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 -- Processing 2D Seismic Reflection Data in the Denver Office.

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
R16PS01664
 
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 processing 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 90 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 refection data in the area near Joes Valley Dam. The data were collected between 1969 and 1984, and include both Vibroseis and dynamite energy sources. 1.4. Reclamation has determined that processing of this data is required before it can be adequately interpreted to define the subsurface structure of the rock formations in the vicinity of Joes Valley Dam. 2.Description of Products/Services 2.1.Data import into standard formats, reformatting and quality assurance, which is defined to include the following functions, at minimum: import of observer notes and survey data listings into digital format (SEG-P1), import of existing digital field data, and import of the seismic reflection data (SEG-Y), definition of receiver and shot-point geometry, import of shot-point data from field notes, trace and record editing to delete bad station data, and identification of bad or inconsistent data. 2.2.Data processing of all seismic lines, which is defined to include the following functions, at minimum: 2.2.1.First-break picking and refraction statics processing to determine datum statics and refraction statics. 2.2.2.Gain recovery and spherical divergence correction to correct for amplitude decrease with distance. 2.2.3.Surface-consistent deconvolution 2.2.4.Spectral analysis and filter analysis including balancing and whitening 2.2.5.Long-gate trace balancing 2.2.6.Common depth point (CDP) sorting 2.2.7.Determine statics to obtain a floating datum 2.2.8.Interactive velocity analysis to determine stacking velocities. This step shall include a site visit or video-conference so that Reclamation personnel can interactively view the results with the contractor. 2.2.9.Surface-consistent residual autostatics processing 2.2.10.Second-round interactive velocity analysis 2.2.11.Determine preliminary stacks 2.2.12.Second-round surface-consistent residual autostatics processing 2.2.13.Quality control of shot records and CDP gathers 2.2.14.Normal move-out processing 2.2.15.Pre-stack time migration and additional interactive velocity analysis. This step shall include a site visit or video-conference so that Reclamation personnel can interactively view the results with the contractor. 2.2.16.Determine statics to obtain a flat datum 2.2.17.First-break mute analysis 2.2.18.Determine CDP-consistent statics (CDP trim statics) 2.2.19.CDP stacking 2.2.20.Filter testing of on unfiltered stack to determine optimum bandpass filter 2.2.21.Filter testing of on unfiltered stack to determine optimum FX filter for random noise attenuation 2.2.22.Second-round long-gate trace balancing 2.2.23.Kirchoff migration 2.2.24.Output of final stacks in SEG-Y format 2.3.Preparation of a report documenting the processing and results. The report shall be in paper (3 copies), and electronic formats. The electronic version shall be provided on DVDs or on a USB external hard drive and shall have electronic attachments that include the following items: 2.3.1.All data imported by the contractor from analog to digital formats (SEG-P1) 2.3.2.Final processing settings 2.3.3.Velocity model 2.3.4.Three versions of the processed stacks: one with no migration applied, one with post-stack migration, and one with pre-stack time migration. All three formats shall be provided both in SEG-Y format and as large-format TIFF images. 3.Personnel Qualifications: Contractor personnel shall provide resumes detailing education and employment history for the personnel who will perform the processing. The resume of the project manager or lead who will oversee the processing shall demonstrate the completion of a Bachelor's degree or higher in Geophysics, Seismology, or a related field and at least 10 years of industry experience in the processing of deep seismic reflection data. 4.Government Furnished Materials or Services: Observer notes field data notes as scanned PDF files, scanned or digitized survey files, shot-point maps, and seismic reflection data in SEG-Y format. 5.Travel and Government Vehicle Requirements: None 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 90 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/ddb862657d4391045c8c2fe21aa624aa)
 
Record
SN04265003-W 20160911/160911092712-ddb862657d4391045c8c2fe21aa624aa (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.