SPECIAL NOTICE
R -- Current Use Insecticides as a Limiting Factor for Coho Salmon Conservation & Recovery in Urban Streams - Statement of Work
- Notice Date
- 7/27/2009
- Notice Type
- Special Notice
- 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
- NFFKPR00-9-14856
- Archive Date
- 8/18/2009
- 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 The US Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Capital Acquisition Division, Simplified Acquisition Team intends to negotiate on a sole source basis with Southern Illinois University at Carbondale using the procedures in FAR Parts 6 and 13, to study the current-use insecticides as a limiting factor for coho salmon conservation and recovery in urban streams. 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. Dr. Michael Lydy (SIUC) will receive sediment samples (approximately 17 anticipated) from Dr. Donald Weston (UC Berkeley) from two Seattle creeks. He will analyze the sediments for eight pyrethroid insecticides including cis- and trans- permethrin, cyfluthrin I,II,III and IV, cypermethrin I,II,III and IV, deltamethrin, esfenvalerate, bifenthrin, fenpropathrin, and lambda-cyhalothrin. Analysis will be performed on an Agilent 6890 series gas chromatograph (GC) equipped with an Agilent 7683 autosampler and an electron capture detector (ECD) (Agilent Technologies, Palo Alto, CA). Two columns, a HP-5MS (30m x 0.25mm; 0.25m film thickness) and a DB-608 (30m x 0.25mm; 0.25m film thickness) will be used for analytical results confirmation. Calibration will be based on area using five external standards in the range of 2.5-250 µg/L of each of pesticide and surrogate in hexane. Qualitative identity will be established using a retention window of 1% with confirmation on a second column. In addition, Dr. Lydy will test a subset of the toxic sediments (initial toxicity will be determined by Dr. Weston using Hyalella azteca) using a 10-d Chironomus dilutus assay with survival as the endpoint. A maximum of five C. dilutus tests will be conducted. Southern Illinois University at Carbondale is the only party known to NOAA who can meet these requirements. The statutory authority for other than full and open competition is 41 USC 253(c)(1) as implemented by FAR 6.302-1, Only one responsible source. The North American Industry Classification Code (NAICS) for this acquisition is 611310 with a small business size standard of $7.0M. This is not a solicitation for competitive quotes. However, if any other interested party believes that it can meet the requirements, it may submit a statement of capabilities, which if timely received, will be considered by NOAA. The capability statement and any other information furnished must be in writing, and must contain material in sufficient detail to allow NOAA to determine if the party can meet all of the foregoing requirements. Responses must also be accompanied by descriptive literature, warranties, and/or other information that demonstrates that the quote meets all of the foregoing requirements. Capability statements and related materials must be e-mailed to Gina.E.Lee@noaa.gov or faxed to (301) 713-0808 by August 3, 2009. Award will be made using FAR 13, Simplified acquisition procedures, current through FAC 2005-35. The determination to compete or not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NFFKPR00-9-14856/listing.html)
- Place of Performance
- Address: Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN01888322-W 20090729/090727235357-d80807eee167abc073419f9010418ba9 (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 |