Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
SOLICITATION NOTICE

D -- Interpretation of 2D Seismic Reflection Data

Notice Date
9/9/2016
 
Notice Type
Presolicitation
 
NAICS
541360 — Geophysical Surveying and Mapping Services
 
Contracting Office
Department of the Interior, Bureau of Reclamation, BOR - All Offices, Denver Federal Center, Building 67, Room 380, Denver, Colorado, 80225, United States
 
ZIP Code
80225
 
Solicitation Number
R16PS01671
 
Archive Date
9/25/2016
 
Point of Contact
Mary Henderson, Phone: (303) 445-2437
 
E-Mail Address
mhenderson@usbr.gov
(mhenderson@usbr.gov)
 
Small Business Set-Aside
N/A
 
Description
The Bureau of Reclamation (BOR) intends to Solicit for Services towards Interpretation of 2D Seismic Reflection Data in the Denver Office. This requirement will be 100% set aside for small business. BOR is requesting a Firm-Fixed Price contract with a start date of 120 calendar days from date of receipt of data. The applicable North American Industry Classification System (NAICS) code is 541360-Seismic Geophysical Surveying Services. The requirements are as follows: 1.Introduction/Background 1.1. Joes Valley Dam is an earthen dam in Emery County, Utah. It is owned by Reclamation's Provo Area Office. 1.2. In order to more accurately define the seismic hazard at Joes Valley Dam, Reclamation is conducting technical studies to better understand the subsurface structure of the rock formations in the vicinity of Joes Valley Dam, and needs to analyze existing deep seismic reflection data collected in the area since the late 1960s. 1.3. Reclamation has licensed or is licensing approximately 13 deep seismic reflection lines consisting of approximately 312 miles of 2D seismic reflection data in the area near Joes Valley Dam. The data was collected between 1969 and 1984, and includes both Vibroseis and dynamite energy sources. All lines have been or will be processed with a common datum and using pre-stack migration. 1.4. Reclamation intends to have the processed seismic lines interpreted to define the subsurface structure of the rock formations in the vicinity of the injection well, including depths to horizons, faults, and other relevant geologic structures. Synthetic seismograms will be generated and used to convert times to depths, and geologic contour maps will be constructed. 2.Description of Products/Services 2.1.Data import, reformatting and quality assurance, including: import of processed seismic reflection data in SEG-Y format, import of digital well-logs in LAS format, import of spatial reference data, import of geographical data in shapefile format, and import of cultural data in ASCII text format. 2.2.Interpretation, which is defined to include the following functions, at minimum: 2.2.1.Generation of a bibliography of relevant references from the geological literature on the Wasatch plateau. 2.2.2.Generation of well files for deep wells, with emphasis on identifying the tops and bottoms of salt deposits. Data should include stratigraphic information, drill-stem tests, core data, top-of-formation data sets, State of Utah well databases, and industry databases. Generation of a grid as well as structural and stratigraphic cross-sections displaying the well data and geologic formation-top data. 2.2.3.Generation of synthetic seismograms from velocity logs of nearby wells, and tying of synthetics to the seismic reflection lines. 2.2.4.Time picking of seismic horizons and faults on 2D seismic time sections. At a minimum, the top of the Dakota sandstone, Navajo sandstone, and salt deposits present in the Carmel formation and/or Arapien shale are required. Identify significant faults, with emphasis on detachment faults and faults that offset the Carmel formation and/or Arapien shale, and differentiate between those associated with salt tectonics and those that extend beneath the Carmel formation and/or Arapien shale to the basement. Identify locations of salt pillows and salt welds. Interpretations of horizons, faults, and other features should be consistent with the sedimentary and structural history of the Wasatch Plateau. 2.2.5.Generation of time contour maps of key horizons and faults, including the Dakota sandstone, Navajo sandstone, and salt deposits present in the Carmel formation and/or Arapien shale. 2.2.6.Time to depth conversion of 2D seismic lines, with uncertainty analysis. 2.2.7.Time to depth conversion of contour maps, and uncertainty analysis of the Dakota sandstone, Navajo sandstone, salt deposits present in the Carmel formation and/or Arapien shale, and other formations, including preparation of velocity depth-conversion maps and uncertainty maps. 2.2.8.Develop 3D georeferenced models of key horizons and faults. 2.2.9.In order to maintain compatibility of input and output formats, the interpretation functions described above must be done using the IHS Kingdom 2015 Workstation software with 2D/3D Pak, EarthPak, and SynPak options, or equivalent software. 2.3.Preparation of computational results in electronic data files, including: (1) any data imported by the contractor from analog to digital formats (SEG-P1 or ASCII), (2) processing settings, (3) time-to-depth converted seismic sections (SEGY format), (4) interpreted time and depth sections (TIFF format), (5) time and depth contours and polygons of key horizons and their corresponding uncertainty maps (ArcGIS-compatible format, and TIFF format), (6) interpreted 3D faults (georeferenced ASCII X-Y-Z format), (7) synthetic seismograms (SEGY format), (8) time-to-depth conversion velocity model (ArcGIS-compatible format) 2.4.Preparation of a written report documenting the processing steps and results of the interpretation. The report format shall be paper (3 copies), and electronic (PDF). 2.5.All data and the electronic copy of the report shall be provided on DVD, or on a USB external hard drive. 3.Personnel Qualifications: Contractor personnel shall provide resumes detailing education and employment history for the personnel who will perform the interpretation. The resume of the project manager or lead who will oversee the interpretation shall demonstrate the completion of a Master's degree or PhD in Geophysics or a related field and at least 10 years of industry experience in the interpretation of deep seismic reflection data, including experience in Utah. Additionally, contractor personnel shall provide the resume of a geologist who will work with the project lead, and whose resume shall demonstrate a Master's degree or PhD in Structural Geology, Petroleum Geology, Geophysics, or a related field, and at least 10 years of experience as a geologist and/or geoscientist, including experience with reservoir characterization and well log correlation. 4.Government Furnished Materials or Services: Original and processed seismic reflection data in SEG-Y format, scanned or digitized survey files, shot-point maps, digitized well-log data from approximately 75 wells in LAS format, geographical data (well locations, etc.) in shapefile format. 5.Travel and Government Vehicle Requirements: None 6.Security: The contractor shall sign a non-disclosure agreement agreeing to the terms of Reclamation's license to use the seismic data. No on-site visits to Reclamation offices are required. 7.Training Requirements: None 8.Schedule of Deliverables/Period of Performance (POP) Task Order ReferenceDeliverableDate Due Item 1Provide a signed non-disclosure agreement to the Contracting Officer.7 calendar days after award. Item 2Provide written notice to the Contracting Officer that all data has been successfully imported, reformatted, and that quality assurance has been completed. The notice shall identify any issues with the data that could prevent completion of the remaining processing tasks.21 calendar days after receipt of data from Reclamation. Item 3Provide up to six interim conferences during the interpretation to allow Reclamation personnel to review the results on the contractor's workstation along with Reclamation's seismic data processing contractor. The conferences can take place either by an online web conferencing service, or, if the contractor is in the Denver metropolitan area, at the contractor's site.Second conference must be held within 60 calendar days after receipt of data from Reclamation. Item 4Draft report in electronic format, including attachments.90 calendar days after receipt of data from Reclamation. Item 5Final report, including 3 paper copies in addition to the electronic copy and attachments.120 calendar days after receipt of data from Reclamation. 9.Deliverables 9.1.Executed non-disclosure agreement (NDA) must be provided to the Contracting Officer. The NDA will be provided by Reclamation at the time of award. 9.2.Written notice to the Contracting Officer that all data has been successfully imported, reformatted, and that quality assurance has been completed. The notice shall identify any issues with the data that could prevent completion of the remaining processing tasks. 9.3.Provide up to six interim conferences during the interpretation to allow Reclamation personnel to review the results on the contractor's workstation. The conferences can take place either by an online web conferencing service, or, if the contractor is in the Denver metropolitan area, at the contractor's site. 9.4.Draft computational results, and draft written report with attachments in electronic format (PDF). Computational results shall be provided on physical media (DVD, USB, or external hard drive), and shall include all items listed in Section 2.3. 9.5.Final computational results, and final written report with attachments (3 paper copies plus an electronic copy in PDF format). Computational results shall be provided on physical media (DVD, USB, or external hard drive), and shall include all items listed in Section 2.3. The electronic copy of the final written report shall be provided on the same physical media as the computational results. 10.Acceptance and Quality Assurance: Upon notice from the contractor, Reclamation shall have 7 calendar days to review the preliminary results on the Contractor's workstation, either remotely or on-site (if Contractor is located in the Denver metro area). The contractor shall prepare a draft report for Reclamation's review, which will be reviewed within 15 calendar days of receipt. The contractor shall remedy any deficiencies in the report identified by Reclamation, and shall submit a final report to Reclamation within 15 calendar days after receipt of Reclamation's review. The solicitation and any amendments to the solicitation will be available through the Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. The extent of the work will be described in the solicitation. As a result of this Pre-solicitation notice, the Department of the Interior, Bureau of Reclamation, anticipates releasing the Request for Quote (RFQ) on or about 9 September 2016 on fedbizops.gov. The due date for receipt of quotes will be specified in the RFQ. This requirement will be solicited and awarded using the method outlined in FAR Parts 12 and 13. The resulting contract will be a firm fixed price contract. The contract period of performance is 120 Calendar Days from Date of Receipt of Data. No further information will be available before the solicitation is posted. Offerors are required to have an active record in the System for Award Management (SAM) to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov. Written questions may be submitted to Mary Henderson via email at mhenderson@usbr.gov. Only written questions will be accepted and addressed. Please note in the subject line of the e-mail "Processing 2D Seismic Reflection Data." Contracting Office Address: Denver Federal Center Building 56, Room 1040 Denver, Colorado 80225 United States Primary Point of Contact: Mary Henderson mhenderson@usbr.gov Phone: 303-445-2437
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a302928c92d7755aaa24e72b6712f84a)
 
Record
SN04264946-W 20160911/160911092645-a302928c92d7755aaa24e72b6712f84a (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.