Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 06, 2022 SAM #7462
SOURCES SOUGHT

R -- Monitoring and Recovery of Abalone

Notice Date
5/4/2022 12:53:49 PM
 
Notice Type
Sources Sought
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
 
ZIP Code
98115
 
Solicitation Number
NF-FO2000-22-00840
 
Response Due
5/11/2022 3:00:00 PM
 
Point of Contact
Lindy DeGering, Phone: 303-578-9022, Elliott Waxman, Phone: 303-578-9544
 
E-Mail Address
lindsey.degering@noaa.gov, elliott.waxman@noaa.gov
(lindsey.degering@noaa.gov, elliott.waxman@noaa.gov)
 
Small Business Set-Aside
EDWOSB Economically Disadvantaged WOSB (EDWOSB) Program Set-Aside (FAR 19.15)
 
Description
REQUEST FOR SOURCES SOUGHT ANNOUNCEMENT PR: NF-FO2000-22-00840 1.0 Description The National Oceanic and Atmospheric Administration (NOAA) Western Acquisition Division (WAD), on behalf of the National Marine Fisheries Service (NMFS), West Coast Regional Office (WCR) Protected Resources Division Long Beach, is seeking possible sources able to provide support for sub- and intertidal abalone surveys and research in Southern California conducted by a biologist. The North American Industrial Classification System (NAICS) code is 541620 Environmental Consulting Services. The small business size standard for this NAICS code is $16.5 Million. 2.0 Background and Objective The National Oceanic and Atmospheric Administration (NOAA) / National Marine Fisheries Service (NMFS) and California Department of Fish and Wildlife (CDFW) agencies have developed and implemented recovery strategies for declining species of abalone (genus Haliotis) that are native to the west coast of North America. Strategies are focused on monitoring key population demographics (e.g., abundance, density, size frequency) and habitat characteristics and outplanting captive-bred abalone into the wild to restore the viability of wild populations. Synthesizing and applying data collected from these efforts is vital to developing a better understanding of abalone ecology and measuring progress towards recovery. Data from long-term population monitoring will be leveraged to track the status of remnant wild abalone and habitat, improving our understanding of long-term trends. Further, comprehensive analysis of the first three years of outplanting data (2019 to 2021), in addition to habitat data collected alongside demographic surveys, will inform how best to improve outplanting methods and expand efforts to additional sites in southern California. While significant progress has been made to-date in carrying out these two specific recovery actions, there is a critical need to not only continue these follow on efforts but to interpret, learn from, and build upon the results and experiences and adaptively manage actions moving forward. WCR desires to establish a collaborative relationship with a contractor that will provide support to sub- and intertidal abalone surveys and research conducted by biologists in southern California. This research supports NOAA's mission to implement recovery actions for white and black abalone under the U.S. Endangered Species Act (1973) and to monitor pinto abalone status in Southern California under the NOAA Species of Concern program and the California Abalone Recovery and Management Plan. Option periods are anticipated because longitudinal assessment and analysis are required to develop reliable methods for recovering and conserving protected abalone and sufficient time to analyze and interpret results. The information obtained from these studies is required for implementing the lowest risk recovery program that yields the highest recovery potential for white, black, and pinto abalone. 3.0 Requirements In order to promote the most efficient use of NMFS funds towards meeting the mission and program goals of the West Coast Region Protected Resource Division, NMFS requires a contractor that can provide services to help analyze and achieve these program goals. This shall include: The Contractor shall lead abalone outplanting activities in San Diego and assist NMFS Project Leader (PL) and other outplant partners at outplant sites in Southern California based on specific objectives, methods, and timing outlined in the NOAA White Abalone Strategic Plan and building on efforts initiated in 2018. The Contractor shall assist NMFS and abalone recovery partners in conducting abalone demographic and habitat surveys in the Southern California Bight, including offshore banks, Channel Islands, and mainland California, and potentially Baja California, Mexico. Assist NMFS with collection of white abalone broodstock for the captive-breeding program and genetic tissue samples from wild and captive-bred white and red abalone. Assist NMFS as needed with pinto and black abalone research in southern California. The Contractor shall manage, interpret and utilize the data collected from outplanting activities and time-lapse cameras, abalone demographic and habitat surveys, and research involving other abalone species (as needed). ???????4.0�Desired Capabilities NOAA�s National Marine Fisheries Service (NMFS) is seeking to collaborate with an individual or entity that: Able to furnish a vessel, survey equipment and SCUBA gear that can safely and efficiently conduct underwater surveys along the mainland in southern California; Provides AAUS-certified scientific divers with extensive experience in abalone identification and handling, outplanting, and conducting subtidal SCUBA monitoring surveys to carry out outplanting tasks; Gathers information on abalone abundance, distribution, habitat suitability and reproductive potential based on SCUBA observations and time lapse images; Has access to specialized equipment (underwater time lapse cameras) and is capable of analyzing the images collected by these cameras over the period of performance; Analyze data and present findings to project management and stakeholders, at scientific conferences, and in relevant peer-reviewed publications. ???????5.0�Requested Information Contractors shall submit a Capability Statement and a completed response to the questionnaire (see attached desired capability questions sheet). The submitted shall demonstrate how they meet the requirements of this Sources Sought notice. Please limit responses to three pages. Standard brochures will not be considered a sufficient response to this notice. The submitted Capability Statement shall include the following: Company Overview Company Name and Address A brief description of your company Social-economic status, business size, and size standard/applicable North American Industry Classification System (NAICS) codes. Dun & Bradstreet (DUNS) number Website address Up to five recent (within the past three years) and relevant projects similar in size and magnitude Identify your experience as a Prime or a Sub on similar efforts Identify any work with the Fisheries, West Coast Regional Office � Protected Resources Division Long Beach or other Fisheries divisions for similar project work. 6.0 Summary THIS IS A SOURCES SOUGHT REQUEST ONLY to identify sources that can furnish support to sub- and intertidal abalone surveys and research conducted in Southern California by a biologist. The information provided in the Sources Sought is subject to change and is not binding to NOAA. The NMFS has not made a commitment or an authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Responses must be submitted in writing no later than May 11, 2022 by 4:00 p.m, MT, sent via email to lindsey.degering@noaa.gov and elliott.waxman@noaa.gov. Emailed responses must be received in a supported Adobe or Microsoft Office file format. These formats are the only acceptable methods of submitting a response electronically. Zip Files, Cloud storage providers, google docs, web based drop boxes, OneNote/OneDrive, URLs, web-based format, or any other virtual/web-based memory service are NOT acceptable methods of submitting a response electronically. Documentation will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to conduct a competitive procurement, based upon response to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4d4d1f0abeec41849011e48285b36ab0/view)
 
Place of Performance
Address: Long Beach, CA 90802, USA
Zip Code: 90802
Country: USA
 
Record
SN06317660-F 20220506/220504230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.