Inactive
Notice ID:NFFT5000-19-03010srg
SOURCES SOUGHT, CAPABILITIES ---- NFFT5000-19-03010srg THIS IS A SOURCES SOUGHT FOR CAPABILITIES. THIS IS NOT A REQUEST FOR QUOTE OR REQUEST FOR INFORMATION WITHIN THE SIMPLIFIED ACQUISITION THRESHOLD...
SOURCES SOUGHT, CAPABILITIES ---- NFFT5000-19-03010srg THIS IS A SOURCES SOUGHT FOR CAPABILITIES. THIS IS NOT A REQUEST FOR QUOTE OR REQUEST FOR INFORMATION WITHIN THE SIMPLIFIED ACQUISITION THRESHOLD. THANK YOU. PLEASE PROVIDE THE FOLLOWING: • VENDOR DUNS# ____________________ • GSA CONTRACT#___________________ SIN #___________________ • VENDOR SIZE______________________ • NAICS CODE YOU WOULD USE _____________________ • WHETHER YOUR COMPANY COULD DO THIS VIA OPEN MARKET _____ OR GSA ______ "ALL OR NONE" STATEMENT OF WORK For FACILITATING HUMAN-WILDLIFE CONFLICT TRANSFORMATION/RESOLUTION EFFORTS. Technical Approach: FACTOR 1: CAPABILITY 1. The contractor's previous experience within the last five years directly related to protected species recovery, community-based environmental management, and human-wildlife conflict. 2. The contractor's knowledge and experience related to human-wildlife conflict transformation/resolution. 3. The contractor's knowledge and experience related to human-wildlife conflicts involving communities and government agencies. 4. The contractor's knowledge and experience related to human-wildlife conflicts involving indigenous peoples. Past Performance: FACTOR 2: PAST PERFORMANCE The contractor shall provide contact information for three references for work which is similar in nature. Technical evaluators will contact references to guarantee that the contractor has a good reputation for human-wildlife conflict transformation/resolution work. SCOPE FISHERIES National Oceanic and Atmospheric Administration (NOAA) National Marine Fisheries Service (NMFS) Pacific Islands Regional Office (PIRO) Human-Wildlife Conflict Transformation & Capacity Building Background NMFS/PIRO's Protected Resources Division (PRD) is dedicated to protecting and recovering endangered and threatened species of sea turtles, monk seals, cetaceans, corals, and other species in the Pacific Islands Region as mandated by the Endangered Species Act (ESA) and Marine Mammal Protection Act (MMPA). Since 2009, at least eight Hawaiian monk seal (Neomonachus schaunslandi) death have been attributed to human-inflicted trauma on the island of Molokai. While PRD has spent years interacting with community members, and does have an understanding of the social, cultural, and economic factors that have made the monk seal a target of anger and frustration, engagement and outreach efforts have met with varying degrees of success and have not stopped the killings. PRD seeks a contractor to conduct an assessment of the situation, provide a conflict transformation and capacity building session to relevant parties to cultivate an understanding of the root causes of the killings and the dynamics between the community and the government agencies tasked with conservation of monk seals, and then develop a roadmap of steps to take to move forward towards a status of peaceful human-seal coexistence. PRD understands that there are various terms of art affiliated with addressing these types of conflicts including conflict resolution, conflict mediation, conflict management, and conflict transformation. We believe that, from our understanding of these terms of art, conflict transformation is the approach most likely to address the root causes of the human-seal conflict and facilitate lasting change. Tasks The selected contractor shall carry out three key tasks: (1) conduct an assessment of the human-monk seal conflict on Molokai (including community-government relations) and identify the challenges and barriers to achieving the goal of human-seal coexistence; (2) provide training to a group of community members and agency staff that will elucidate the root causes of conflict, facilitate productive discussions about these causes and how to address them, identify common goals, and build participant capacity to address conflict; and (3) develop a plan with steps for all parties to take moving forward, including highlighting "low-hanging fruit" or simple first steps that can be taken to build/strengthen trust as all parties work toward an enduring state of human-seal coexistence. All three tasks shall be performed in close consultation with staff from PRD and other divisions within NMFS, as appropriate. General overviews of these tasks are provided below. KEY TASK ONE. Conflict Assessment The contractor shall meet with approximately 12 relevant NOAA and partner agency staff and approximately 12 community members on Oahu and Molokai to gain information, build trust, and lay the groundwork and set expectations. Using historical data, relevant literature, and the information obtained from these meetings, the contractor shall assess the nature and dynamics of the human-seal conflict on Molokai and use this assessment to inform their approach to the training described in Task Two. The contractor shall also prepare a brief written summary of perceived challenges and constraints as well as opportunities and potential avenues for collaboration, to be submitted along with a training outcomes summary described in Task Two not later than 15 after the conclusion of the training. Correspondence between PRD staff and the contractor to begin planning shall take place immediately after the contract is awarded. At least one planning meeting between the contractor and PRD staff shall occur prior to September 30, 2019. Exact dates for assessment to be determined during planning. Initial assessment to be discussed with PRD staff prior to training and brief written summary of assessment to be submitted along with training outcome summary (see Task Two) no later than 15 days after conclusion of training session. TASK TWO. Convene and Facilitate Conflict Transformation Training The contractor shall convene a human-wildlife conflict transformation training on Molokai for an estimated 20-25 individuals including community members and staff from relevant government agencies and stakeholder groups. The goals of this workshop are to (a) identify and share the root causes of the sources of conflict so all parties have a deeper understanding of the origin of the conflict and barriers to resolving it, (b) identify shared goals and priorities, (c) facilitate discussions on how to address conflict and work towards shared goals, and (d) build attendee capacity to continue addressing conflict and working towards shared goals after the training. Exact dates and location of training are TBD, but will occur on the island of Molokai, and should take place no later than 120 days after date contract is awarded. A brief training outcome summary shall be submitted along with assessment summary no later than 15 days after conclusion of training session. These summaries will lay foundation for Task Three. TASK THREE. Planning for the Future The contractor shall utilize the information obtained during Tasks One and Two to develop a set of recommended steps such as policy changes, follow-up discussions, and obtaining relevant conflict transformation resources that involved parties should take in the future to sustain positive outcomes of this process. These recommendations shall be submitted to PRD (for dissemination to all participants) within 90 days after conclusion of Task Two. Deliverables • For Task 1: Brief written summary of conflict assessment to be submitted along with training outcome summary (see Task Two). • For Task 2: Training convened and brief summary of outcomes submitted. • For Task 3: Set of recommended steps for involved parties to take in the future. • Ongoing correspondence with appropriate PRD staff and community members as needed until project is completed. Requirements The selected contractor shall have following minimum qualifications: • Staff with a bachelor's or higher degree from an accredited college or university with a major directly related to social aspects of environmental studies or natural resources management, plus at least seven (7) years of experience related to protected species recovery, community-based environmental management, human-wildlife conflict, or another related field of inquiry. • Staff with at least five (5) years of experience assessing and facilitating human-wildlife conflict transformation/resolution efforts. • Experience with human-wildlife conflicts involving communities and government agencies. • Experience with human-wildlife conflicts involving indigenous peoples. Post-Award Conference The Contractor shall participate in a Task Order Kick-off conference with the Contracting Officer, COR, and Project Lead/Officer no later than 10 business days after the date of award. The purpose of the Task Order conference, which will be chaired by the Contracting Officer, is to set the standards of performance, clarify details, place of performance, building access time, communication channels, anticipated travel (if any), required GOV training, and progress report and invoicing details. The Task Order Kick off conference will be via teleconference. Confidentiality and Data Privacy This contract may require that services contractors have access to Privacy Information. Services contractors are responsible for maintaining confidentiality of all subjects and materials and may be required to sign and adhere to a Non-Disclosure Agreement (NDA). Intellectual Property Rights All deliverables are the property of the U.S. Government. All documents, analyses, files (digital or other), reports, notes and photos are to be used only by Contractor personnel assigned to this Task Order. Documents, files and other data are to be stored exclusively on Government owned equipment or shall be native Google documents created and stored exclusively within the NOAA Google Apps for Government platform, and at no point should be saved or archived on personal drives or devices. Copies are not to be disseminated to anyone outside of the NMFS or to any other contractor personnel without explicit release from the NMFS Project Leader. Government Furnished Resources The Government will not furnish any resources to the Contractor in support of this contract. Services Contractor will work primarily: ? Off-Site Services Contractor requires access to NOAA facilities: ? Not Required Services Contractor requires a PIV or CAC: ? Not Required Services Contractor requires a NOAA email address: ? Not Required Services Contractor requires use of DOC-Owned IT equipment (laptop or desktop computer) ? Not Required Services Contractor requires non-Government IT equipment to connect to a DOC network: ? Not Required Services Contractor requires access to non-public DOC/NOAA data: ? Not Required Services Contractor will be provided on-site office space with incidental Government Property (desk, chair, phone, and other similar equipment that remains onsite, per FAR 45.000 (5) ? Not Provided For Services Contractors doing laboratory work, the government will provide typical lab supplies and equipment for use: ? Not Provided For Services Contractors doing field work, the Government will provide typical field equipment, gear, and supplies for use: ? Not Provided IT Security The contractor must meet the Department of Commerce IT Security Program Policy and Minimum Implementation Standards (found at https://connection.commerce.gov/collection/it-security-policy-and-fisma-reporting-program). The contractor must also adhere to NOAA and NMFS security policies (found at https://www.csp.noaa.gov/policies/). Section 508 Compliance Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by P.L. 105-220 under Title IV (Rehabilitation Act Amendments of 1998), all Electronic and Information Technology (EIT) developed, procured, maintained and/or used under this contract shall be in compliance with the "Electronic and Information Technology Accessibility Standards" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR Part 1194. The complete text of Section 508 Standards can be accessed at http://www.access-board.gov/ or at http://www.section508.gov. Place of Performance Work will be conducted off-site. Contractor shall be escorted by NMFS staff for any planning meetings that take place on Government property. Overtime, Travel, and Training The contractor is not working directly for NMFS on an hourly basis and therefore no overtime is expected or allotted. No specialized training is required. PRD staff will provide contractor with the necessary background to perform the scope of work via meetings and electronic correspondence. The contractor will need to travel to Molokai (and possibly Oahu) to meet with community members and conduct training. The contractor shall arrange and pay for all travel out of awarded funds. Travel costs NTE $8,000. Special and/or Additional Requirements The following additional aspects are / are not anticipated during the performance of this order: Domestic / U.S. Travel ? Anticipated ? Not Anticipated Foreign / Overseas Travel ? Anticipated ? Not Anticipated Specialized Air Travel / Aerial Surveys: ? Anticipated ? Not Anticipated Sea Days (Deployed at Sea): ? Anticipated ? Not Anticipated Dockside / Harbor Side Work: ? Anticipated ? Not Anticipated Scuba Diving / Underwater Work: ? Anticipated ? Not Anticipated Remote Working Conditions (e.g. Worksite lacks basic services, has isolated living conditions, or similar): ? Anticipated ? Not Anticipated Other: {Provide description below} ? Anticipated ? Not Anticipated Description of anticipated special and / or additional requirements not already described above: N/A Risk This project is considered low risk, and Contractor staff must be suited for public trust classification. Period of Performance The period of performance begins as soon as the contract is awarded and ends no later than September 30 QUESTIONS AND ANSWERS RECEIVED AND PROVIDED: 1. On the scope you have Scientific Level 2. a. What does this equate to in GS level and step, hourly rate? GS 15 Level 10 approximately. 2. Task One: deliverables draft which form task three a. What length of time is this to take? How many weeks or months? It needs to be completed before the training takes place, and the training needs to take place within 6 months of contract issue. There is not a specific time limit for Task One. b. What deliverable is the vendor required to submit to be paid for this portion and move on to Task Two? A written summary which is to be submitted along with the training outcome summary under Task Two. Less than 5 page c. How long will the correction of any parts to the deliverable will the vendor have to make the corrections? We're requesting consultant's professional opinions, so we do not anticipate "corrections," but we may ask for clarification or feedback. If a time frame needs to be added in here we can say 10 days. d. What format will this deliverable need to be in? Or multiple formats? It is described in the scope as a "brief written summary." An MS Word or Google Word doc is acceptable. 3. Task Two: deliverables draft which form task three a. You have should happen no later than 120 after award. Please provide the length of time that will be applicable to "just" task 2. Not necessary to specify. Just needs to be completed with 120 days. b. What deliverable is the vendor required to submit to be paid for this portion and move on to Task Two? It is described in the PWS as a "brief training outcome summary." Less than 10 pages c. Who (Government person's name and phone number) will review and approve this task allowing the vendor to continue and how long of a response will the vendor be waiting? Same as ‘c' above. d. How long will the correction of any parts to the deliverable will the vendor have to make the corrections? Same as ‘d' above. e. What format will this deliverable need to be in? Or multiple formats? Same as ‘e' above. 4. Task Three: final - set recommendation open tables, charts, and comprehensive document analysis probably under 50 pages. a. I see these will be submitted within 90 days once this task is begun. What Government person(s) will this be submitted to and what is the turnaround for approval by the govt. or request for correction? Same as ‘c' under Task One. b. What format will this deliverable need to be in? Or multiple formats? Same as ‘e' under Tasks One and Two. 5. Will the vendor be working on the GFP or have access to the Govt computer systems? Our administrative and IT people required the checklist and the language provided in the Intellectual Property Rights section of the (page 3-4). 6. How many travel trips do you expect of the vendor and to where? This could depend on the contractor selection as well as their approach to Tasks One or Two, therefore we went with a "not to exceed amount" for travel. a. Travel trip 1 to ____________ for how long ___________ b. Travel trip 2 to ____________ for how long ___________ c. Travel trip 3 to ____________ for how long ___________ d. Travel trip 4 to ____________ for how long ___________ e. Travel trip 5 to ____________ for how long ___________ Add more if needed. QUESTIONS: Respondents may submit questions regarding this notice to the contact(s) listed below. Responses to questions may be posted on FEDBIZOPPS. Please send any questions you may have to the Contracting Officer, Suzanne Romberg-Garrett at Suzanne.Garrett@noaa.gov.