Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2009 FBO #2788
SOURCES SOUGHT

R -- SEABIRD WORK IN ANTARCTIC

Notice Date
7/13/2009
 
Notice Type
Sources Sought
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
 
ZIP Code
07732
 
Solicitation Number
RFQ-SWFSC-0035
 
Archive Date
8/1/2009
 
Point of Contact
pamela.g.jones, Phone: 8585467009
 
E-Mail Address
pamela.g.jones@noaa.gov
(pamela.g.jones@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
WE ARE LOOKING FOR SOMEONE WITH THE KNOWLEDGE AND CAPABILITIES AS FOLLOWS: SECTION - DESCRIPTION/SPECIFICATIONS/WORK STATEMENT The Contractor shall furnish the necessary personnel, material, equipment, services and facilities (except as otherwise specified), to perform the following Statement of Work/Specifications. STATEMENT OF WORK/SPECIFICATION I. BACKGROUND The Antarctic Marine Living Resources Convention Act of 1984 (Title III of Pub.L. 98-623, 16 U.S.C. 2431 et seq.) Provides the legislative authority necessary to implement, with respect to the United States, the Antarctic Marine Living Resources (AMLR) Program. The AMLR Program, which is managed by the Antarctic Ecosystem Research Division (AERD) at the Southwest Fisheries Science Center (SWFSC), provides information to the U.S. delegation to the Convention for the Conservation of Antarctic Marine Living Resources (CCAMLR), part of the Antarctic treaty system. CCAMLR is an international treaty between 23 nations that seeks to manage Antarctic fisheries with the goal of preserving species diversity and stability of the entire Antarctic marine ecosystem. In keeping with this objective, CCAMLR has designated areas of research that member nations are obligated to pursue. The AMLR Program has identified specific data sets that must be collected to respond to CCAMLR's research directives. In doing so, the AMLR Program supports the U.S. Government's commitment to CCAMLR. In 1996/97, the AMLR Program, in cooperation with the NSF, began providing logistical support for the NSF field camp at Admiralty Bay, King George Island in the South Shetland Islands, Antarctica. Within the vicinity of this study area, the AMLR program has a large-area survey grid. The NSF field camp and study area are adjacent to an area where reproductive success and feeding ecology of breeding penguins have been monitored since 1976. Dr Wayne Trivelpiece has directed the predator studies at this NSF site since its inception in 1976, together with Susan G. Trivelpiece, Co-PI. In October 1997, Dr Trivelpiece accepted a full time position with the NMFS in La Jolla, CA and the NSF transferred funding for the continuation of this study to the SWFSC. II. PURPOSE A. Overall Program Objectives The NSF/AMLR cooperative program monitors a suite of predators, primarily penguins at the Copacabana field site and formulates management advice to CCAMLR. In addition, the program conducts field research designed to describe the functional relationships between krill (Euphausia superba), their predators, and key environmental variables. B. Specific Study Objectives The objectives of the research covered by this contract include the following: (1) To initiate and as field leader, direct the seabird research and assist the Co-PIs with collecting standardized data related to penguin and seabird reproduction, growth, abundance and distribution, and survival; (2) To assist the Co-PIs with pre- and post-field season logistics in deploying and retrieving personnel and equipment to/from the field. III. CONTRACT TASKS A. Tasks: Field Leader 1. Logistics Plan: The Contractor, based upon prior experience at a remote field site, will oversee the daily running of the camp for the field season. 2. Seabird Research at Admiralty Bay: The Contractor will assist the Co-PIs in the collection of penguin reproductive, growth, abundance and distribution, and survival data. Specifically, will direct, the reproductive studies at the beginning of the season, train the other field biologists in the study methods, and assist in weighing penguin chicks, banding penguins, obtaining stomach samples, placement of radio transmitters PTTs and TDRs, etc, as required. 3. Data Analysis and Report Preparations: The Contractor, with assistance from the PI/CoPI, will oversee the compilation of the Copa predator data files and the standard CCAMLR data formats for submission to the CCAMLR Secretariat. B. GOVERNMENT-PROVIDED AND CONTRACTOR-PROVIDED PROPERTY The Government shall provide warm weather clothes such as raingear, parkas, gloves, and boots. The Government shall also provide all tools, boats, and scientific equipment needed to complete the specific tasks above. The Government, via NSF/ASA travel, shall provide a round trip ticket from the Contractor's home in the US to Chile and return. The Contractor shall provide personal clothes, such as pants, shirts, undergarments, socks, etc. The contractor shall also provide any personal effects that might be desire while aboard the ship or island. IV. REPORTING REQUIREMENTS AND DELIVERABLES: The Contractor shall submit the Copa data files, updated with all information from the 2009-10 season by March 31, 2010. Benefits shall/may include health and workman's comprehensive insurance. The Government does not provide insurance to the Contractor and under most circumstances is not liable for injuries suffered by the contractor during the performance of duties. Travel shall include all costs, except airfare, associated with getting the Contractor from her home in the U.S. to Chile and return, including ground transportation, lodging, food and miscellaneous expenses associated with this travel. V. PERIOD OF CONTRACT: The contract shall begin July 20, 2009 and end March 31, 2010. VI. Evaluation Factors Proposals will be evaluated on two factors: (1) demonstrated technical capability to perform the required duties outlined in the SOW and (2) price. Technical capability is more important than price. Proposals should include (1) past work and any additional information that demonstrates the capability to successfully perform this work; (2) a resume or resumes for personnel the potential contract proposes to complete this work; and (3) a price proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/RFQ-SWFSC-0035/listing.html)
 
Place of Performance
Address: SWFSC/NOAA, 8604 La Jolla Sores Drive, La Jolla, California, 92037, United States
Zip Code: 92037
 
Record
SN01873653-W 20090715/090713235913-e06ec9f399bbb5cf8ed7a5e43c3e159c (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 |
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.