Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOURCES SOUGHT

B -- GM-09-04 ARCHAEOLOGICAL ANALYSIS IN GOM

Notice Date
3/27/2009
 
Notice Type
Sources Sought
 
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
M09PS00044
 
Response Due
4/20/2009
 
Archive Date
5/20/2009
 
Point of Contact
Laikin, Caroline L. 703-787-1070, caroline.laikin@mms.gov<br />
 
Small Business Set-Aside
N/A
 
Description
ARCHAEOLOGICAL ANALYSIS OF SUBMERGED SITES ON THE GULF OF MEXICO OUTER CONTINENTAL SHELFSources Sought/Pre-Solicitation Notice ---------------------------------------------------------------------- The Department of Interior (DOI), Minerals Management Service (MMS) has a requirement for Archaeological Analysis of Submerged Sites on the Gulf of Mexico Outer Continental Shelf. This requirement is being issued as full and open in accordance with FAR Part 15 for competitive acquisitions. This pre-solicitation notice is being published in accordance with FAR 15.202, entitled Advisory Multi-Step Process. MMS/DOI intends to competitively award a contract to conduct a study that evaluates the potential archaeological significance of at least six (6) probable historic shipwrecks in <130 feet of water. The North American Industry Classification System Code (NAICS) for this requirement is 541720, "Environmental Consulting Services". In order to compete under this acquisition, interested parties must demonstrate they are capable of performing the work by providing a Capabilities Statement. Instructions regarding submission of capabilities statements are contained herein. Following review and evaluation of all Capabilities Statements received from this announcement, the MMS reserves the right to issue a Request for Proposal (RFP) to the list of those deemed best qualified. Please be advised that this announcement may constitute the only notice for this acquisition. Please note that it is not the Governments intention to enter into a contract based on this notice or otherwise pay for information solicited. This is not a Request for Proposal (RFP). This is a pre-solicitation for planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the MMS. MMS will not accept unsolicited proposals in response to the subject of this request for capabilities statements. The Government anticipates to competitively award of a cost plus fixed fee contract for this study with an estimated total amount of between $225,000 and $275,000. The anticipated period of performance is two years (24 months).PURPOSE: The objectives of this study are to ground-truth, positively identify, and assess the potential National Register significance of at least six probable shipwreck sites by conducting a Phase II investigation of each of the targets and associated debris fields as defined in National Register Bulletin 15: How to Apply the National Register Criteria for Evaluation (1991) available online at http://www.cr.nps.gov/NR/publications/bulletins/nrb15/. Analysis of site formation processes at each site should be conducted to provide recommendations of potential avoidance criteria for shallow-water shipwreck sites. Services required for this study will include, but not be limited to, archival and historical research; archaeological and geomorphological remote sensing surveys (marine magnetometer and sidescan sonar, at a minimum); and diver site testing/evaluation.BACKGROUND: The MMS is charged with the responsibility of considering the effects of its actions on significant cultural resources on the OCS of the United States, from state waters to the limit of the Exclusive Economic Zone. This program arose out of a variety of legislation enacted to ensure proper management and protection of the nations cultural heritage. The most pertinent of these laws are the National Historic Preservation Act (NHPA) of 1966 (as amended), the National Environmental Policy Act (NEPA) of 1969, and the Outer Continental Shelf Lands Act (OCSLA) of 1978. In order to meet this responsibility, the MMS requires the oil and gas industry to conduct high-resolution remote sensing surveys in advance of any bottom-disturbing activities such as exploration drilling or pipeline construction and to submit an archaeological report analyzing these data. While MMS has complied with Section 106 of the NHPA by requiring industry to conduct remote sensing surveys and avoid targets that may represent significant archaeological resources, minimal testing has been performed to ascertain the effectiveness of this mitigation strategy. Ground-truthing targets that have been recommended for avoidance provides the MMS an opportunity to both evaluate the actual archaeological significance of the targets and to assess industry compliance with the MMS-stipulated avoidance criteria.SCOPE OF WORK: Archaeological services are required to perform remote sensing surveys (magnetometer and sidescan sonar) and diver investigations of potential shipwreck sites in the Gulf of Mexico. The location of the study area will include the Central and Western Planning areas of the Gulf of Mexico Region. A minimum of six (6) sites have been selected for this study. Specifically, the requirements are to: (1) Conduct archaeological and geophysical remote sensing (magnetometer and sidescan sonar) surveys at each location to determine the current extent of these sites; (2) carry out diver investigations of these sites to document the current condition, develop a site plan, and collect video and still imagery for archaeological analysis of each site; (3) collect sediment cores to conduct site formation analysis at each of these sites; (4) analyze previously collected remote sensing data and newly acquired remote sensing data over each site to identify changes in site formation; (5) conduct archival and historical research on each of the sites; and (6) submit a Final Report of Findings that includes analysis of all data collected.SOURCES SOUGHT: In order to compete for this acquisition interested parties MUST submit a capabilities statement of not more than twenty (20) pages in length that demonstrates that they are qualified to perform the work by providing their capabilities in writing to the addresses as shown below: an original and four (4) copies of a Capabilities Statement detailing key scientific and technical personnel (those who would have primary responsibility for performing and/or managing the study) with their qualifications and specific experience. Scientific personnel must possess the appropriate expertise to carry out this study. Particularly relevant is their expertise in the fields of marine archaeology, history, and remote sensing. The Principal Investigator must meet the Secretary of the Interiors Professional Qualification Standards for Archaeology as outlined in 36 CFR 61. The Principal Investigator may serve as Project Manager. Specific knowledge and experience required is as follows: (1) your organizational experience and facilities capable to perform the prescribed work; and (2) specific references including contract number and 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 five 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, we will establish a list of Offerors that are deemed most viable to perform the work. All offerors will be contacted and be provided the result of the evaluation of their capabilities. The Request for Proposal will be sent to those offerors deems most qualified. EVALUATION OF CAPABILITY STATEMENTS: Evaluation factors include: (1) Past Performance and Past Experience, which includes: adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and Offerors willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties; (2) Experience conducting similar research and demonstrated ability to complete assignments in a timely manner; (3) Experience and expertise of all scientific and technical Key Personnel; (4) Project Managers demonstrated leadership ability and experience with coordination and management of this type of effort, and ability to control costs and to keep project performance and deliverables on schedule; and (5) Demonstrated organizational history of successfully conducting projects of similar size, scope, complexity, duration, and dollar value; producing high-quality deliverables.ADDRESS FOR SUBMITTAL: NOTE: It is the Offerors responsibility to ensure/verify the Government receives their submission on or before the time specified. Please submit your capabilities statements to the address identified below: Responses are due no later than 4 P.M. April 20, 2009. THE OFFICIAL RECEIPT TIME WILL BE DETERMINED BY RECEIPT IN THE HERNDON, VA, OFFICE. Send one (1) original signed copy to: Caroline Laikin, Department of the Interior, Minerals Management Service, Procurement Operations Branch (MS 2500), 381 Elden Street, Herndon, VA 20170. (Phone: 703-787-1828) Capability Statements can also be emailed to Carolina Laikin at: caroline.laikin@mms.gov. ALSO send five (5) paper copies and one (1) electronic diskette copy (CD MS/Word/PDF) to: Mr. Dave Ball, Department of the Interior, Minerals Management Service, Gulf of Mexico OCS Region, Social Sciences Unit (MS 5411), 1201 Elmwood Park Boulevard, New Orleans, LA 70123-2394. Phone: (504) 736-2859. You must include the Procurement Number M09PS00049 on all submissions. PHONE CALLS ARE STRONGLY DISCOURAGED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8afca5c205275b629863032e2b886970&tab=core&_cview=1)
 
Record
SN01780341-W 20090329/090327220958-8afca5c205275b629863032e2b886970 (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.