SOURCES SOUGHT
B -- Killer Whale Blubber Analysis
- Notice Date
- 6/10/2024 9:31:53 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- DEPT OF COMMERCE NOAA SEATTLE WA 98115 USA
- ZIP Code
- 98115
- Solicitation Number
- 143041-24-0203JRW
- Response Due
- 6/13/2024 11:00:00 PM
- Archive Date
- 06/15/2024
- Point of Contact
- Jamie Rosales, Phone: 3035786951
- E-Mail Address
-
jamie.rosales@noaa.gov
(jamie.rosales@noaa.gov)
- Description
- Notice Number: 143041-24-0203JRW Notice Type: Sources Sought Synopsis Title: Killer Whale Blubber Analysis Response Date: 06/14/2024 12:00 AM MDT This is a SOURCES SOUGHT SYNOPSIS and is not a pre-solicitation announcement. The purpose of this Market Research and Sources Sought Notice is to gain knowledge of potential qualified U.S. Domestic businesses, which could include Small Business, HUBZone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business firms and even Large Businesses. Responses to this Sources Sought Synopsis will be used by the Government in making appropriate acquisition decisions. The National Oceanic and Atmospheric Administration (NOAA), The National Marine Fisheries Service (NMFS), Northwest Fisheries Science Center (NWFSC) The National Marine Fisheries Service (NMFS), National Oceanic & Atmospheric Administration (NOAA), Department of Commerce (DOC), is a government agency charged with the mission of stewardship for living marine resources. NOAA Fisheries is responsible for the protection, conservation, and recovery of endangered and threatened marine and anadromous species under the Endangered Species Act. All marine mammals are protected under the Marine Mammal Protection Act. The NOAA Northwest Fisheries Science Center (NWFSC) Center provides scientific and technical support to NMFS for the management, conservation, and wise use of the Northwest region�s marine and anadromous resources. Killer whale blubber and muscle proximate composition data will be used in studies to evaluate killer whale health and as parameters in models that predict the impacts of reduced foraging capacity in Southern Resident killer whales. A critical component of the NMFS mission is to aid in the management of endangered Southern Resident killer whales, and this contract for proximate composition will help accomplish that mission. INTENDED USE/PURPOSE: The objective of this work is to determine the proximate composition of killer whale blubber and muscle samples through standardized chemistry techniques used to evaluate the composition of food and tissues. The percent composition of fat, specific fatty acids, carbohydrates, nitrogen, protein, ash, and moisture will be determined in each muscle and blubber sample, as described in the technical specifications. The killer whale blubber and muscle proximate composition data will be used by NOAA to investigate indicators of health and disease in deceased killer whales. The data will also be used by NOAA to parameterize bioenergetics models that predict impacts of reductions in foraging behavior and prey availability on killer whale body condition and survival. SPECIAL REQUIREMENTS/ESSENTIAL SALIENT FEATURES: The contractor must have extensive experience in conducting proximate composition analyses using well-documented standardized techniques. The laboratory must also be accredited and provide prompt turnaround time. Specifically, the data shall be emailed to the POC within 2 weeks upon receipt of samples, as described in the deliverables. The contractor should have experience conducting these analyses on marine mammal (whale, dolphin, sea lion, or seal) tissues (blubber and/or muscle), and each analysis shall be conducted using standardized techniques for the industry. A total of twenty-eight samples (blubber or muscle, exact number of each to be determined after the award) from killer whales will be analyzed. The analyses, described below, will be conducted on every sample. The total mass of each individual sample required for all analyses combined cannot exceed 100 grams. Analyses include: Fat by Acid Hydrolysis Fatty Acid Profile C4:0 - C24:0 (as Triglycerides) for, at a minimum, each of the following: ��������������� 4:0 Butyric ��������������� 6:0 Caproic ��������������� 8:0 Caprylic ��������������� 10:0 Capric ��������������� 12:0 Lauric ��������������� 14:0 Myristic ��������������� 14:1 Myristoleic ��������������� 15:0 Pentadecanoic ��������������� 15:1 Pentadecenoic ��������������� 16:0 Palmitic ��������������� 16:1 Palmitoleic ��������������� 17:0 Heptadecanoic ��������������� 17:1 Heptadecenoic ��������������� 18:0 Stearic ��������������� 18:1 Oleic ��������������� Total 18:1 Isomers ��������������� 18:2 Linoleic ��������������� 18:3 Gamma Linolenic ��������������� 18:3 Alpha Linolenic ��������������� 18:4 Octadecatetraenoic ��������������� 20:0 Arachidic ��������������� 20:1 Eicosenoic ��������������� 20:2 Eicosadienoic ��������������� 20:4 Arachidonic (n6) ��������������� 20:4 Arachidonic (n3) ��������������� 20:3 Eicosatrienoic ��������������� 20:3 Homogamma Linolenic ��������������� 20:5 Eicosapentaenoic ��������������� 21:5 Heneicosapentaenoic ��������������� 22:0 Behenic ��������������� 22:1 Erucic ��������������� 22:2 Docosadienoic ��������������� 22:3 Docosatrienoic ��������������� 22:4 Docosatetraenoic ��������������� 22:5 Docosapentaenoic (n6) ��������������� 22:5 Docosapentaenoic (n3) ��������������� 24:0 Lignoceric ��������������� 22:6 Docosahexaenoic ��������������� 24:1 Nervonic ��������������� Saturated Fat (%) ��������������� Monounsaturated Fat, Cis and Trans Isomers (%) ��������������� Polyunsaturated Fat, Cis and Trans Isomers (%) ��������������� Omega 3 Fatty Acids (%) ��������������� Omega 6 Fatty Acids (%) ��������������� Sum of Fatty Acids (%) Total Carbohydrates by Calculation Nitrogen Total Protein (Dumas Method) Adjusted Protein for Non-Protein Sources Ash Moisture by 100C Vacuum Oven PERIOD OF PERFORMANCE DATE OF AWARD (DOA) THROUGH 1 YEAR: The North American Industry Classification Code (NAICS) is 541380 with a size standard of $19.0 Million. Interested firms shall provide, in writing, a brief narrative (no more than 3 pages in length) and documentation to support your firm�s capability and experience meeting the requirements herein and include your firm�s name, address, point of contact, telephone number, UEID Number, CCR CAGE Number, business type and size (i.e., small, large, non-profit, educational, etc.). Any response that does not include this information will not be considered. The Government will review your response to determine if your firm has the experience, knowledge and capability to provide the items as specified above. This request for information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. Nor does this request for information constitute a commitment, implied or otherwise, that any procurement action may be issued for the Government�s requirements. No entitlement to payment of direct or indirect costs or charges by the Government will arise because 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. All contractors doing business with the Government are required to be registered and active with the System for Award Management (SAM) website. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded based on responses received to this notice.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/58c01755ac664428bcc688ef2a5161c9/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07092267-F 20240612/240610230119 (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 |