SOLICITATION NOTICE
R -- TECHNICAL SERVICES/BIOLOGICAL/ENVIRONMENTAL/DATA MANAGEMENT
- Notice Date
- 3/12/2004
- Notice Type
- Solicitation Notice
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC133F-04-RP-0015SKC
- Response Due
- 6/29/2004
- Archive Date
- 7/14/2004
- Point of Contact
- Sharon Clisso, Contract Specialist, Phone (816) 426-7267 ext. 231, Fax (816) 426-7530, - William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530,
- E-Mail Address
-
sharon.k.clisso@noaa.gov, william.j.becker@noaa.gov
- Description
- The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Southeast Fisheries Science Center (SEFSC) has a requirement to obtain technical support services for research, monitoring, gear development, computer and data management services, and field data collection. Unless otherwise specified, work will be performed at one of the SEFSC Laboratories or Field Stations, or at one of the National Ocean Service (NOS) facilities engaged in cooperative work with the SEFSC. The primary NMFS and NOS facilities include: Galveston, Texas, Pascagoula, Mississippi, Stennis Space Center at Bay St. Louis, Mississippi, Panama City, Florida, St. Petersburg, Florida, Miami, Florida, Charleston, South Carolina, Beaufort, North Carolina, and Oxford, Maryland. Several smaller field offices exist and may be the sites for work involving data collection directly from commercial or recreational fisheries. Other work will be performed aboard NOAA-owned/NOAA-chartered research vessels, or NOAA-owned/NOAA chartered aircraft. There will be some filed work at remote sites throughout the southeast region, usually using small boats. Some work will involve observation of fishing activity aboard privately owned vessels engaged in commercial or recreational fishing in the region. The SEFSC data collection, survey, and research activities are conducted throughout the southeastern region, and occasionally in the waters of other nations. The southeaster region includes the coastal states from North Carolina through Texas, plus Puerto Rico and the Virgin Islands. Surveys sometimes extend north through New England. Survey activities may also be conducted in the water of Mexico, Central America, and the Caribbean Island nations. The SEFSC also provides gear research, development, and technology transfer services, which may sometimes involve work anywhere in the world. The proposed contract will provide scientific products and services to support the following tasks: 1) at-sea support/vessel and aerial surveys; 2) observer collection of fishery data; 3) oil and gas platform removal support; 4) estuarine sampling; 5) marine mammals and turtles studies and analysis; 6) port agent collection of fishery data; 7) in-lab support of research and monitoring; 8) animal rearing (husbandry); 9) operation and simple maintenance of 60-foot research vessel and small boats; 10) development of fishing and sampling gear including field research on sea turtle interaction with fishing gear; 11) data management; 12) remote sensing operations; 13) maintenance and development of electronic instrumentation; and 14) data analysis and report development. This requirement will provide the SEFSC and associated NOS labs with rapid and flexible access to scientific products and services. These activities are expected to require a variety of disciplines including but not limited to: Fisheries Biologists; Fish or Wildlife Biologist; Ecologists; Statisticians; General Biologists; Vessel Operators; Fishery Methods and Equipment Specialist; Biological Aides; Electronics Technicians; Remote Sensing Specialists; Computer Programmers; Computer Operators; Computer Systems Analysts; and Network Administrators. The proposed contract will be for a base period of 12 months with four optional renewal periods of 12 months each. The anticipated start date is November 29, 2004. The solicitation will be issued on or around May 27, 2004. This requirement is not set-aside for small business. NAICS code 561210 applies. Firms that have the ability to provide the services listed in this announcement are invited to request a copy of the solicitation. All requests must be in writing and can be faxed to 816-426-7530. Receipt of a facsimile by the Government is the responsibility of the sender. All responsible sources may submit an offer which will be considered by the agency.
- Place of Performance
- Address: See description for locations.
- Record
- SN00543755-W 20040314/040312215029 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |