Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
SOLICITATION NOTICE

R -- AERIAL SURVEYS OF ARCTIC MARINE MAMMALS

Notice Date
4/30/2018
 
Notice Type
Presolicitation
 
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
AB133F18RQ0323
 
Point of Contact
Noah N. Nielsen, Phone: 2065266034
 
E-Mail Address
noah.nielsen@noaa.gov
(noah.nielsen@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Background The Aerial Surveys of Arctic Marine Mammals (ASAMM) project requires that aerial surveys be conducted in the Alaskan Arctic, including the eastern Chukchi and western Beaufort seas. ASAMM and preceding surveys (BWASP and COMIDA) have been conducted in this region every year since 1979. The project is funded by the Bureau of Ocean Energy Management (BOEM) and conducted by National Marine Fisheries Service (NMFS) Alaska Fisheries Science Center (AFSC) Marine Mammal Laboratory (MML). Surveys are conducted by visual observers in twin turbine aircraft. The survey area is a remote location characterized by harsh and rapidly changing weather conditions, including fog, strong winds, and snow. Objectives and Scope Safety is of paramount importance to continuation of the ASAMM project; therefore, the primary objective is to maintain the project's pristine safety record to minimize risk to survey personnel. Other essential objectives are maintaining maximum scientific integrity and continuity of the ASAMM historical database, a unique long-term dataset on arctic marine mammals. Achieving these objectives requires the Project Leader working with NOAA and other personnel to collect, analyze, and report on survey data. Collaboration with representatives from local, state, federal, and tribal governments, commercial entities, non-governmental organizations, Alaska Native organizations, and academic institutions is also essential to achieving these objectives. The data collected during the surveys will be used to pursue several ecological and management objectives, including but not limited to: 1.Monitoring the spatial and temporal variability in the density, distribution, and behavior (including calving/pupping, feeding, hauling out) of marine mammals (cetaceans, ice seals, walruses, and polar bears) in the U.S. Arctic. This objective will be achieved primarily through line-transect aerial survey data, with supplementary information from aerial photo-identification data; 2.Describing the annual migration of bowhead whales across the U.S. Arctic, including inter-annual variability or long-term trends in the spatial distribution and timing of the migration; 3.Providing near real-time data or derived products, such as graphical data summaries, on marine mammals and environmental conditions in the U.S. Arctic to BOEM and NMFS; 4.Providing information on marine mammal abundance and distribution to Alaska Natives for use in management of subsistence hunts and assessments of anthropogenic impacts on marine mammal resources; and 5.Providing an objective wide-area context for understanding marine mammal ecology in the U.S. Arctic, to help inform management decisions and interpret results of other small-scale studies. In conjunction with a federal employee, the data shall be analyzed and presented via oral presentations and posters at scientific conferences with a federal employee, meetings with collaborators, government reports, peer-reviewed scientific literature, and other avenues, as necessary. A comprehensive list of actual requirements will be included in the the solicitation package document. The proposed contract action is set-aside for small business. The NAICS code for this procurement is 541690 and the business size standard for this requirement is $15 million. It is highly encouraged that any vendor meeting this size standard and desiring to be considered for award be registered in the System for Award Management (SAM) using this NAICS code or a NAICS code with an equivalent size standard. For additional information and to register in SAM, please access the following web site: www.sam.gov. In order to register with the SAM, all offerors must also have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://iupdate.dnb.com/iUpdate/viewiUpdateHome.htm or by phone at (866) 969-8491. It is also preferred that offerors to complete the electronic representations and certifications at the SAM website. Solicitationdocuments will be made available for download on or about May 1, 2018 at http://www.fbo.gov/. Paper copies of this solicitation will not be issued. Interested parties should use the FedBizOpps [Add to Watchlist] and [Add Me to Interested Vendors] features which provide a notification when the Request for Quote (RFQ) becomes available for download as well as all postings of information associated with this solicitation thereafter. Each potential offeror 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.fbo.gov/. The date offers are due will be stated within the solicitation documents and will be adjusted based upon the actual release date of the solicitation. All questions of any nature regarding this procurement should be sent in writing to the Contracting Officer, Noah Nielsen at noah.nielsen@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/AB133F18RQ0323/listing.html)
 
Record
SN04905288-W 20180502/180430230850-0944517fca96828eab61ccde5e82f801 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.