SOURCES SOUGHT
99 -- Digital Geophysical Data
- Notice Date
- 9/10/2009
- Notice Type
- Sources Sought
- NAICS
- 213112
— Support Activities for Oil and Gas Operations
- Contracting Office
- MMS-SASC Procurement Office1201 Elmwood Park BoulevardProcurement SectionNew OrleansLA70123US
- ZIP Code
- 00000
- Solicitation Number
- M09PS00125
- Response Due
- 9/16/2009
- Archive Date
- 10/16/2009
- Point of Contact
- Dejoie, Barbara 504-736-2546, barbara.dejoie@mms.gov
- E-Mail Address
-
Dejoie, Barbara
(barbara.dejoie@mms.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS & SOLICITATION M09PS00125 SYNOPSIS: PLEASE READ CAREFULLY: This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The U. S. Department of the Interior (DOI) Minerals Management Service (MMS) has a competitive requirement for delivery of a complete, defect-free depth-converted Atlantic Outer Continental Shelf (OCS) 2D seismic data set in a timely manner to map (OCS) resources over the (OCS) Lands to be awarded to the offeror whose Quote gives evidence of the greatest value to the Government as outlined in this synopsis. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, as applicable and as supplemented with additional information included in the notice. Solicitation number M09PS00117 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36 and the Department of Interior Acquisition Regulation (DIAR). It is the contractor's responsibility to be familiar with applicable clauses and provisions. The North American Industrial Classification System (NAICS) Code is 213112 entitled Support Activities for Oil and Gas Operation, with a Small business size standard of $7M. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, Offeror must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of a technical and a cost/price quote. The Government anticipates awarding a Firm Fixed Price award as a result of this RFQ. The Offeror shall prepare their quote in accordance with the Statement of Work and requirements below: OBJECTIVE:The objectives of this project is to provide the Minerals Management Service (MMS), Gulf of Mexico Region (GOMR) with the delivery of a complete, defect-free depth-converted Atlantic OCS 2D seismic data set to map OCS resources over the Atlantic Outer Continental Shelf (OCS) Lands. SCOPE: Offeror shall provide MMS with a complete set of public domain reprocessed USGS data and, MMS public released data over Atlantic OCS. The contractor shall deliver an off-the-shelf product for approximately 103,603 line miles of the released 2-D data sets reprocessed as follows:(1) East coast USA data sets (93,205 line miles) to digital depth converted product; and(2) Blake Plateau (BP) lines (10,398 line miles) over the North and mid-Atlantic OCS to post-stack enhanced navigation merged and migrated data set to meet the MMS deliverable requirements for the assessments of resources over the Atlantic resources. In addition, the Offeror shall provide the data in a SEG-Y format ready to be used in workstation format. The period of performance is three months from the date of award. The reprocessed 2D geophysical data shall be enhanced and/or reprocessed with the specific target limited between seafloor and depths penetrating to 30,000 feet, the depth range found useful in estimating natural oil and gas potential of the deep water of Atlantic OCS. The data identified to be reprocessed using conventional 2-D processing adequate for delineating the subsurface anomalies. GENERAL REQUIREMENTS:The offeror shall be responsible for providing final processed data in SEG-Y format ready to be incorporated into MMS work stations in order for MMS to inspect the data for completeness and validation. If the processed data is incomplete or contains defects, the data will be rejected until the contractor corrects the data to MMS satisfaction. PLACE OF PERFORMANCE:The place of performance is Contractors workplace. DELIVERABLES AND PROGRESS REPORT: The offeror shall deliver the final processed data in digital format. The deliverables shall consist of fully final processed data necessary to map Atlantic OCS areas using current workstation technology employed by MMS. Successfully is defined as passing through a geoscientist review in the MMS GIT program with no defects or warnings. Specific Deliverables are: 1. 93,205 line miles of two-dimensional final processed depth-converted migrated data of selected East Coast USA seismic data recorded on LTO4, LTO3, LTO2 or Super DLT Tape 1 media in SEG-Y standard exchange format for all seismic lines in their complete entity for East Coast USA Depth Conversion Project. 2. 10,398 line miles of two-dimensional final processed post-stack enhanced, navigation merged and migrated Blake Plateau(BP)lines recorded on LTO4, LTO3, LTO2 or Super DLT Tape 1 media in SEG-Y standard exchange format in their complete entity for East Coast USA Migrated Seismic Blake Plateau Data. 3. Digital copy of interval velocity, Vo-K maps, and time and depth gridded surfaces of the East Coast USA Depth Conversion Project recorded on MMS preferred media in SEG-Y standard exchange format for use in Geo-Quest workstation recorded on Super DLT tape(s) or on DVD(s) for entire project. 4. Digital copy of stacking velocity data for East Coast USA Depth Conversion Project recorded on MMS preferred media in SEG-Y standard exchange format for use in a Geo-Quest workstation for all 2-D lines recorded on Super DLT tape(s) or/DVD(s) for the entire project. 5. Digital bin-centered data of final locations associated with the survey (first, last and every 10th shot point for each line) recorded on CD-ROM(s)/DVD(s) and displayed in UK00A format (NAD 27 projection). 6. A digital copy of the processing sequences that were applied to the data, along with digital images of the bin-centered map on CD-ROM(s)/DVD(s). 7. Digital copies of SEG-Y byte positions for the two-dimensional digital data and listings of the 2-D lines on each data tape. DELIVERABLE SCHEDULE:All deliverables shall be delivered to MMS within 30 days after award. INSPECTION AND QUALITY CONTROL: Offeror will obtain services from a geophysicist with data interpretation skills to ensure that standard up-to-date processing techniques are employed to achieve a quality product. The following addresses the quality of the data that the offeror shall deliver to MMS. (a) The offeror shall perform all tasks in a timely manner and deliver defect-free digital data to the MMS that fully meets the specifications described herein. The MMS shall regard all data furnished under this award as warranted for three months from the receipt date of data by the offeror to be compliant with MMS specifications and defect-free unless otherwise noted in writing by the Contractor. (b) The Offeror shall provide the highest quality possible product. The MMS recognizes that quality may vary depending on the vintages and acquisition parameters. Product identified by the MMS as inferior due to poor original data quality will not adversely affect the Contractors performance. 1. The offeror shall continuously enhance its host systems, processing parameters, software to achieve cost efficiencies and effectiveness, reduce production lead-times, minimize operating costs, and improve the accuracy and utility of digital data furnished to the MMS. 2. The Offeror shall maintain and reengineer work processes to enhance and ensure the accuracy of digital data delivered under this contract. ACCEPTANCE CRITERIA:Data and products that are warranted for three months from the receipt date of the data by the Offeror as defect-free and compliant with the specifications described will be accepted as such by the MMS unless and until they are found to be defective. The MMS will return defective data and products to the Contractor for correction at no cost to the MMS. The corrected data shall be returned to the MMS within 10 calendar days after Contractors receipt of the defective data. EVALUATION FACTORS FOR AND BASIS FOR AWARD A. Technical ApproachB. Experience and Commitment of Key PersonnelC. Past Performance/Past Experience TECHNICAL APPROACH (CRITERIA A) Fully understands the subject matter and demonstrates the ability to provide Instructors and course outline and materials as required; Understands the scope and objective of this Program required by MMS and is aware of potential problems and demonstrates the ability to resolve them; and, Quality and effectiveness of the technical approach to provide required MMS training. KEY PERSONNEL (CRITERIA B): The Government will evaluate the quality of the Contractors key personnel based on the experience, qualifications, expertise of key personnel by evaluating the resumes submitted. The Contractor shall submit resumes for its key personnel that are sufficient in detail so as to demonstrate each persons experience and capability to perform the requirements set forth in this RFQ. Resumes must contain work history covering at least three years; describe experience related to similar work, and list relevant education, training, certifications, and professional organizational memberships and activities. PAST PERFORMANCE (CRITERIA C): Past Performance is the Agencys assessment of the degree to which an offeror has satisfied its past customers while performing a job of this nature. MMS will contact some or the customers entire list as Past Performance References within the last three (3) years in the contractors proposal. A short description of work performed is required. MMS will ask questions such as: whether or not they believe (1) that the offeror was capable, timely, efficient, and effective; (2) that the offerors performance conformed to the terms and conditions of the contract; (3) that the offeror was reasonable and cooperative during the performance; (4) that the offeror was committed to customer satisfaction; and (5) whether the job performed by the contractor was of high quality. Past experience is the experience that Offerors technical staff, i.e., geophysicist with data interpretation skills accessible for questions and clarification and previous delivery of gridded data that is same/similar to the MMS requirement. Both past performance and past experience will be evaluated by utilizing the information provided by the offeror. AUTHORITY TO OBLIGATE THE GOVERNMENTThe Contracting Officer is the only individual who can legally commit or obligate the Government to the expenditure of public funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the contracting Officer. EVALUATION CRITERIAS: 1. On-site qualified geophysicist(s) in the processing group to quality control all data 2. Data must include USGS data set and Blake Plateau (BP) lines 3. Deliverables to include: a. post-stack enhanced seismic data b. bathymetric map created using both 2D seismic data and available bathymetric data c. creation of a datum surface removing deeply incised submarine canyons so that the velocity effects of these canyons can be removed d. average velocities used in depth conversion derived from well checkshot surveys and edited and smoothed seismic velocities calibrated to the well checkshot surveys e. interval velocity and Vo-K maps provided f. time and depth gridded surfaces g. one set of depth-converted SEGY data h. navigation data in an acceptable format i. delivery on DVD/USB 4.Value added to product; e.g., a. post-stack enhancement of seismic data b. editing and smoothing of bathymetry to remove bathymetric extremes; i.e., submarine canyon systems c. calibration of stacking velocities with well checkshot surveys d. unified data set depth-converted over the entire region from Maine to the Bahamas 5. Record of past performance a. technical staff; i.e., geophysicist with data interpretation skills accessible for questions and clarification b. previous delivery of gridded data to the MMS 6. Test evaluation of quality of data EVALUATION OF QUOTES: Quotes shall be prepared in accordance with and comply with the instructions above. The technical submission will be evaluated separately from the price. Each submission will be evaluated against the evaluation factors listed above. Each Offerors quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, Offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government's best interest. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The CCR number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the Central Contractor Registration (CCR) database prior to award. Offerors must also have all online at www.orca.gov representations and certifications completed prior to submission of quote. Interested Offerors must submit any questions concerning this solicitation no later than close of business on SEPTEMBER 14, 2009 to enable the MMS to respond. Questions can be submitted via email to barbara.dejoie@mms.gov. Questions not received within a reasonable time may not be considered. The Government reserves the right not to make an award as a result of this competitive RFQ, if in the opinion of the Government none of the submissions would provide satisfactory performance at a cost that is considered fair and reasonable and/or economically feasible. METHODS OF QUOTATION AND DELIVERY LOCATION Submit to the Attention of: Ms Barbara Dejoie, Minerals Management Service Acquisition Activity, MS 2601, 1201 Elmwood Park Blvd. New Orleans, LA 70123. It is incumbent upon the offeror to ensure that any hand carried offer in response to this RFQ shall be delivered before the closing date and time as specified below. All hand carried packages shall be delivered to the address listed herein. QUOTATION DUE DATE Quotations submitted in response to this RFQ shall be received by the due date and time established. The Offerors quotation shall be submitted not later than 3:00 PM CentralTime SEPTEMBER 16,2009
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/MMS/SPB/M09PS00125/listing.html)
- Record
- SN01948680-W 20090912/090911000058-5e718928450bdd0c8003f351c1bae40d (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 |