SOLICITATION NOTICE
R -- Current-use Insecticides as a Factor Imparing Coho Salmon Spawning Successes in Seattle-Area Urban Streams - Statement of Work
- Notice Date
- 7/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611310
— Colleges, Universities, and Professional Schools
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
- ZIP Code
- 20910
- Solicitation Number
- NFFKPR00-9-14825
- Archive Date
- 8/20/2009
- Point of Contact
- Gina E Lee, Phone: 301-713-0820 x208
- E-Mail Address
-
gina.e.lee@noaa.gov
(gina.e.lee@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for a commercial items prepared in accordance with FAR Parts 12 and 13, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate solicitation will not be issued. Solicitation Number NFFKPR00-9-14825 is being issued as a Request for Quotation. This acquisition is being solicited using Simplified Acquisition Procedures. The associated NAICS code and business size standard is 611310 and $6.5M. The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Endangered Species Division has a requirement to determine whether sediments collected from two Seattle area creeks are toxic to aquatic invertebrates since Coho salmon, a species of concern, could potentially be affected by the reduction in aquatic invertebrates. The goal of this proposed study is to conduct sediment sampling in two representative Seattle creeks that provide spawning and rearing habitat for coho salmon. The aim is to determine if pyrethroids are present in the creeks and if they are at concentrations toxic to sensitive benthic invertebrates. The findings from this investigation will determine whether their rapidly growing residential use is a threat to the benthic communities that support coho and other salmonids in Puget Sound and elsewhere in the Pacific Northwest. The contractor shall collect sediment samples (approximately 17 anticipated) from two Seattle creeks. He will test the toxicity of those sediments using a 10-day Hyalella azteca assay with survival as the endpoint. If any sediments cause mortality greater than 50% of that of the control, follow-up testing with piperonyl butoxide (PBO) in the overlying water will be done to help establish if pyrethroids were responsible for the toxicity. The number of samples requiring PBO testing will not exceed six, but could be less depending upon the number of the original samples found to be highly toxic, for those samples requiring further toxicity testing with Chironomus dilutes. The contractor shall be responsible for transferring the material to be tested to SIU. The study will follow the proposed schedule below (Table 1). The contractor shall provide a report to NMFS PR that documents the findings of this study. The report will provide a summary, synthesis, and statistical analysis of experimental results that use tables and graphs as appropriate. The report may take the form of a publication suitable for submission to a peer-reviewed journal. Upon request, the contractor shall provide NMFS a spreadsheet of raw data from the toxicity assays. Period of Performance: Date of Award through June 30, 2010. The resulting purchase order shall be firm fixed price. The award shall be made on a best value basis. Best value evaluation factors include the following: 1) Technical Approach - The likelihood of effectively meeting the requirements; 2) Past Performance - The relevance and quality of prior performance; and 3) Price - The amount, realism and consistency of the evaluated price. The evaluation shall be based on use of the adjectival scheme as follows: Outstanding (O) - Conspicuously striking in eminence; Good (G) - Beneficial and worthwhile; sound and valid; Adequate (A) - Reasonably sufficient and suitable; Marginal (M) - Minimally suitable at the lower limit. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. The provisions and clauses may be downloaded at http://www.arnet.gov/far. The following provisions and clauses shall apply to this solicitation: FAR 52.212-1, Instructions to Offerors - Commercial, FAR 52.212-2, Evaluation - Commercial Items - The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered; FAR 52.212-3, Offeror Representations and Certificates - Commercial Item, FAR 52.212-4, Contract Terms and Conditions - Commercial Items, FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment be Electronic Funds Transfer-Central Contractor Registration; FAR 52.239-1, Privacy or Security Safeguards; FAR 52.222-41, Service Contract Act; and FAR 52.222-42, Statement of Equivalent Rates for Federal Hires. All responsible sources that can meet the requirements and provide the items as listed above may respond to this solicitation by submitting a quotation addressed to Gina E. Lee, Purchasing Agent, National Oceanic & Atmospheric Administration, 1305 East West Highway, Suite 7144, Silver Spring, Maryland 20910, to be received no later than August 5, 2008 at 12:00pm. The Government reserves the right to make one award or no award at all as a result of this solicitation. Responses are to be emailed to Gina.E.Lee@noaa,gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKPR00-9-14825/listing.html)
- Place of Performance
- Address: Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN01888302-W 20090729/090727235340-a34fdc3eb6c1d065f784106726af9fde (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 |