SOLICITATION NOTICE
R -- Analysis of Foraging Health and Disease Status
- Notice Date
- 9/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- 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
- NFFKPR00-09-23667
- Archive Date
- 9/27/2009
- Point of Contact
- Amy E Sanders-White, Phone: 301-713-3405 x202
- E-Mail Address
-
amy.sanderswhite@noaa.gov
(amy.sanderswhite@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Simplified Acquisition Team intends to procure the services of a Contractor to provide a study will examine the biology, ecology, and population dynamics of the Hawaiian monk seal population at Nihoa Island. In addition, it will analyze the subsequent survival of a group of 12 weaned seals that were translocated to Nihoa Island from French Frigate Shoals in an effort to improve juvenile survivorship. All data and samples analyzed for this project were collected during the 2008-2009 Nihoa Translocation Program. Specific analyses will include: - Analysis of satellite telemetry will to examine the seals' at-sea movement and habitat use - Analysis of video footage of the seafloor to characterize habitats monk seals use to feed - Comparison of habitat used vs not used using existing seafloor geomorphologic data to characterize the potential foraging habitat of Hawaiian monk seals at Nihoa Island. - Evaluate seal body condition, survival, and health and disease status of seals at Nihoa Island relative to other populations in the Hawaiian Archipelago. - Summarize results from various blood parameters (i.e. complete blood cell counts and serum chemistry) and the prevalence of infectious disease (i.e. Brucella spp., Leptospira spp., influenza, and morbillivirus) and enteric bacteria (i.e. E. coli and Salmonella spp.) collected in 2008 and 2009. - Assess the effectiveness of the 2008-2009 translocation program at FFS/Nihoa using two measures. Satellite telemetry will be used to assess the post-release foraging activity and short-term survival of the translocated seals while the primary measure will be survival to one year in age, the period during which juveniles experience extremely poor survival. A combined synopsis solicitation for commercial items under FAR pt. 12 & 13 will be issued. The applicable The North American Industry Classification (NAICS) code is 541990, 6.5 million small business size standards. The resulting purchase order shall be negotiated on a firm fixed price basis and is being solicited on a full and open competition. Offerors shall also be responsible for submitting all additional information on the above product necessary for the Government to determine whether the product offered meets the salient specifications. If any 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 Amy.Sanderswhite@noaa.gov or faxed to (301) 713-0808 by September 12, 2009. Award will be made using FAR 30, Simplified Acquisition Procedures, current through FAC 2005-36. 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/NFFKPR00-09-23667/listing.html)
- Place of Performance
- Address: 1315 East West Hwy., Room 13165, Silver Spring, Maryland, 20910, United States
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN01946716-W 20090911/090910000326-046a8b6081ad8d720bec4b9144d96d50 (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 |