|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
20170-4817 B -- ARCTIC NEARSHORE IMPACT MONITORING IN THE DEVELOPMENT AREA
(ANIMIDA) SOL 3998 DUE 031999 POC Wallace O. Adcox, Contracting
Officer, (703) 787-1362 E-MAIL: Contracting Officer's e-mail address,
wallace.adcox@mms.gov. The Minerals Management Service of the
Department of Interior intends to com-petitively award a contract for
monitoring impacts associated with development activities and initial
production of oil from the Northstar and Liberty Units in the nearshore
portion of the Outer Continental Shelf (OCS) in the Beaufort Sea. The
purpose of this study is to initiate an impact-monitoring program for
the first Federal oil development offshore of Alaska, in the nearshore
Beaufort Sea, in order to verify projected impacts from development
and production and to pro-vide information needed in post-leasing
decisions to help further minimize these impacts. We anticipate
awarding a cost-reimbursement contract composed of two phases. Phase I
would require eighteen (18) months for an estimated cost of be-tween
$475,000-$525,000. Phase II will be series of Task Orders awarded under
this contract for studies to be determined during Phase I. Phase II
would be an expanded, broader four-year monitoring program, to provide
a basis of continuity and consistency in evaluation of potential
impacts of upcoming development and production in the Beaufort Sea. The
available budget for Phase II is approxi-mately $2.5 million. PLEASE
READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE
THAT WILL BE ISSUED. This study will monitor impacts associated with
development activities and initial production of oil from Northstar and
Liberty Units in the nearshore portion of the Outer Continental Shelf
(OCS) in the Beaufort Sea. During Phase I of this study, surface
activities will be oc-curring on the (just-constructed) Northstar
production island and a buried pipe-line to Northstar will be
constructed. No construction activities are antici-pated for Liberty,
and no production from Northstar or Liberty would occur. During Phase
II, production will start from Northstar and construction of a gravel
production island, construction of a pipeline, and production should
oc-cur for Liberty. No commitment will be made to proceed with and fund
Phase II as result of this RFP. The Phase I Contractor is termed the
"Core Contractor" for this effort. MMS may directly contract some
specific Tasks developed for Phase II with qualified Phase I Offerors
other than the Core Contractor. The procedure by which qualified
contractors will bid on task orders will be further detailed in the
full RFP. The Core Contractor would still provide logistical and
scientific coordination, data management, and synthesis for all Phase
II Tasks. DESCRIPTION OF WORK: PHASE I (1.5 yr.), TASK 1, DRAFT STUDY
PLAN AND POST-AWARD MEETING WITH SCIENCE REVIEW BOARD AND MMS. Provide
MMS with a written Draft Study Plan. Review the plan at post-award
meeting at the Alaska OCS Region in Anchorage, Alaska with the
five-member SRB (see Task 7), MMS staff, and a MMS Scientific Committee
special subcommittee (SC). Revise the Phase I Study Plan per
discussions and provide to MMS. TASK 2, LITERATURE REVIEW OF APPLICABLE
NON-MMS SPONSORED RESEARCH. Perform a brief, focused literature review
on published and gray literature relating to both the immediate
vicinity of the Liberty and Northstar prospects and to the Phase I
objectives of this study. Analyze what is known for the topics covered,
what additional information should be obtained, and why this
information is important to MMS. TASK 3, LIMITED LOGISTICS AND
FIELDWORK. A) Logistics: Field work shall start in the 1999 open water
season. The Core Contractor shall be responsible for field, vessel, or
air logistics and communications and for getting supplies, equipment,
and samples to and from the field in a timely manner. The MMS Launch
1273 may be used if sampling is to be done by vessel. The MMS would
provide and take back MMS Launch 1273 from the Core Contractor at
Prudhoe Bay. The Core Contractor would be responsible for providing a
Captain acceptable to MMS, any necessary crew, fueling, and routine
maintenance. The Core Contractor is encouraged to use and employ local
exper-tise in conducting this field program. The Core Contractor shall
also maintain contact and coordinate with local Federal and State
resource agencies, including necessary permit applications. Additional
guidance on requirements for logis-tics planning will be provided in
the full RFP. B) Field Work: Design a cost-effective sampling program
in the general study area to address the three key physical
environmental parameters and related hypotheses. KEY PARAMETERS: 1)
SEDIMENT QUALITY. Measurements should emphasize standard hydrocarbon
parameters and trace metals analyzed in prior MMS monitoring, and
supporting parameters as sediment grain size and total organic carbon.
The Core Contractor's proposal should discuss and may recommend
sampling for additional or alternative parame-ters that could help
quantify contaminant concentrations, the environmental risk [toxicity,
sublethal effects, bioaccumulation] to aquatic life they pose, and the
contaminant source. Consideration should also be given to the relative
sta-tistical power of the different techniques, and conflicting values
of both main-taining methodological consistency with past analytical
measurements and of pro-viding state-of-the-art accuracy and precision.
Sampling, analyses, and quality control should be by state-of-the-art
protocols. The hydrocarbon laboratory shall be an active participant in
a national hydrocarbon intercalibration pro-gram such as the National
Oceanographic and Atmospheric Administration (NOAA)/National Institute
of Standards and Technology (NIST) Quality Assurance Program. If an
intercalibration exercise is not planned by NOAA/NIST during Phase I,
the Core Contractor should propose an alternative intercalibration
ex-ercise. The trace metal laboratory shall operate under an existing
analytical quality control program for trace metal analysis and shall
participate in inter-laboratory calibrations. 2) RESUSPENSION OF
SEDIMENTS: Design a sampling program at 3-to-4 stations to monitor
turbidity during construction and post-construction near Liberty
(baseline) and Northstar prospects (ongoing construc-tion), and in the
Boulder Patch and to detect statistically significant changes at each
station. Measurements should include nephelometric turbidity,
suspended sediment concentrations (mg/l) and percent light transmission
in vertical pro-files below the ice during the winter construction
season (ca. late December to May). Analyze suspended sediments for
total organic carbon (or total organic matter). In late winter (April
or May), also measure photosynthetically active radiation (PHAR)
underneath the ice and at the sea floor. In late winter, col-lect ice
cores in the vicinity of Northstar and in a transect from Liberty Unit
into the Boulder Patch. Inspect the cores for turbid layers, and
analyze cores for total suspended solids. 3) NOISE AND VIBRATION:
Measure and monitor site-specific (Northstar and Liberty) ambient and
industrial noise and vibration lev-els in air, in open water, and in
and under ice to characterize noise (ambient, construction, and any
seismic). Design sampling to characterize and monitor site-specific
received sound and vibration levels in the study area at multiple
distances (e.g., 5 km and 15 km) from industrial noise sites. Determine
meas-ures of industrial sound/vibration propagation, and relationships
of propagation with ice cover, ice thickness, water depth, sea floor,
permafrost, and other key physical factors. Propose specific sample
collection methods utilizing Core Con-tractor's instrumentation such as
(but not limited to) calibrated hydrophones, sonobouys, autonomous
seafloor acoustic recorders, boat-based acoustic measure-ments, bottom
mounted buoys, ice-mounted vibration detectors, or other methods
previously shown to be successful for measuring ambient and industrial
sounds/vibrations in the nearshore Beaufort Sea and which are
compatible with available logistics platforms. Perform appropriate
digital signal and statisti-cal analyses on data to fully characterize
the ambient and radiated industrial sound/vibration levels and
propagation in the vicinity of industrial sites. Re-late noise levels
to available marine mammal and subsistence hunting observa-tions from
subsistence hunters and ongoing MMS and industry ringed seal and
bow-head whale monitoring studies. TASK 4, PHASE II PROJECT PLAN AND
SAMPLE DESIGN DEVELOPMENT. Propose Phase II in a Draft Phase II Project
Plan to start field programs in summer, 2000. The Draft Project Plan
shall recommend Phase II sam-ple designs that are statistically
defensible and optimized for observational goals and logistical
constraints. THE MMS ANTICIPATES THAT PHASE II MAY MORE FULLY
CHARACTERIZE 1) the noise (ambient, construction, seismic, production)
in the study area, 2) noise impacts to bowhead whales, and 3) noise
related impact to the fall subsistence hunt of bowhead whales. Other
specific living resources such as benthic/kelp communities and
socioeconomic components may also need to be monitored. The overall
Draft Phase II Project Plan shall propose all major research/work
components as an integrated set of discrete, stand-alone, techni-cal
tasks. TheDraft Phase II Project Plan shall be submitted to MMS for
techni-cal evaluation and funding consideration. MMS may directly
contract some spe-cific Tasks developed for Phase II with qualified
Phase I Offerors other than the Core Contractor. After review and
discussion between the Core Contractor and MMS, the Core Contractor
shall submit a Final Project Plan, showing the ac-tual study components
to be performed by the Core Contractor in Phase II and the proposed
costs for each one. TASK 5, WORKSHOP AND DISCUSSIONS. Conduct a
work-shop in Anchorage in Fall 1999 to design, refine, and recommend
hypotheses for proposed Phase II projects. The workshop will include
the SRB and invited par-ticipation by representatives of the MMS SC
special subcommittee, the North Slope Borough (NSB), local villages,
subsistence organizations (e.g., AEWC), MMS, interested Federal and
State agencies, the Alaska Oil and Gas Association (AOGA), and an
Inupiat-language translator. TASK 6, DEVELOP DATABASE DE-SIGN/ANALYSIS
TOOLS, IMPORTFORMS, AND METADATA SOURCE FILE. 1) Develop a rela-tional
database structure for the Phase I Database, suitable for expansion
through Phase II, using the most recent version of ORACLE for aspatial
data and ESRI's Spatial Database Engine (SDE) for spatial data; 2) Use
and expand the CORIS data structure; 3) Develop system processes,
develop business rules, de-velop Entity Relationship (ER) diagrams,
determine database size, design data-base structures, define fields,
produce field name definitions, define field do-mains, develop field
parameters, and produce a data dictionary; 4) Develop tools to analyze
the data within ArcView, ORACLE, and SDE. The database should be
delivered as ORACLE spatial tables and SDE layers. The Core Contractor
will provide the technical means to load the data into the MMS ORACLE
database and into SDE layers. TASK 7, PROGRAM MANAGEMENT. A) Program
Management Plan: Operate under the program-management plan described in
the proposal. Science Review Board: One particular requirement for this
RFP is the establishment of a SRB with breadth of expertise and with an
oversight function for project science. The Program Management Plan
should clearly identify the role of the SRB and how the SRB will
interface with the project. Identify, in the proposal, three
inde-pendent scientists who are willing to serve on the SRB. Show in
the proposal the degree to which the SRB members identified have
expertise in Phase I and also in Phase II tasks which may include
specific biological monitoring methods for application to benthic/kelp
communities, localized vertebrate populations, and subsistence use
patterns. The MMS will recommend a North Slope Borough (NSB) scientist
and a industry scientist to fill out the SRB. B) Data Management Plan:
Operate under the Data Management Plan, as incorporated into the
approved Study Plan. C) Coordination: Initiate and maintain
communication with other projects to maximize opportunities for cost
sharing and scientific efficiency. Initiate and maintain communication
with local residents, Native groups, commercial ac-tivities, and
environmental interests to minimize local concerns and avoid
dis-turbance to the subsistence use of resources during conduct of the
field pro-gram. Maximize the use of local expertise when conducting
the field program. Maintain contact and coordinate with local Federal
and State resource agencies, obtain all necessary permits in a timely
manner for conducting the scientific program outlined herein. TASK 8,
PHASE I REPORT, TECHNICAL SUMMARY, AND JOURNAL ARTICLE. Perform
synthesis and interpretation necessary to describe the accom-plishment
of Tasks 3 and 5. Draft and revised final reports should provide
de-tails of Tasks 3 and 5. A scientific article or multiple articles
shall be sub-mitted to a peer-reviewed journal. PHASE II (Years 2, 3,
4 and 5). Pending MMS approval and availability of funds for Phase II,
the Final Project Plan covering years 2-5 will be authorized by an
amendment to the existing 1.5-year Phase I contract and may overlap the
last six months of Phase I. If Phase II is author-ized, research and
field-season preparations for the selected options would be-gin
immediately and continue over the additional years in order. MMS may
di-rectly contract some specific tasks developed for Phase II with
qualified Phase I Offerors other than the Core Contractor. TASK 9,
PHASE II KNOWLEDGE SUMMARY (Years 2, 3, 4, and 5). The Core Contractor
shall annually update the Phase I Literature Review and include
MMS-sponsored literature. Information, including traditional knowledge,
relevant to all Phase II Tasks, not just those of the Core Contractor
shall be evaluated and summarized. TASK 10, PHASE II LOGISTICS AND
FIELD WORK (Years 2, 3, and 4). Fieldwork in Year 2, 3, and 4 shall
further test the hypotheses designated in the Final Phase II Project
Plan and update ex-isting information needed to quantify the
importance. The Core Contractor shall be responsible for field
logistics, communications, and transportation of sup-plies, equipment,
and samples to andfrom the field in a timely manner for all Core
Contractor Tasks, as in Phase I. The Core Contractor shall also take
the lead in coordinating these activities with other Phase II Task
Contractors. The MMS Launch 1273 may be used if sampling is to be done
by vessel. The Core Con-tractor would be responsible for providing a
Captain acceptable to MMS, any nec-essary crew, fueling, and routine
maintenance, during the field season. TASK 11, PHASE II ANNUAL
TECHNICAL MEETINGS (Years 2, 3, 4, and 5). The Core Contractor shall
hold annual 2-to-3 day technical meetings with MMS, other Phase II Task
Contractors, the SRB, the MMS SC special subcommittee, and invited
government and/or academic representatives to review new scientific
data and draft reports, and to ensure integration of technical aspects
of the research effort. TASK 12, DEVELOP PHASE II DATABASE
DESIGN/ANALYSIS TOOLS, IMPORT FORMS, AND METADATA SOURCE FILE. The Core
Contractor shall be responsible for database design and data population
as in Phase I (Task 6). The Core Contractor shall be responsi-ble for
collating all Phase II data, including those from other contractors,
into the MMS-required formats. TASK 13, PHASE II PROGRAM MANAGEMENT.
The Core Contractor shall be responsible for Phase II Program
Management as in Phase I (Task 7), including: Phase II Program
Management Plan, Phase II Data Management Plan, including for data from
other Phase II Task contractors. TASK 14, PHASE II ANNUAL REPORTS,
FINAL REPORT, TECHNICAL SUMMARY, AND JOURNAL ARTICLE. The Core
Contractor shall perform synthesis and interpretation necessary to
describe the accomplishment of Tasks 9 and 10. The Core Contractor
shall summarize and syn-thesize analyses and results from Task reports
by other Phase II Contractors. Complete and submit draft and revised
annual reports to MMS. Complete and sub-mit draft and revised final
report covering all Core Contractor Phase I and Phase II and other
Phase II Contractor scientific/monitoring/synthesis Tasks. A scientific
article or multiple articles will be submitted to a peer-reviewed
journal. HOW TO RESPOND: In order to compete for this contract
interested par-ties MUST demonstrate that they are qualified to perform
the work by providing, BY FOUR O'CLOCK EASTERN TIME ON March 19, 1999,
an original and five (5) copies of 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
de-scription, period of performance, dollar amount, client
identification with the point of contact & telephone number) for
previous work of this nature that your key personnel or organization
has performed within the last four years (refer-ences will be checked).
If you believe the Government will find derogatory in-formation 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 those deemed most qualified to perform the work.
Offerors will then be contacted and told their evaluation. We will
provide additional proposal in-structions at that time. Proposals will
essentially consist of an oral technical presentation and written
cost/business proposal. Further details of proposal re-quirements 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 sched-ules and budgets, effectiveness of program
management, willingness to cooperate when difficulties arise, general
compliance with the terms of the contracts, and acceptability of
delivered products.) Please send the original and two copies to
Minerals Management Service, 381 Elden Street, MS2500, Herndon, VA
20170-4817, Attn: Wallace O. Adcox. Send the remaining three (3) copies
to Minerals Manage-ment Service, Alaska OCS, 949 East 36th Ave. --
Suite 300, MS8300, Anchorage, AK 99508-4302, Attn: Dr. Richard Prentki.
Questions regarding this procurement should be faxed or E-mailed as
soon as possible to fax (703)787-1387 or E-mail
"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. Posted 03/02/99 (W-SN303961). (0061) Loren Data Corp. http://www.ld.com (SYN# 0015 19990304\B-0001.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|