SPECIAL NOTICE
F -- HARBOR SEAL PREDATION & WHIDBEY BASIN CHINOOK SALMON GENETIC STOCK ID
- Notice Date
- 5/7/2024 12:58:06 PM
- Notice Type
- Special Notice
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION US
- ZIP Code
- 00000
- Solicitation Number
- REQUIREMENTS-24-1656
- Response Due
- 5/22/2024 2:30:00 PM
- Archive Date
- 06/06/2024
- Point of Contact
- JAMIE ABU SHAKRAH, Phone: 2065266021
- E-Mail Address
-
jamie.abushakrah@noaa.gov
(jamie.abushakrah@noaa.gov)
- Description
- NOTICE OF INTENT TO NEGOTIATE A SOLE-SOURCE CONTRACT HARBOR SEAL PREDATION ON PUDGET SOUND SALMONIDS & WHIDBEY BASIN CHINOOK SALMON GENETIC STOCK IDENTIFICATION National Oceanic and Atmospheric Administration (NOAA), NOAA Fisheries hereby gives public notice of the intent to negotiate a sole-source contract pursuant to the authority of Federal Acquisition Requirements (FAR): FAR 6.302-1(a)(2) and 41 USC 3304(a)(1) establishes authority for the government to seek services from the Washington Department of Fish and Wildlife (WDFW). SCOPE OF WORK: Harbor seal predation on Puget Sound salmonids (CLIN 0001) To estimate consumption rates, the Northwest Fisheries Science Center (NWFSC) needs empirically derived values for the following metrics: (1) average monthly proportions of harbor seal scat comprised of salmonid species at each estuary site, (2) monthly counts of harbor seals at haulouts in close proximity to each estuary, and (3) the average proportion of time spent by harbor seals in the vicinity of each estuary. The NWFSC also needs harbor seal behavioral and distribution information to help identify foraging behavior patterns that characterize harbor seal-salmonid predator-prey interactions. Whidbey Basin Chinook Salmon Genetic Stock Identification (CLIN 0002) NWFSC, along with Tulalip Tribes and Skagit River System Cooperative, have collected and compiled ~3000 tissue samples from juvenile Chinook salmon in estuarine and nearshore marine habitats within the Whidbey Basin. The sample set includes a mix of newly collected (not processed) and previously collected, and processed, samples. Newly collected samples will be processed, DNA extracted, and given individual population assignments using the current Chinook population baseline. Previously collected and processed samples will be provided as genetic data and will be rerun using the updated baseline per above. Lastly, a mixed stock analysis (MSA) will be performed using the entire sample set. Stratification for MSA will be determined based on discussion with NWFSC and the Contractor. TASK REQUIREMENTS: Harbor seal predation on Puget Sound salmonids (CLIN 0001) Task 1. Determine proportions of salmonid species and life stages in harbor seal scat samples. The contractor shall collect a minimum of 45 harbor seal scat samples per month from harbor seal haulouts within twenty kilometers of each of the two (2) focal estuary sites: 1) the Nisqually River estuary in South Puget Sound and 2) the Duckabush and Dosewalips River estuaries in Hood Canal. The Duckabush and Dosewalips estuaries will be considered to be one (1) estuary site for this project. The contractor shall process all scat samples in their laboratory using sample preparation and DNA metabarcoding techniques (similar to Thomas et al. (2017)) to determine the unique species component (%) of each sample. The contractor shall match all DNA sequences in each sample to sequences of species known to occur in Puget Sound contained in a custom reference database composed of sequences The contractor shall generate summaries for each individual scat sample, including sample date, seal identification, and the proportion of each prey species contained in each sample. The contractor shall identify all hard structures (e.g. bones, beaks, lenses, etc.) present in each harbor seal scat sample to the lowest possible taxon and provide results to the Program Manager. The contractor shall retain and identify all salmonid otoliths in each sample and compare to reference collections and published otolith keys. The contractor shall use the hard structures from salmonids in each sample to determine the proportion of each life history type (i.e., juvenile or adult) represented in each sample containing salmonid DNA. The contractor shall measure all salmonid otoliths and generate a distribution of harbor seal prey size for each salmonid species using logistic regression using methods outlined in Nelson et al. (2021). Task 2. Estimate the number of harbor seals using the focal estuary haulouts The contractor shall use a combination of aerial flight surveys and unmanned drone surveys to collect weekly observations and video capturing the number of harbor seals using the Nisqually estuary and the Duckabush and Dosewallips estuaries as haulout habitat during each month of the year starting on October 1, 2024 and ending September 30, 2025. Surveys shall include all potential haulout areas within twenty kilometers of each focal estuary and will occur at appropriate tidal heights for each site (below 2 ft mean lower lower water (MLLW) at the Nisqually estuary and above 6 ft MLLW at the Duckabush/Dosewallips site). The contractor shall process aerial and flight survey data and provide final monthly harbor seal counts for each site to the Program Manager. Task 3. Quantify harbor seal distribution and foraging behavior The contractor shall purchase 70 GPS SPOT tags from Wildlife Computers configured to communicate the wet/dry status of the tag to satellites at regular intervals. The contractor shall capture 35 harbor seals at each of the two (2) focal estuary sites, collect biological data (sex, length, genetics) on each captured seal, and attach a Wildlife Computers GPS SPOT tag to the flipper of each individual to track them upon release. Some of the tagged animals will likely leave the area, and tag batteries will not last the entire year, therefore, tags shall be applied such that a minimum of 20 seals per site are tagged and collecting GPS data during every month of the year from October 2024 to September 2025. The contractor shall configure the GPS data feed to record, plot, and store GPS detections for all harbor seal tags. The contractor shall provide the Program Manager continuous access to real-time satellite-based tag location data and all archived data recovered from the 70 GPS SPOT tags. The contractor shall summarize tagged harbor seal metrics, including but not necessarily limited to residence time within 20 kilometers of the focal estuary site, locations of habitat usage outside of the focal estuary site, and kernel density. The contractor shall complete a harbor seal behavior report detailing the results of the distribution and behavior of all harbor seal tags. The contractor shall use the wet/dry data recorded by each GPS SPOT tag to calculate the proportion of time the tagged seals spent hauled out on land versus in the water for each month of the year from October 2024 to September 2025. Whidbey Basin Chinook Salmon Genetic Stock Identification (CLIN 0002) Task 1. Quantify population overlap for Whidbey Basin Chinook salmon using genetic stock identification The contractor shall process, extract DNA, and assign N = 2200 Chinook DNA samples a genetic Stock Identification (GSI) by comparing to the current Chinook salmon population baseline. The contractor shall assign the Chinook DNA sample data from the processed genetic samples a GSI by comparing to the current Chinook salmon population baseline. The contractor shall perform a power analysis of the Chinook salmon population baseline to determine confidence of population assignment Perform a mixed stock analysis on GSI data utilizing both new and previously processed samples. FAR 6.302-1(a)(2) and 41 USC 3304(a)(1) establishes authority for the government to seek services from WDFW to perform the Harbor Seal Predation on Puget Sound Salmonids and Whidbey Basin Chinook Salmon Genetic Stock Identification. Responses to this notice must be provided within fifteen (15) calendar days from the date of this notice. Vendors who believe they can meet this requirement are required to submit in writing an affirmative response demonstrating a comprehensive understanding of the requirements. All written responses must include proof of possessing the Federal MMPA Permit and a written narrative statement of capability, including detailed technical information demonstrating their ability to meet the requirement. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirement. Failure to submit such documentation will result in the Government proceeding as previously stated. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 2:30 P.M. Pacific Standard Time, May 22, 2024. The responses must be submitted via e-mail to Jamie Abu Shakrah, Contract Specialist, at Jamie.AbuShakrah@noaa.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/531995eabd8847be81624d691c70787e/view)
- Place of Performance
- Address: WA, USA
- Country: USA
- Country: USA
- Record
- SN07055140-F 20240509/240507230043 (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 |