SOLICITATION NOTICE
B -- Survey to Establish Capacity of Longline and Pole Fleets in the Western and Central Pacific Ocean
- Notice Date
- 5/11/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Administrative Support Center, 7600 Sand Point Way, Northeast, Seattle, WA, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- AB133F-06-RP-0125
- Response Due
- 5/25/2006
- Archive Date
- 6/30/2006
- Description
- This is a combined synopsis/solicitation for commercial items as prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. The Solicitation No. is AB133F-06-RP-0125. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular No. 05-09. Objective: The objective of this study is to determine the individual and aggregate capacity of the longline, and pole and line fleets operating in the western and central Pacific Ocean that fish for yellowfin, albacore, skipkack or bigeye tunas and swordfish. Background: The information collected for this project / report will contribute to the deliberations of the Western and Central Pacific Fisheries Commission?s next annual meeting to be convened in Apia Samoa, the week of December 15 2006. The issue of capacity has been the subject of several resolutions by the precursors of the WCPFC, as well as at its most recent meeting (December 2005-see attached). There are a variety of conservation and management issues that have emerged during the course of the Commission?s deliberations regarding maximum or optimal fishing vessel capacity levels in the western and central Pacific Ocean (WCPO). Related to these discussions have been considerable debate and question as to what is the actual level of aggregate fishing capacity in the WCPO. These questions are in part based on the rapid growth of the highly migratory species (HMS) fisheries over the last 20 years, as well as the lack of comprehensive records on regional fishing fleets. More recently there has some examination and understanding of the size of the region?s purse seine fleet and its capacity (some of which was supported by the Pacific Islands Regional Office ), however, there is essentially no reliable summary information for the other two major gear-types known to fish for tunas and swordfish in the WCPO. The lack of a vessel participation / documentation list for the Western and Central Pacific has been to some degree ameliorated with the development of vessel registries at the Forum Fisheries Agency (FFA), and the Inter-American Tropical Tuna Commission (IATTC), and more recently with the establishment of a record of vessels authorized to fish within the high seas area of application of the Western and Central Pacific Fisheries Convention. Yet none of these lists are believed to be complete or provide all the information required to estimate current, much less previous, vessel inventories or capacities. Additionally, although some vessels may appear on regional registers, many longline and pole and longline vessels operate under local or bilateral access agreements and may not appear on WCPO regional databases and be only known to national authorities, or in some cases only municipal authorities. For example, neither the FFA nor WCPFC registers include vessels fishing solely within their own EEZ. The product of this project will be a report of a survey that will provide an estimate of WCPO longline and pole and line vessel fleet sizes. It will work toward estimating longline and pole and line fishing capacity with its various definitions/permutations. It will explore the considerations involved in obtaining more detailed/quantitative/technical estimates of capacity. Work Element(s): TASKS: Compile list of longline and pole and line vessel fleets in the western and central Pacific The offeror shall compile available information for the current period (no further back than calendar 2004). This shall include a breakdown by nationality of the number of distant water, foreign-flagged locally based and Pacific Island registered longline and pole and line vessels. The offeror, shall where possible, provide physical characteristics for the large scale longline fleets (large scale being over >24 meters) and for those fleets composed of vessels below 24m, a vessel classification system shall be provided along with the number of vessels in each vessel class. The relevant physical information shall be provided on vessels typical for each class of vessel identified. At a minimum all vessels over 15 meters shall be included. Physical parameters (e.g., length overall, hold size, gross register tons, horse power) of the vessels in each fleet or class should be provided to the degree possible. Ideally this would be standardized or convertible metrics. The offeror shall, where possible, also compile information on physical measures that can be used as proxies for standard capacity measures B such, but not limited to, vessel hold dimensions, vessel dimensions such as gross registered tons or length (overall) and or horsepower. Provide vessel crew size where possible. In the case of long line fleets previous estimates of global longline fishing capacity rely heavily on (a) various lists, many which are of dubious quality, (b) previous studies, many of which rely on other studies of unknown quality or the same dubious lists. To avoid perpetrating inaccuracies, the offeror shall critically scrutinize those lists, use industry contacts, make site visits, and ground truth the information received. The offeror shall assemble available information from all relevant WCPFC national registries (members and cooperating non-members), and well as those from multilateral organizations such as FFA and IATTC that are in the public domain, or to which NMFS can obtain permission to summarize. The offeror shall assemble available information from the WCPFC record of authorized vessels. The offeror shall assemble available information on longline and pole and line participation in the western and central Pacific from the data holdings of the Oceanic Fisheries Program of the Pacific Community for the most current complete data available. The offeror shall document to the degree possible longline fleets that have periodically fished in the WCPFC area (within the last 10 years)? including those relevant fleets from Asian Nations including Indonesia, Philippines and Vietnam. The offeror shall identify key gaps in the available information and give the considerations involved in obtaining more detailed/quantitative/technical estimates of characteristics that affect longline and pole and line capacity. For example the offeror shall, but would not be limited to, an analysis of the costs and practicality (and benefits) of obtaining more precise (quantitative) estimates of WCPO longline and pole and line capacity. NOAA Fisheries will request the permission or concurrence for access to the Forum Fisheries Agency and the Inter- American Tropical Tuna Commission?s Regional Registers and the WCPFC record of vessels authorized to fish prior to the initiation of work by the offeror. NOAA Fisheries will obtain the permission or concurrence for access to the Pacific Community?s Oceanic Fisheries Program prior to the initiation of work by the offeror. NOAA Fisheries will provide access to relevant data bases with information for WCPO US longline and pole and line fleets. Deliverable(s): The final work product will be a comprehensive report, addressing all Task(s) detailed items above, as well as any others that the contractor believes are relevant. The Report: An agreed upon electronic version of a draft report will be submitted to the COTR for review 90 days after the date of award of the contract. The report will be reviewed by the COTR and returned with written comments or suggested revisions to the contractor within 21 days. The final draft report addressing the COTR comments shall be submitted 30 days thereafter. The final report shall be submitted in both hard copy and electronic form (MSWord). The final report should include such visual aids as are appropriate to illustrate the findings, i.e. maps, figures, tables. The final report shall include endnotes referencing the documents consulted and the people interviewed. Timetable: Day x Contract begins Day 90 - Interim Report Due. Day 141- Final Report Due. Award should run no longer than 5 months. Esimated Start Date: June 1, 2006 The proposal shall prepared in accordance with FAR 52.212-1, Instructions to Offerors- Commercial Items, and the offer shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The following addenda are pursuant to this Clause: 1352.201-70, 1352.201-71, 1352.209-72, 1352.233-70. FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is applicable. Include the additional clauses: 52.203-6; 52.219-4; 52.219-6; 52.222-19; 52.222-21; 52.222-26; 52.222-39; 52.225-15; 52.225-16; 52.232-33. In accordance with 52.212-2, the following evaluation factors will be used for evaluation of proposals: TECHNICAL PROPOSAL EVALUATION The technical quality of the proposal will be considered significantly more important than price in the evaluation process. Evaluation of technical proposals will be based on the factors listed below, which are listed in descending order of importance. Factor A is slightly more important than Factor B for evaluation purposes. Factors A and B when combined are significantly more important than Factor C. FACTOR A: Technical Approach for Data Collection The approach should be comprehensive in scope so as to provide results from as many Commission members and cooperating non-members as possible. Important in this regard is demonstrated relationships or work histories with relevant marine offices and ministries of WCPFC member and cooperating non-members. FACTOR B: Experience and Qualifications of proposed researchers with similar Fisheries research work. Experience with similar surveys or related fisheries research will be based upon information provided in resumes. FACTOR C: Past Performance History The Government will conduct a performance risk assessment based on the quality of the offeror?s past performance as it relates to the probability of successful accomplishment of the required effort. The Government will focus on information that demonstrates quality of performance relative to the size, type and complexity of the procurement under consideration. Information utilized will be obtained from the references listed in the proposal, other customers known to the Government, and others who may have useful and relevant information. Information will also be considered regarding any significant subcontractor and key personnel. Past performance information will be used for both responsibility determination and as an evaluation factor. Please contact the Contract Specialist at the number below to receive a Past Performance Evaluation Form which shall be submitted with each offeror?s proposal. Please submit a form for the last three contracts completed of similar nature. Pricing shall be submitted in accordance with the following schedule: 0001 ? Survey to Establish the Individual and Aggregated Capacity of Longline and Pole and Line Fleets Operating in the Western and Central Pacific Ocean 1 LS ____________ The closing date for this combined synopsis/solicitation is May 25, 2006 at 2:00P.M. Please send proposals via U.S. Mail or other ground carrier. ELECTRONIC PROPOSALS WILL NOT BE ACCEPTED. Please mail proposals to: NOAA/WRAD Honolulu/1601 Kapiolani Blvd. Suite 1110, Honolulu, HI 96814/Attn: Contract Specialist ? Stephanie Kyles. All questions regarding this solicitation should be directed to Contract Specialist Stephanie Kyles at (808)944-2228. Full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.acquisition.gov/comp/far/index.html Mandatory Clause: The Western Administrative Support Center, Acquisition Management Division, requires that all contractors doing business with this acquisition office must be registered with the Central Contractor Registry (CCR) before October 1, 2003. After this date, NO award can be made unless the vendor is registered in CCR. For additional information and to register in CCR please access the following web site: http:///www.ccr.gov/. In order to register with the CCR and to be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
- Place of Performance
- Address: Contractor's Facility
- Record
- SN01046131-W 20060513/060511220327 (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 |