SOURCES SOUGHT
B -- Advancing Bottomfish Assessments in the Pacific Islands Region
- Notice Date
- 2/15/2018
- Notice Type
- Sources Sought
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Seattle, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349, United States
- ZIP Code
- 98115-6349
- Solicitation Number
- NFFR7400-18-00613
- Archive Date
- 6/1/2018
- Point of Contact
- Crystina R Jubie, Phone: (206) 526-6036
- E-Mail Address
-
crystina.r.jubie@noaa.gov
(crystina.r.jubie@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA) is seeking sources capable of providing the following: A Contractor to (1) provide local fishing vessels and personnel able to conduct required activities as part of the fishery-independent survey for bottomfish in waters around the Main Hawaiian Islands. The fishery-independent survey builds upon previous preliminary and operational research. Research on these activities was initiated in 2009/2010, and has continued, informing much of the methodology for development of the current survey. Data from the survey will be used to help determine abundance estimates for use in the bottomfish stock assessment in the Main Hawaiian Islands. These data will also be used to refine optimal gear(s), sample sizes, and bottomfish habitat definitions needed to continue to implement fishery-independent surveys in the PIR. The fishing vessels doing the work shall have, in proper working order, all required USCG approved safety, navigation and communication devices. Captains of contracted vessels must have sufficient experience with bottomfish fishing in the Hawaiian Archipelago. Scientific observers must be familiar with scientific field sampling and measurement methods for fish, associated field sampling and data recording equipment, and must be able to visually identify to species of commonly caught fishes by Hawaiian bottomfish fishing gear using proper taxonomic nomenclature. The Contractor shall furnish the necessary vessels, personnel, equipment, and services (including all bottomfish fishing gear, bait, safety equipment, and insurance for the vessel and the ship's personnel) sufficient to conduct fishing operations within a 2 month designated time window (as designated in Activities 1 - 8 below) in up to 250 pre-selected grids in waters around the Main Hawaiian Islands as part of the PIFSC fishery independent bottomfish survey. In addition, provide Scientific Observers to collect scientific data while at sea. Vessels must be capable of housing a minimum of 3 personnel: 1-2 Scientific Observers in addition to the Captain and Crew, for the duration of each fishing trip. Activity 1:Fishery-Independent Survey - Following established protocols (survey design and data collection from previous gear comparison and pilot fishery independent research), conduct hook-and-line research-fishing for the fishery-independent survey for bottomfish in waters around the Main Hawaiian Islands in either the winter/spring of 2019 or the summer/fall of 2019. Specific tasks include: ●With assistance from PIFSC, identify contractor-provided fishing vessels (including Captain and Crew) to conduct sampling using standardized bottomfish fishing gear at up to 250 pre-selected grids (defined as 500 meter by 500 meter units) within a designated 2 month time window. Sites will be proportionate to the bottomfish habitat across islands. Exact numbers will vary, but the approximate distribution is: 25% for the Big Island, 5% for Kauai, 55% for Maui Nui, 5% for Niihau and 10% for Oahu. ●Provide Scientific Observers to record fishing operation and biological data on each fishing vessel. ●Coordinate with and provide logistical support to Vessel Captains and Scientific Observers (with crew optional) to attend a PIFSC-led training session prior to and debriefing session after each survey to discuss program goals and objectives, scientific protocols, and responsibilities. ●Procure all necessary gear, equipment, and supplies for contracted vessels to carry out the requirements contained herein. ●Maintain communication with contracted vessels to provide support as needed throughout the project, and to provide status updates to PIFSC. ●Provide necessary data forms and equipment, including electronic devices equipped with a data entry application developed by PIFSC, to Scientific Observers as required. ●PIFSC will provide initial training on the use of electronic devices to observers on fishing vessels; however, the contractor shall assist with setting up the devices and provide assistance with troubleshooting questions and issues that may arise. ●Inspect collected data to ensure accurate completion and legibility during the survey and submit all data in the form it was collected to PIFSC for analysis within two weeks of survey completion. ●As cellular/internet coverage allows, transmit data via the electronic application or images or scans of paper data sheets during the survey period to PIFSC to ensure data are being filled-in according to procedures. ●Provide biosamples of fish caught during operations that meet PIFSC-specified criteria, retain, affix ID tag, store, and send whole fishes to PIFSC, as logistics permit and according to storage and transport requirements. Option Activity 2:Constituent Meetings - Assist with logistics to convene at least two constituent meetings (including fishers and scientists) throughout the Main Hawaiian Islands to discuss progress of activities as well as pertinent research on bottomfish in the Pacific Islands Region. Specific tasks include: ●Provide logistical support and convene meetings with PIFSC stakeholders. Work with PIFSC staff to inform stakeholders, such as fishers, fishing clubs, and fishing organizations to inform their members, and other industry participants about ongoing bottomfish related PIFSC projects that benefit from fisher engagement such as data workshops, listening sessions, the fisheries independent survey effort, and other outreach efforts that support PIFSC goals relative to cooperative research activities. ●Provide all meeting materials (e.g., brochures), equipment (e.g., PA system, facility rental costs) to conduct the meeting. Option Activity 3:An additional fishery-independent survey using contractor-provided vessels sampling in up to 250 pre-selected grids over a designated 2 month time window (as described above in Activity 1) shall be conducted around the Main Hawaiian Islands. This additional survey in each contract period will provide requisite data to assess seasonal variability in bottomfish abundance estimates. Option Activity 4:Provide contractor-provided vessels which shall sample up to an additional 75 pre-selected grids around the Main Hawaiian Islands as part of activities specified in Activity 1 above. These additional grids will be within the same spatial scope and time window as grids for Activity 1 and are intended to provide adaptability in the survey design to address fluctuating strata-specific variability in catches. Sampling protocols for these grids will be the same as grids for Activity 1. Option Activity 5:Provide contractor-provided vessels which shall sample up to an additional 75 pre-selected grids around the Main Hawaiian Islands as part of activities specified in Activity 3 above. These additional grids will be within the same spatial scope and time window as grids for Activity 3 and are intended to provide adaptability in the survey design to address fluctuating strata-specific variability in catches. Sampling protocols for these grids will be the same as grids for Activity 3. Option Activity 6:Provide up to two contractor-provided vessels to deploy and recover the PIFSC Modular Optical Underwater Survey System (MOUSS) in up to a total of 50 pre-selected grids within the existing operational area for Activity 1 to include: ●Contractor to provide vessels for this activity must be capable of safely launching and recovering the MOUSS, which is launched and recovered in a manner similar to that used for a single lobster, crab, or fish trap. The MOUSS measures 40 inches in width by 19 inches in depth by 9.5 inches in height and weighs approximately 60 lbs. Additional MOUSS components include a 75 lb. anchor, up to 1600 ft. of ⅜ inch line stored in one to two 55 gallon trash cans, two surface and one subsurface floats (each approximately 1.5 ft. in diameter). The configuration of MOUSS from the seafloor to the surface is as follows: lead anchor, ~15 feet of ⅜ anchor line, MOUSS, 400 - 1600 feet of ⅜ subsurface line, subsurface float, additional 10-15 feet of ⅜ subsurface line, two surface floats. The MOUSS also utilizes 0.5kg of chum, which must be provided by the contractor, and is the same as the bait used for Activity 1. The vessel is required to carry one to two MOUSS units. Transportation of the MOUSS system and supplies to vessels on neighboring islands in the responsibility of the Government. ●Sampling protocols for these grids include two drops per grid with a 15 minute soak time per drop. Grid depth shall be between 75 and 250 meters. ●In addition to existing vessel requirements, contractor-provided vessels for this activity must have: ○A hydraulic or electric pinch puller or similar capable of lifting 500 lbs. (safe working load) at least 4 ft. above the water and on to the vessel deck; ○40 square feet of flat, level, working deck space adequate for storing and working with MOUSS and its associated components (line buckets, anchor, surface and subsurface floats, etc.). This working deck area should not regularly be awash; ○A dry location suitable for working with a laptop computer to interface with the MOUSS and for download of video data; ○Power outlet capable of supplying 120v/3A AC current for charging laptop computer and MOUSS battery; ○The ability to accommodate a PIFSC-provided male or female MOUSS technician, subject to PIFSC or JIMAR regulations, required to be present for any MOUSS operation. The duties of the MOUSS technician are limited to the setup, breakdown, and maintenance of the MOUSS including data download. To allow boarding of PIFSC technicians, the vessel shall have i) valid Coast Guard certification; and ii) the contractor shall arrange to have a NOAA or NOAA-designated vessel operations coordinator (VOC) perform an in-person safety inspection. To allow boarding of JIMAR technicians, in addition to the requirements for the PIFSC technician, the contractor must contact the Marine Superintendent at the University of Hawaii Marine Center (UHMC) for vessel approval, by a) providing information about the vessel including name, length, value, type of charter, dates of charter, travel destinations during charter, number of JIMAR employees, and business purpose of charter; and b) showing proof (a certificate of insurance) of insurance(s) with vessel liability coverage totaling $5 million per occurrence during the time period of operation and which has the Research Corporation of the University of Hawaii (RCUH) and the University of Hawaii (UH) named as additional insured. Option Activity 7: Provide up to two contractor-provided vessels to deploy and recover the PIFSC Modular Optical Underwater Survey System (MOUSS) in up to a total of 50 pre-selected grids within the existing operational area for Activity 3. Option Activity 8: Provide up to 5 additional backup electronic devices with at least 256Gb of storage and waterproof cases and mounting accessories for use by the observers, equipped with software for electronic data entry, back up batteries, flotation devices that will aid in the recovery of the devices should they fall overboard, and pre-paid data cards to transmit data when vessels come into cell range. Each electronic device must be equipped with a data entry application developed by PIFSC. Apple iPhone 7+ with 256 GB capacity are currently being tested as the platform on which to deploy the software application. The devices must contain a software application that PIFSC has developed and tested through the vendor Tukuh Technologies, LLC. The anticipated period of performance December 1, 2018 - November 30, 2019 with two (2) additional one-year options. The NAICS code for this requirement is 541690 and the small-business size standard is $15.0M. The Government anticipates awarding a firm-fixed-price type contract for these services. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of the submission of contractor's information. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Your response shall reference this Sources Sought number NFFR7400-18-00613. Your response shall include the following information: •SBA designation (i.e. 8(a), HUBZONE, Woman Owned Small Business, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.), •Business Name •CAGE Code •Name of point of contact •Email address •Phone and fax numbers •Size standard of company •All firms responding to this Sources Sought must articulate their capabilities clearly and adequately by providing past experience that is similar to the size, scope and complexity of the requirements outlined in this synopsis. Firms should include a description of subcontracting, if any, that will be required to provide technically acceptable services for this requirement. Information must be received by the Contracting Officer, Ms. Crystina Jubie, at Crystina.r.jubie@noaa.gov by 2:00 PM Pacific Time on Thursday, March 1, 2018. Do not call regarding this sources sought notice. Any questions or responses regarding this notice must be submitted in writing via e-mail to the above e-mail address. Firms that are interested in sub-contracting opportunities related to this project should contact interested prime contractors directly, not the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/NFFR7400-18-00613/listing.html)
- Record
- SN04824812-W 20180217/180215231813-faea1dfeae9ce4f3e36cfe93ea8d3230 (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 |