Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2008 FBO #2393
SOURCES SOUGHT

B -- Potential for Interactions Between Endangered & Candidate Bird Species with Wind

Notice Date
6/13/2008
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of the Interior, Minerals Management Service, Procurement Operations, MMS Procurement Branch, HQ381 Elden Street, MS 2102HerndonVA20170-4817US
 
ZIP Code
00000
 
Solicitation Number
M08PS00084
 
Response Due
7/1/2008
 
Archive Date
7/31/2008
 
Point of Contact
Bridge, Debra M. 703-787-1070, debra.bridge@mms.gov
 
Small Business Set-Aside
N/A
 
Description
The Department of the Interior, Minerals Management Service (MMS), intends to competitively award a contract to conduct the study entitled Potential for Interactions Between Endangered and Candidate Bird Species with Wind Facility Operations on the Atlantic Outer Continental Shelf, described below. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. The anticipated period of performance will be three years from the effective date of the contract. The estimated cost range is between $800,000 and $1,000,000. The applicable NAICS Code is 541990: All Other Professional, Scientific, and Technical Services. PROJECT DESCRIPTION: This study will provide an initial evaluation of the potential for endangered, threatened, and candidate bird species to interact with offshore wind facilities located along the Atlantic Coast. The Northeast and Mid-Atlantic coasts have near-term potential for wind power development. Experience from onshore wind development and wind development offshore in Europe suggests that siting of facilities is an important consideration for minimizing impacts to bird species. Of critical concern is the potential for interaction between these offshore facilities and endangered, threatened, or candidate bird species. Along the East Coast, the species of concern are the piping plover (Charadrius melodus), roseate tern (Sterna dougallii), and red knot (Calidris canutus). While these birds are considered shorebirds, there is some question as to whether they may fly over waters on the OCS at distances greater than three nautical miles during migration, or for some species, during commuting flights. In some locations, Federal waters may occur in areas where land masses would allow for transects across these waters. Existing information about these species has focused on nesting areas and sitings along the coast. For the red knot, numerous studies have been conducted concerning their feeding on horseshoe crab larvae. Little to no information exists as to their migratory flight patterns. In some coastal locations, the roseate tern may venture far enough offshore during feeding to be impacted by offshore wind facilities. The key question to be addressed by this study is whether these bird species are at risk from offshore wind facility development. The determination of risk can be evaluated either through physical observations or through predictive models or a combination. Equally important is the ability to demonstrate that these birds are not at risk based on a lack of observations (i.e. they are not observed in an area where development would occur) or through predictive models. SCOPE OF WORK. The scope of work includes the following tasks. Task 1: the contractor collects relevant data and information to evaluate the potential areas along the Northeast and Mid-Atlantic Coast where interactions between the piping plover, roseate tern, and red knot and potential future wind facilities on the OCS are most likely to occur. Task 2: the contractor evaluates existing methodologies for evaluating whether the birds of interest are at risk. Task 3: the contractor will propose a pilot project(s) specific to a generic location along the Northeast or Mid-Atlantic Coast. Task 4: within available resources, the contractor will conduct a pilot project(s) to evaluate the proposed study or studies from Task 3. Task 5, the contractor will synthesize data and information gathered, prepare a final report and, as appropriate, write and submit an article(s) describing the research results to a peer-review journal. SOURCES SOUGHT-How To Respond: In order to compete for this contract, interested parties MUST demonstrate that they are qualified to perform the work by providing one original and four (4) copies of a Capabilities Statement detailing: (1) Proposed key personnel (those who would have primary responsibility for performing and /or managing the study), with the proposed key personnels qualifications and specific experience, with information on which tasks each key person would perform, qualifications for completing those tasks, and the rationale for that assignment. (2) Field and analytical facilities and equipment. (3) Organizational experience. (4) Specific references including contract number & project description, period of performance, dollar amount, client identification with the point of contact, telephone number, and email address for previous work of this nature that your key personnel or organization has performed within the last three years. References will be checked. If you believe the Government will find derogatory information as a result of checking your past performance record, please provide an explanation and any remedial action taken by your company to address the problem. Following review of all Capabilities Statements, the Government will establish a list of those organizations deemed most qualified to perform the work. Capabilities Statement will be evaluated based on the following criteria: (A) demonstrated experience and expertise of all key technical personnel including identified Project Manager, especially relating to their knowledge and experience in light of specific tasks to be performed. (B) Demonstration of adequate facilities and equipment to complete the tasks. (C) Demonstrated organizational history of successfully conducting projects of similar size, scope, complexity, duration, and dollar value; producing high-quality deliverables and completing similar projects on schedule and within budget. Capabilities of any subcontractors or partners will also be considered. RESPONSE DATE AND SUBMISSION: Please send one original and four copies of the Capability Statement to: Minerals Management Service, 381 Elden Street, MS-2101, Herndon, VA 20170-4817, Attn: Debra Bridge, Contracting Officer, no later than Tuesday, July 1, 2008. Any questions regarding this procurement should be emailed to debra.bridge@mms.gov or faxed to 703-787-1041. Please include with your question(s) your full name, the RFI number M08PS00084 & title of solicitation, your organization name, complete address, point of contact and phone and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS ARE STRONGLY DISCOURAGED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c15be638f604d08bd3df2aafec66defa&tab=core&_cview=1)
 
Record
SN01592935-W 20080615/080613215337-c15be638f604d08bd3df2aafec66defa (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.