Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 27,1999 PSA#2333

U.S. Fish & Wildlife Service, Contracting and General Services, P.O Box 1306, Albuquerque, NM 87103-1306

B -- MAPPING OF SOURCE WATER SOL 201819Q038 DUE 051399 POC Judy Ousley, 505-248-6626 The U.S. Fish and Wildlife Service (FWS), Region 2, intends to negotiate a sole source award to Balleau Groundwater Inc. for the mapping of source water for springs, sinkholes and surface water at Bitter Lake National Wildlife Refuge (Refuge), Roswell, New Mexico. The FWS wishes to gather more information addressing the source and movement of water that supplies springs occupied by the federally listed Pecos Gambusia at Bitter Lake NWR. The hydrogeology of the springs associated with the Refuge is complex. The biodiversity of the springs is very high and they contain many State and/or Federally listed threatened or endangered species including the Pecos Gambusia. The Refuge is concerned that the low flows of these springs leave them susceptible to contamination from hydrocarbon exploration and development. In order to obtain an assessment of the risk of contamination through oil and gas activities, FWS has decided to investigate the source area for the springs of the Refuge. FWS believes that Balleau Groundwater Inc (BGW) is the only source available based on 1) BGW's prior knowledge about the Refuge's hydrogeology and water rights gleaned from past work completed for Bitter Lake NWR, including a major investigation of the interrelation of groundwater and surface water of the Refuge and 2) consistency of having one professional expert as the contact for all issues associated with the Federally Reserved water right at Bitter Lake NWR. Scope of work is as follows: 1) Collect the best existing data on the geology and hydrogeology of the Bitter Lake NWR area. Use this information to construct a plan view and cross sectional map of the aquifer systems associated with each spring system. Include thickness, in feet, of the rock units associated with the alluvial and artesian aquifers and the confining unit separating the two. Use geostatistical and interpretive methods to create digital subcrop maps for each hydrogeologic unit. Place data into a 3-dimensional Geographic Information System (GIS). Delineate aquiferrecharge and discharge areas. 2) Investigate the inter connection between the ground water and surface water of the Refuge. Use historic records of artesian aquifer water levels, shallow aquifer water levels, and surface flows. 3) Using the best existing data, determine the 3D potentiometric water levels of the rock units associated with the aquifers feeding each spring system. 4) Construct a diagram of the flow paths and source of the groundwater associated with each spring system. 5) Construct a conceptual model of each spring system based on the above quantitative analysis. Each model shall address the source volume for surface water over the following time scales: 50 year, 100 year, 200 year, 500 year. 6) Using the model of each spring system, construct a plan view map of each system that includes surficial delineations of the 50, 100, 200 and 500 year subsurface source for the spring systems. Use a 3 dimensional particle-tracking program to solve position of displacement fronts. Parameterize the input to this model using GIS methods and technologies. 7) The above information shall be gathered and described into a Technical Report that shall include: a map atlas, supporting text documenting the data sources, analytical procedures, computations and comments on the applicability of the results (including recommendations for improving database and analysis). The FWS realizes that data may be sparse for the Salt Creek Wilderness Unit Spring System. For this scope of work, the contractor shall use the best existing data to complete the tasks. If these data are not sufficient, the contractor shall construct a list of additional data necessary for completing the tasks. No data collection shall be implemented for the completion of this scope of work. Delivery schedule: 60 days after date of award. Reference RFQ 201819Q038. Any interested persons may identify their interest and capability to respond to the requirement or submit proposals within 14 days after date of publication of this synopsis/solicitation. This notice of intent is not a request for competitive proposals. For those interested persons, the following information is provided: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-10. 100% small business set-aside. SIC 7389. Size standard: $3.5 million. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to the acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with his/her offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items, is hereby incorporated by reference; the following paragraphs apply to this solicitation and any resultant contract: (b) (3) 52.219-8, (b) (9) 52.222-26, (b) (10) 52.222-35, (b) (11) 52.222-36, and (b) (12) 52.222-37. Full text of all clauses may be accessed electronically at the following addresses: http://www.arnet.gov/far or http://www.doi.gov/pam/pamareg.html. Capability statements and/or proposals may be mailed to U.S. Fish and Wildlife Service, ATTN: Judy Ousley, Room 5108, 500 Gold Ave SW, PO Box 1306, Albuquerque NM 87103. Due date is May 13, 1999. Posted 04/23/99 (W-SN323948). (0113)

Loren Data Corp. http://www.ld.com (SYN# 0009 19990427\B-0001.SOL)


B - Special Studies and Analyses - Not R&D Index Page