Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 4,1999 PSA#2295

Department 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