SOLICITATION NOTICE
B -- Test Heterosigma akashiwo toxicity and to characterization the phytoplankton assemblage that persists with toxic Heterosigma akashiwo - SF18 - Package #2
- Notice Date
- 8/21/2012
- 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 Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- WRD-12-05664
- Archive Date
- 9/21/2012
- Point of Contact
- WILLIAM BELL, Phone: 206 526-4425
- E-Mail Address
-
Bill.Bell@noaa.gov
(Bill.Bell@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- SF18 CLAUSES PLEASE RETURN THE SF18 WITH YOUR QUOTE. COMBINED SYNOPSIS/SOLICITATION WRD-12-05664 Test Heterosigma akashiwo toxicity and to characterization the phytoplankton assemblage that persists with toxic Heterosigma akashiwo (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 AB133F-12-RQ-05664/WSB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60 (IV) This solicitation is open to all vendors. The associated NAICS code is 541990. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001: ASSIST NOAA SCIENTISTS WITH FACS CALIBUR FLOW CYTOMETER AND FLOW CAM LASER IMAGING WITH OPTION YEARS IN ACCORDANCE WITH THE STATEMENT OF WORK. PERIOD OF PERFORMANCE FROM DATE OF AWARD TO 7/31/2013. CLIN 0002: TRAVEL TO ASSIST NOAA SCIENTISTS WITH FACS CALIBUR FLOW CYTOMETER AND FLOW CAM LASER IMAGING IN ACCORDANCE WITH THE STATEMENT OF WORK. OPTION YEARS. PERIOD OF PERFORMANCE FROM DATE OF AWARD TO 7/31/2013. CLIN 0003: OPTION YEAR 1: PERIOD OF PERFORMANCE 8/01/2013 TO 07/31/2014. CLIN 0004: OPTION YEAR 1: TRAVEL TO ASSIST NOAA SCIENTISTS WITH FACS CALIBUR FLOW CYTOMETER AND FLOW CAM LASER IMAGINING. PERIOD OF PERFORMANCE 8/01/2013 TO 07/31/2014 (VI) Description of requirements is as follows: STATEMENT OF WORK AB133F-12-RQ-05664 Statement of Work Project title: Ecology and Oceanography of the toxigenic marine alga, Heterosigma akashiwo STATEMENT OF WORK/SPECIFICATIONS Recurring threats from Heterosigma akashiwo have caused extensive damage ($2-6 million per episode) to wild and net-penned fish of Puget Sound, Washington, and are believed to be increasing in scope and magnitude in this region, and elsewhere in the world over the past two decades. The mechanism of H. akashiwo toxicity is not well understood. This project fulfills the NOAA mission of sustaining important fisheries (including aquacultured fish) harvest in Puget Sound. This project will provide accurate and timely information on the toxicity of Heterosigma akashiwo. Objective: To test Heterosigma akashiwo toxicity and to characterization the phytoplankton assemblage that persists with toxic Heterosigma akashiwo. Period of performance: Date of Award to July 31, 2013 base year with one option year for a total of two years. Base and Option Years: Base Year: Date of Award to July 31, 2013 Option Year One: August 1, 2013 to July 31, 2014 Services to be provided: For the period from Date of Award to July 31, 2013, detailed work outlined below will be performed by the contractor to support a NOAA NWFSC-led program to characterize Heterosigma akashiwo blooms and related toxicity in Puget Sound: Task 1: Characterize microbial community structure To assess microbial community structure using modern flow cytometry and flow-cam particle image analysis. Vendor will assist with sample acquisition and preservation. Vendor will provide results of fresh or preserved samples within 1 month of collection. Task 2: Screen samples for toxicity using multiple methods To perform time-sensitive toxicity screening methods: exoenzyme production, and hemolytic activity. Samples will be sent to Vendor's lab for immediate analysis of Heterosigma toxicity (within 2-3 days) due the unstable nature of these biological responses. Task 3: Perform calcium transport assays To assess an experimental protocol for the assessment of cellular toxin levels using a flow cytometer-based Ca+ transport fluorochrome and specially modified cell lines. Task 4: Training in Use of FACSCalibur flow cytometer and Flow Cam laser based imaging system Vendor will train NWFSC staff in the use of this equipment for field research in Puget Sound. This will include vendor traveling to NWFSC to provide training and install equipment. Vendor will insure equipment is operational, calibrated, and repair, as necessary. Task 5: Equipment to be furnished by vendor Vendor will provide a FACSCalibur flow cytometer and Flow Cam laser-based imaging system for rapid assessment of community structure and toxin levels in this project for use in Puget Sound. Vendor will have same equipment in their lab for conducting assessments. Evaluation Criteria: (1) Vendor must have past experience in the deconstruction of Heterosigma toxicity. Three years or more would be optimum. (2) Vendor must have past experience in defining the size and activity of intracellular toxin using flow cytometry. (3) Vendor must have previous experience conducting these assessments in the coastal waters of Washington State. (4) Vendor must have experience using of FACSCalibur flow cytometer and Flow Cam laser based imaging system, to include installation, calibration, and troubleshooting equipment problems. Transportation and Travel Contractor personnel may be required to operate Government vehicles. Use of Government vehicles will be authorized per Government regulations. Contractors may be authorized to utilize Government motor vehicles with a Department of Commerce Identification Card. Use of such vehicles is solely in the performance of the work authorized under this contract. Contractors must comply with the requirements of 41 CFR 101-39 and FAR Clause 52.251-2, Interagency Fleet Management System Vehicles and Related Services. Travel One month at University of Washington Laboratory, Friday Harbor, WA. Travel costs and reimbursement will be in accordance with the Federal Travel Regulations. Privacy Work on this contract may require that personnel have access to Privacy information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. Data may not be released without Point of Contact's written consent. Data must be protected from unauthorized disclosure. Contractor must comply with all Federal, DOC, NOAA, and NMFS policies relating to IT and data security. End of Statement of Work (VII) Date(s) and place(s) of delivery and acceptance Date of Delivery no later than July 31, 2014. Delivery shall be FOB Destination: NWFSC EC Division 2725 Montlake Blvd E. Seattle, WA 98112 (VIII) The period of performance for the base contract shall be from date of award to July 31, 2013 with a possible one option year. (IX) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Jun 2008), applies to this acquisition. In addition to written price quotes, offers are instructed to provide a capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), and past performance references. Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Bill Bell either through email Bill.Bell@noaa.gov or faxed at 206 526-6025 no later than Tuesday, September 6, 2012 at 9am Pacific Standard Time. (X) FAR 52.212-2, Evaluation - Commercial Items 2005-60, applies to this acquisition. Paragraph (a) is hereby completed as follows: Lowest Price Technically Acceptable. Offers will be evaluated based on price and the factors set forth in the Section 6, past performance, FAR 12.601 and FAR 13.106-2, and award will be made to the firm offering the lowest price technically acceptable to the Government in accordance with the Statement of Work. (XI) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 2005-60. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. (XII) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items 2005-60, applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 2005-60 applies to this acquisition. The following clauses under subparagraph (b) apply: Please refer to the SF18 with Clauses. (XIV) 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.acquisition.gov/far/index.html (End of Clause) (XV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XVI) Quotes are required to be received in the contracting office no later than 9 A.M. Pacific Standard Time on September 6, 2012. All quotes must be faxed or emailed to the attention of Bill Bell. The fax number is (206) 526-6025 and email address is bill.bell@noaa.gov. (XVII) Any questions regarding this solicitation should be directed to Bill Bell, 206 526-4425, and email address: bill.bell@noaa.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/WRD-12-05664/listing.html)
- Place of Performance
- Address: NWFSC EC DIVISION, 2725 MONTLAKE BLVD E., SEATTLE, Washington, 98112, United States
- Zip Code: 98112
- Zip Code: 98112
- Record
- SN02847676-W 20120823/120821235223-6e1cf873c703b635d5c06ba6f034a2f4 (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 |