Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2011 FBO #3557
SOLICITATION NOTICE

B -- Construction of adult and juvenile salmonid population process monitoring infrastructure in the Interior Columbia River basin, as outlined in the attached statement of work. - SF-18

Notice Date
8/19/2011
 
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), 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
WAD-05845
 
Archive Date
9/6/2011
 
Point of Contact
WILLIAM BELL, Phone: 206 526-4425
 
E-Mail Address
Bill.Bell@noaa.gov
(Bill.Bell@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Please fill out the SF-18 with the requirement information to the Purchasing Agent. COMBINED SYNOPSIS/SOLICITATION Construction of Adult and Juvenile Salmonid Population Process Monitoring Infrastructure (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 and 13 as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number AB1330-11-RQ-05845/WSB. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (IV) This solicitation is unrestricted and open to all sources. The associated NAICS code is 541990. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001: Construction of adult and juvenile salmonid population process monitoring infrastructure in the Interior Columbia River basin, as outlined in the attached statement of work (VI) Description of requirements is as follows: STATEMENT OF WORK AB1330-11-RQ-05845 1.0 ORGANIZATION 1.1 Organization. The Northwest Fisheries Science Center (NWFSC), of the National Marine Fisheries Service (NMFS or NOAA-Fisheries), National Oceanic and Atmospheric Administration (NOAA), Department of Commerce (DOC) is a government agency charged with the mission of stewardship of living marine resources. 1.2 Background and Objectives. The Center provides scientific and technical support to NMFS for the management, conservation, and wise-use of the Northwest region's marine and anadromous resources. To address some of these needs the Conservation Biology Division formed the Mathematical Biology and Systems Monitoring Program to develop, in tandem with the existing Salmon Science Programs and Salmon Recovery Planning Teams, quantitative tools for assessing population and habitat status and recovery potential and progress. One of the major projects undertaken by this program is the development of a large-scale comprehensive monitoring program to be implemented in three Columbia River sub-basins. The primary objective of this project is the development of a rule set to guide the implementation of large-scale monitoring and evaluation programs across the Columbia River basin. The project will accomplish this goal through the quantitative assessment of status and effectiveness monitoring and evaluation approaches. The component of the overall project described herein specifically addresses the issue of developing the technical infrastructure for in-stream, remote-site detection of adult and juvenile salmonids that have been tagged with Passive Integrated Transceiver tags in the tributaries of the Interior Columbia River basin. A critical need of the tributary habitat based monitoring programs in the Interior Columbia River basin is to understand the distribution and abundance of juvenile and adult anadromous salmonids, in particular ESA listed steelhead trout and stream type Chinook. One of the most effective manners to generate key abundance and distribution data on salmonids is through the in-stream detection of passive integrated transponder radio frequency identification tags. Several ongoing projects across the Interior Columbia River basin tag adult and juvenile salmonids with the primary intent of detecting their passage and survival through the system of mainstem hydro projects. However, due to a currently developing technology, it is also possible to detect these tags in the tributary environment with the installation of an array of in-stream antennas driven by a multiplexing transceiver located nearby on the stream bank. This array of up to six antennas per transceiver can result in bank-to-bank coverage capable of high detection efficiencies (~80%) given proper site selection. This technology has been successfully deployed in portions of the upper Columbia, John Day and Salmon River basins, detects tagged adult and juvenile salmonids, and has survived several years in-stream, all demonstrating its applicability to the populations and geomorphic setting of the region. The primary objective of this procurement request is to develop the technical infrastructure for the in-stream detection of migrating anadromous salmonids. The project will accomplish this goal by constructing, deploying and maintaining tag detection sites. Specifically, this project will address the following tasks: 1.2.1 Construct passive integrated transponder tag detection systems suitable for remote-site deployment in a wide range of Interior Columbia River tributary watersheds. 1.2.2 Install tag detection infrastructure at sites in the Wenatchee and Entiat (WA) River basins. 1.2.3 Maintain detection infrastructure, replacing non-functioning components and downloading detection data, in the Wenatchee and Entiat (WA) River basins. 2.0 SERVICES REQUIRED The work requested with this requisition forms the basis for an infrastructure to detect migrating juvenile and adult salmonids throughout the Interior Columbia River basin through the construction of in-stream, remote site passive integrated transponder tag detection systems. The work will also support this objective by maintaining components at selected sites previously installed within the Wenatchee and Entiat (WA) River basins. 2.1 Specific Technical Services. This order consists of five specific tasks: 2.1.1 Construct detection arrays. The vendor will build passive integrated transponder tag detection infrastructure specific to stream locations as provided by NWFSC. The vendor will construct and tune eighty (80) rigid PVC pipe antennas with 100' ruggedized waterproof exciter cables. The antenna sizes to be constructed are as follows: 25 @ 20' x 2.5', 25 @ 15' x 2.5', 25 @ 10' x 2.5', and 5 @ 5' x 2.5'. The infrastructure will follow the NOAA-Fisheries antenna design criteria for the detection of ISO 11784/5 compliant 134.2 kHz full duplex passive integrated transponder radio frequency identification tags, and will be compatible with stream locations and detection transceivers as specified by NWFSC. The vendor will establish a tracking system for individual antennas to document antenna construction and fate. NWFSC will provide all materials required for the construction of the antennas, and any specialized test equipment to assess their function. 2.1.2 Install replacement detection infrastructure. The vendor will replace missing or non-functional in-stream detection infrastructure - antennas and / or exciter cables for sites damaged by high flow, debris or ice. Installations will be expected across the 14 sites in the Wenatchee and Entiat River basins involving fifty (50) individual antennas. The installation process includes remove and renew antennas and exciter cables as determined by vendor in consultation with NWFSC. Installations are expected to include replacement of anchoring hardware in at most 50% of the damaged sites. The vendor will provide all tools and equipment necessary to perform installations. NWFSC will provide all necessary anchoring hardware. 2.1.3 Maintain detection infrastructure. The vendor will maintain detection infrastructure, antennas, transceivers, and power supply by replacing non-functioning components at 14 locations throughout the Wenatchee and Entiat River basins. Maintenance work will be done in consultation with NWFSC staff, but will consist primarily of tasks that keep the detection systems functioning and safe from damage due to high flows and ice. Routine maintenance and functionality checks will occur at regular intervals - 2 times per month per site - and will include visual inspection of infrastructure, assessment of detector function, data retrieval and minor cleaning and safety tasks to ensure continual equipment operation. The vendor will provide all tools and equipment necessary to perform maintenance and routine repair functions. NWFSC will provide all necessary replacement components other than antennas and exciter cables. 2.2 Specific Technical Skills and Knowledge. This order also consists of technical specifications required for successful completion of the work: 2.2.1 Technical knowledge and experience. The vendor must possess the specific technical knowledge and experience necessary to construct, install and maintain passive integrated transponder tag detection systems. The vendor must possess the specific technical knowledge and experience necessary to site detection systems in the Wenatchee and Entiat River basins such that they integrate with current fish population process monitoring. 2.2.2 Technical skills. The vendor must possess the specific technical skills necessary to construct, install and maintain passive integrated transponder tag detection systems. The vendor must possess the specific technical skills to construct, install and maintain fish population process monitoring infrastructure. 3.0 DELIVERABLES The following shall be provided to the Northwest Fisheries Science Center: 3.1 Passive integrated transponder tag detection infrastructure. Vendor will construct in-stream detection infrastructure in the form of 80 individual passive integrated transponder detection antennas for installation across the Interior Columbia River basins. The completed infrastructure will include the in-stream antenna, underwater exciter cabling, and antenna tuning matched to exciter cable provided. 3.2 Installation. Vendor will install antennas at 14 locations in the Wenatchee and Entiat River basins that are lost due to high-flow, debris and ice. The installation will include removal of non-functional antennas and exciter cables, anchoring of antennas and exciter cables, integration of new components with existing equipment, and performance testing to ensure component functionality. 3.3 Maintenance. Vendor will maintain detection systems at 14 locations in the Wenatchee and Entiat River basins. The maintenance process will ensure continued functionality of detection systems, including the detection, communication and power components of a detection site. The vendor will also provide maintenance on antennas they construct limited to repairs necessary to ensure full functionality prior to installation and repairs possible due to flow/debris/ice damage occurring to antennas installed by other parties. 3.4 Final report. Final report will include description of methods used and recommended antenna array deployment processes, sites selected with spatial reference, maintenance process experience and recommendations, and data downloaded into NWFSC supplied data management tool. Final report will also include an accounting of antennas constructed, their properties, tracking, deployment and fate. 4.0 PERFORMANCE 4.1 Place of Performance. Work will be completed off-site. 4.2 Period of Performance. All products are to be delivered to the NWFSC when completed, but by September 30, 2013 at the latest. 4.3 Point of Contact. The NWFSC will designate a point of contact for the vendor for questions, review, and acceptance of submitted work. The point of contact will be responsible for task coordination and acknowledgement of the hours and performance of the contractor. This individual will coordinate required quarterly progress meetings. 5.0 GREEN PROCUREMENT PROGRAM (GPP) x does not apply 0 is compliant GPP includes Recovered Materials Products, Biobased Products, Energy Efficient Products, Electronic Product Environmental Assessment Tool Products, Water Efficient Products, Alternative Fuels Vehicles/Alternative Fuels/Hybrids, Non-Ozone Depleting Products, Environmentally-Preferable Products and Services, and Waste Prevention and Recycling. If this procurement should fall under the GPP, but is not compliant, a justification is required with concurrence from the Environmental Designee and OCIO designee, if applicable, and approved by the Head of the Contracting Office (HCO). Performance Period: 9/15/2011 - 9/30/2013 Selection / Evaluation Criteria Lowest Price Technically Acceptable Technical specifications are more important than price. For this work to be successfully completed, the selected vendor must be technically qualified and positioned within the resource management community such that they can efficiently and effectively perform the required functions. The requirements on technical specifications outweigh the cost of the work by 50%, resulting in a weighting of technical to price of 60:40. • The vendor must have applicable academic training and professional experience; in particular, the vendor must have educational and work experience in the discipline of Fisheries Biology. • The vendor must have familiarity with the Pacific Northwest river basins and experience in the collection of Research, Monitoring, and Evaluation (RM&E) data in this region, in particular, familiarity with the strengths and limitations fish population process (abundance, stage specific survival, movement) data in the Wenatchee and Entiat river systems. • The vendor must have specific documented experience in the construction, siting, deployment and maintenance of fish population processes monitoring infrastructure, in particular, passive integrated transponder tag detection systems. (VII) Date(s) and place(s) of delivery and acceptance Conservation Biology Division Northwest Fisheries Science Center 2725 Montlake Blvd E. Seattle, WA 98112 Delivery shall be FOB Destination: Conservation Biology Division, 2725 Montlake Blvd E., Seattle, Washington (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (2005-53), applies to this acquisition. In addition to written price quotes, offers are instructed to provide information in accordance with the selection evaluation criteria. (IX) FAR 52.212-2, Evaluation - Commercial Items 2005-53, applies to this acquisition. Paragraph (a) is hereby completed as follows: Lowest Price Technically Acceptable. Offers will be evaluated based on Selection/Evaluation Criteria, and award will be made to the firm offering the lowest price technically acceptable to the Government in accordance with the Statement of Work. (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) with its quote. The offeror shall complete the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items 2005-53, applies to this acquisition. (XIII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items 2005-53 applies to this acquisition. The following clauses under subparagraph (b) apply: 1. 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 2. 52.212-4 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (JUN 2010) 3. 1352.201-70 CONTRACTING OFFICER'S AUTHORITY (APR 2010) 4. 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2011) 5. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011) 6. 1352.239-72 SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (APR 2010) 7. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far/index.html (End of Clause) (XIV) The Government intends to award a firm-fixed-price order resulting from this solicitation. (XV) Quotes are required to be received in the contracting office no later than 6 P.M. PST on September 5, 2011. All quotes must be faxed or emailed to the attention of Bill Bell. The fax number is (206) 526-6025 and email address is bill.bell@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Bill Bell, 206 526-4425, and email address: bill.bell@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/WAD-05845/listing.html)
 
Place of Performance
Address: Conservation Biology Division, Northwest Fisheries Science Center, 2725 Montlake Blvd E., Seattle, Washington, 98112, United States
Zip Code: 98112
 
Record
SN02541736-W 20110821/110819235224-6ec6d2c82886027da023fa7601136363 (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.