columbia River Basin, along with major agricultural changes in water and land management in the region, have become major obstacles to both juvenile and adult salmon migrations. This has significantly impacted natural fish production and has threatened the existence of many populations. Stocks of Snake and Columbia River salmon and steelhead are currently listed as threatened or endangered under the federal Endangered Species Act. Fish Ecology Division research is directed at improving downstream survival of migrating juvenile salmon through development and testing of mitigation strategies and techniques such as: juvenile salmon transportation around dams; submersible screens to divert smolts from turbine passage; and research to better characterize in river survival of smolts and identify high mortality areas. Other research focuses on improving passage conditions for migrating adult salmon and lamprey. These studies are conducted largely during the spring and summer periods when juvenile salmon migrate. These studies require large numbers of temporary and intermittent staff, including fishery biologists, technicians, and vessel and equipment operators to carry out their complex design. The Period of performance is for a one (1) year base period and two (2) one-year option periods. The place of performance is at various sites in Washington, Idaho and Oregon, or as appropriate, at the contractor's facilities The North American Industry Classification Code (NAICS) is 541990 with a size standard of $14.0 million. A Request for Proposal (RFP) solicitation may be available on or about August 17, 2012 at http://www.fedbizopps.gov/. The ESTIMATED response due date is September 18, 2012; however, the actual date offers are due will be stated within the solicitation documents. Paper copies of this solicitation will not be issued. The proposed IDIQ contract is Set Aside 100% for Small Business. Interested parties should use the FedBizOpps [Add To Watchlist] and [Add Me To Interested Vendors] features which provide a notification when the RFP becomes available for download as well as all postings of information associated with this solicitation, thereafter. Each potential bidder 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 questions of any nature regarding this procurement are to be sent in writing to Contract Specialist, Levis Knox at levis.d.knox@noaa.gov. All vendors doing business with the Government are required to 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 web site: http:///www.ccr.gov/. This procurement also requires offerors to complete the On-Line Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. All responsible, responsive sources may submit an offer which will be considered by the Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F-12-RP-0149/listing.html)
- Place of Performance
- Address: The place of performance is at various sites in Washington, Idaho and Oregon, or as appropriate, at the contractor's facilities, Oregon, United States
- Record
- SN02821225-W 20120802/120731235700-4f5801c5693a3662a8969bc7df614730 (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 |