|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 25,1997 PSA#1789Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
22070-4817 B -- ENVIRONMENTAL SURVEYS OF POTENTIAL SAND RESOURCE SITES OFFSHORE:
NEW JERSEY, DELAWARE, AND MARYLAND SOL 1435-01-RP-97-30853 DUE 031597
POC Contract Specialist, Wallace O. Adcox, (703) 787-1354 WEB: click
here for information about the Minerals Management Service; its
mission, structure, etc., http://www.mms.gov/. E-MAIL: click here to
contact the contracting officer via e-mail, wallace.adcox@MMS.GOV. The
Minerals Management Service (MMS) of the Department of Interior
intends to competitively award a contract to conduct environmental
surveys of potential sand resource sites offshore New Jersey, Delaware,
and Maryland. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT
CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. MMS has jurisdiction
over all mineral resources on the Federal Outer Continental Shelf
(OCS), a zone which extends from three miles seaward of the coastal
State boundaries out to one hundred miles. Until recently only oil and
gas resources were harvested from within this area. However, the
potential for exploitation of sand resources located on the OCS as a
source of material for beach and barrier islands restoration has grown
rapidly in the last several years as similar resources in State waters
are being depleted or polluted. Several OCS areas are also being
examined as possible sources of aggregate for construction purposes.
Resources in U.S. Federal waters may also be environmentally
preferable, due to concerns over changes in resident physical
oceanographic conditions as large quantities of material are extracted
from areas within the existing wave base. This has generated a need
for technical information and environmental studies to ensure that
offshore minerals are developed in a safe and environmentally sound
manner. The MMS's Office of International Activities and Marine
Minerals (INTERMAR) has been developing and procuring contracts to
provide needed environmental information in regards to environmental
management of these resources. The main purpose of this proposed study
is to address environmental questions raised by the potential for
dredging sand from the inner continental shelf offshore the States of
New Jersey, Maryland and Delaware for the purposes of beach
nourishment. There are six (6) potential areas offshore New Jersey and
two (2) offshore Maryland and Delaware in federal waters suitable as
borrow areas for beach nourishment. Significant components of this
study are: (1) Collection and analysis of field data. The Contractor
will design and carrying out an oceanographic field program to address
the following elements: (a) assessment of the baseline benthic
ecological conditions in and around the proposed sand borrow areas that
will identified in the Request for Proposal (RFP); (b) evaluation of
the benthic infauna resident in the five potential borrow sites and
assessment of the potential effects of offshore dredging activity on
these organisms, including an analysis of the potential rate and
success of recolonization following cessation of dredging activities;
(c) development of a schedule of best and worst times for offshore
dredging as regards transitory, pelagic species; (d) evaluation as to
the potential modifications to waves that cross within the study area
due to offshore dredging within the proposed sand borrow areas; and (e)
evaluation of the impacts of offshore dredging and consequent beach
nourishment in terms of the potential alteration in sediment transport
patterns, sedimentary environments, and impacts to local shoreline
processes. As a guide to the prospective Contractor, MMS entered into
a cooperative agreement with the Virginia Institute of Marine Science
(VIMS) in 1995 to conduct a multi-disciplinary study to address these
same elements relative to the potential dredging of sand in identified
borrow areas offshore Virginia Beach and Sandbridge, Virginia. The
following description should be used only for information purposes, as
the Contractor should devise a field program specific to the offshore
Alabama area. Certain elements of the VIMS project may not be relevant
towards analysis for this particular project. The VIMS work is composed
of the following specific tasks: (a) Benthic resource and habitat
mapping using a sediment profile camera; (b) Collection of available
wave height, period, and directional data from the Coastal-Marine
Automated Network stations located within the study area as well as
Atlantic wave hindcast data. The data is being used during wave
propagation studies using a combined wave refraction and diffraction
model, REF/DIF-S; (c) Collection of supplemental bathymetric data for
use during the modeling effort described above; (d) A literature search
and data synthesis to evaluate historical shoreline change along the
Virginia coast and the compilation of existing data to assist in
describing the sedimentary environment on the beach and nearshore.
Additional sediment sampling is being conducted in areas of potential
or active beach nourishment to aid in the evaluation of the existing
sedimentary climate; (e) Synthesis of existing data and reports on the
nature of the sites of offshore borrow material; (f) Evaluation of the
potential impact of the placed material assessed in light of the other
elements and the results of the wave climate analysis; (g) Acoustic
Doppler Current Profiler (ADCP) current measurements /observations
/modeling to define the currents at the potential sand mining sites and
to define the physical regime between these sites and the shoreline. A
numerical model will be used to fill in the current field in areas not
observed and to predict the effects resulting from alterations to the
local bathymetry on the local current field.; (2) Coordination with the
respective state geological surveys and collection of relevant data.
Prior to initiation of any field work, the Contractor will visit with
and discuss any field work conducted or relevant data collected by each
of the involved State's Geological Surveys within the potential borrow
areas and obtain any data or information that might be used during the
conduct of these projects. The Contractor will also search the
available literature base for additional relevant field data or
information. This information will be used to the maximum extent
possible to address the study elements outlined under Item (1). Primary
study products will include bi-monthly progress reports, a series of
draft and final reports (paper and electronic copies), presentation
slide sets, and submission of a draft scientific paper describing the
project to an appropriate refereed journal. HOW TO RESPOND: In order to
compete for this contract interested parties MUST demonstrate that they
are qualified to perform the work by providing, WITHIN 21 CALENDAR DAYS
of publication of this notice, a Capabilities Statement detailing: (1)
your key personnel (those who would have primary responsibility for
performing and/or managing the study) with their qualifications and
specific experience; (2) your organizational experience and facilities;
and (3) specific references (including contract number & project
description, period of performance, dollar amount, client
identification with point of contact & telephone number) for previous
work of this nature that your key personnel or organization have
performed within the last two years. (References will be checked).
Following review of all Capabilities Statements, a list of those deemed
most qualified to perform the work will be established and the
qualifiers will be notifiedand provided additional proposal
instructions. Proposals will essentially consist of an oral technical
presentation and written cost/business proposal. Further details of
proposal requirements and logistical considerations will be provided at
a later date. Your Capabilities Statement will be evaluated based on
your key persons' skills, abilities and experience; your organization's
experience and past performance (including number, size, and complexity
of similar projects, adherence to schedules and budgets, effectiveness
of program management, willingness to cooperate when difficulties
arise, general compliance with the terms of the contracts, and
acceptability of delivered product.) Questions should be faxed or
Emailed as soon as possible to fax (703)787-1009 or Email
"wallace.adcox@mms.gov." Please include with your question(s) your full
name, the RFP number & title, your organization, complete address, and
phone and fax numbers. Telephonic questions or requests are strongly
discouraged. Note: Any conflict in the due dates shown in this notice
shall be governed by this narrative (i.e. capabilities statement ARE
due 21 days from publication of this notice.) (0051) Loren Data Corp. http://www.ld.com (SYN# 0021 19970225\B-0003.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|