SOURCES SOUGHT
B -- Deepwater Program: Synthetic-Based Fluid Spill of Opportunity: Environmental Impact and Recovery
- Notice Date
- 2/23/2006
- Notice Type
- Sources Sought
- Contracting Office
- MMS Procurement Operations Branch 381 Elden Street, MS 2100 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 0106RI39572
- Response Due
- 3/17/2006
- Archive Date
- 2/23/2007
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Minerals Management Service (MMS), U. S. Department of the Interior. It is the Government's intent, based on the information received as a result of this notice, to make an award as a 100% small business set-aside. The purpose of this RFI is to identify potential small business sources that are interested in and capable of performing the work described below. All interested parties must be able to qualify under the North American Industry Classification System Code (NAICS) 541710: Oceanographic Research and Development Laboratories or Services. The Small Business Association's size standard for this NAICS Code is 500 employees. MMS does not intend to award a contract on the basis of responses nor otherwise pay for the preparation of any information submitted in response to this RFI. Based on the review of the responses to this Request for Information, the MMS reserves the right to issue a small business set aside, or full and open, competitive requirement for Capability Statements and subsequently a Request for Proposal (RFP) in accordance with FAR 15.202. However, please be advised that this announcement may constitute the only notice for this acquisition, based on the review of the responses to this Request for Information. MMS will not accept unsolicited proposals related to the subject of this RFI. Pursuant to FAR 52.219-14, at least 50% of the cost of contract performance incurred for personnel shall be expended for employees of the small business concern. In order to compete under this acquisition, interested parties must demonstrate that they are qualified to perform the work by providing a Capabilities Statement as specified herein. Furthermore, the Capabilities Statement must certify qualification under the NAICS code specified herein. Offerors who do not qualify as a small business shall not be considered further and will be rejected. Further instructions regarding submission of Capabilities Statements are contained herein. Following a review and evaluation of all Capabilities Statements received from this announcement, a list of those deemed qualified to perform the work and which qualify under the NACIS Code 541710 will be established and will be notified regarding release of information on submission of a proposal. The Government anticipates firm fixed price task orders issued against an Indefinite Delivery/Indefinite Quantity contract for this effort. PURPOSE OF PROPOSED STUDY: The purpose of the proposed study is to obtain information and field data on the environmental fate and effects of a synthetic-based drilling fluid (SBF) accidental release. This study has the following objectives: (1) to determine the spatial distribution of SBF on the seafloor after an accidental release, (2) to evaluate the initial environmental impact, (3) to compare the data generated from the spill location to relevant SBF cuttings discharge studies, and (4) if possible, to evaluate the temporal changes of the accidental release. The study hinges upon the occurrence of an appropriate spill of opportunity, of sufficient volume and at a location close to the seafloor so that SBF accumulates. Sampling should occur within eight months of the accidental release. The location of the spill, based on historical information, is expected to be in deeper waters (greater than 1500 feet). Five primary tasks are associated with this effort. They are to (1) prepare a preliminary cruise plan, (2) conduct field sampling at the designated site, (3) analyze the samples, (4) interpret, synthesize, and report data, and (5) evaluate the temporal changes at the site. The aerial extent and distribution of the SBF should be determined through visual and mechanical sampling. Measurements that may be considered are ROV submersible surveys, sediment coring, sediment screening measurements, swath bathymetry/multi beam or similar high resolution sonar mapping. The field sample collection and sample analysis task should include representative physical and chemical sampling of the sediments and water in the area impacted by the spill. The physical and chemical parameters of interest for sediments include, but are not limited to grain size, organic carbon content, dissolved oxygen content, oxidation/reduction potential, total petroleum hydrocarbon content (TPH), and indicators of drilling and production wastes. Field sampling and analysis should include the parent SBF and breakdown product content. The synthesis report should include historical information about accidental releases, an expert discussion of synthetic based fluid fate and effects in the marine environment, comparison of results to permitted discharges, a summary of the observations made during the site visit and the analytical results, and an expert discussion of the environmental effects at the selected site. SOURCES SOUGHT: Interested organizations should submit a capability statement of approximately 20 pages that details the small business firm's ability to perform the effort described above. Emphasis should be placed on the organization's familiarity and understanding of the deep water Gulf of Mexico environment and effects of oil and gas exploration, their experience in the type of work proposed, demonstrated ability to do the work, publication record in peer reviewed scientific journals, and an understanding of the directed missions of the MMS, as well as the company's prior experience in work of similar scope to this project and complexity, qualifications of the organization's key personnel (those who would have primary responsibility for performing and or managing the tasks with their qualifications, and timely delivery of final products. All proprietary information should be marked as such. Responses will be reviewed by MMS personnel and will be held in a confidential manner. Capability Statements will be evaluated on the basis of: (1) the understanding of effort and objectives; (2) experience and expertise of key technical personnel, (3) degree of comparability of past projects to the current project. RESPONSES ARE DUE no later than 2:00 p.m. E.T. on March 17, 2006. Please submit four (4) copies of your response to the attention of Debra Bridge, Contract Specialist, Procurement Operations Branch, Minerals Management Service, and if using regular U.S. mail - MS 2101, 381 Elden Street, Herndon, VA 20170. Questions regarding this Request for Information should be submitted via email to debra.bridge@mms.gov. Please include with your questions your full name, the RFI No. 39572, and title "Deepwater Program: Synthetic-Based Fluid Spill of Opportunity," your organization's name, complete address, and phone and fax numbers. PHONE CALLS ARE STRONGLY DISCOURAGED.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=307336)
- Record
- SN00993554-W 20060225/060223212925 (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 |