COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651 Department of the Interior, Minerals Management Service, Procurement
Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia
20170-4817 B -- ALTERNATIVE OIL SPILL OCCURRENCE ESTIMATORS FOR THE
BEAUFORT/CHUKCHI SEA OCS SOL RFQ 17141 DUE 082800 POC Wallace Adcox,
Contracting Officer, (703) 787-1362 E-MAIL: Contracting Officer's
E-mail, wallace.adcox@mms.gov. This is a request for quotation under
FAR part 13. No separate RFQ will be issued. All information is
contained in this CBD Announcement. THE SIC CODE FOR THIS PROCUREMENT
IS 8731. THIS REQUIREMENT IS OPEN TO ALL RESPONSIBLE BIDDERS REGARDLESS
OF SIZE. PREFERENCE WILL BE GIVEN TO SMALL BUSINESSES. The Department
of the Interior, Minerals Management Service (MMS), intends to
competitively award a contract to conduct a study entitled "
Alternative Oil Spill Occurrence Estimators for the Beaufort/Chukchi
Sea OCS". This study will: 1) describe alternative approaches to
estimating oil spill risk, 2) provide alternative oil spill risk
occurrence estimator(s) for OCS Beaufort and Chukchi Sea exploration
and development, for offshore OCS conditions under which extrapolation
from existing spill data may be suspect, and 3) will provide
statistical support to MMS in regard to statistical issues of spill
rates and risk. ESTIMATED LEVEL OF EFFORT: The government estimates a
period of performance for this contract of twelve (12) months and a
price of between $75,000 to $100,000. BACKGROUND: The historical record
for the OCS statistics used to calculate the national OCS oil spill
rates is mostly from the Gulf of Mexico. This spill record does not
include pipeline spills inshore of the OCS, in State waters or on land.
The MMS Alaska OCS Region intends to calculate spill frequency based on
Regional considerations, such as Alaska North Slope and Arctic Canada
rather than on the Gulf of Mexico experience, and to include all major
pipeline spills, both onshore and offshore, in environmental impact
assessment. The first step in this process was a prior study (OCS Study
MMS 2000-007) in FY 1999-2000 to collate readily available information
on oil industry spills of at least 100 bbl in the Alaska North Slope
and Arctic Canada, verify spill information for the larger spills (at
least 500 bbl), and to estimate provisional spill rates for use in the
nearshore Beaufort Sea OCS. Based on this prior study, MMS was able to
extrapolate pipeline and oil field spill rates from Alaskan North Slope
and Trans-Alaska Pipeline onshore oil spill experience to shallow
coastal waters in the nearshore Beaufort Sea. The validity of this
premise cannot be assumed for locations further from shore that might
be offered in future oil and gas lease sales in Beaufort or Chukchi
Seas. GOALS AND OBJECTIVES: Objectives of this study are to: 1)
Evaluate the applicability of the results from the OCS Study MMS
2000-007 to deeper tracts that could be offered in Beaufort Sea Sale
176 or in subsequent Beaufort or Chukchi Sea lease sales; 2) Describe
alternative approaches to estimating risk for Beaufort Sea and Chukchi
Sea lease sales and development from spills of at least 500-1,000 bbl
or more; 3) Develop preferred alternative statistics; 4) Provide
statistical support to MMS in evaluation of statistical issues in
estimation of oil spill rates. SCOPE OF WORK: TASK 1. POST-AWARD
CONFERENCE WITH MMS -- Within three weeks of contract award, hold a
post-award conference in Anchorage with Alaska OCS Region and Herndon
MMS staff to insure a clear understanding by all of study tasks,
concerns, and timelines. The Offeror shall: 1) Provide draft agenda to
participants prior to the meeting; 2) Provide Meeting Summary to
participants within one week of meeting; 3) List any changes needed to
planned work as a result of the meeting. TASK 2. EVALUATE THE
APPLICABILITY OF THE RESULTS FROM THE OCS STUDY MMS 2000-007 TO DEEPER
TRACTS THAT COULD BE OFFERED IN BEAUFORT SEA SALE 176 OR IN SUBSEQUENT
BEAUFORT OR CHUKCHI SEA LEASE SALES -- Review the spill data from the
prior study and environmental hazards for the <200-m deep portion of
Beaufort Sea Planning Area. Evaluate how the applicability of onshore
oil spill statistics changes with water depth or environmental hazards
as one moves further offshore in the Beaufort Sea. For example, the
type of structures used will change since onshore-like gravel island
developments are likely only out to a few meters water depth. Risk from
ice gouging peaks in intermediate water depths (15-30 m). Base the
evaluation on statistical considerations to the extent feasible. TASK
3. DESCRIBE ALTERNATIVE APPROACHES TO ESTIMATING OIL SPILL RISK FOR
BEAUFORT SEA AND CHUKCHI SEA LEASE SALES AND DEVELOPMENT -- There are
alternate approaches that can used to estimate spill rates in the
absence of sufficient historical data. [An example of one approach
would fault-tree analysis.] Review alternative approaches to estimating
oil spill frequency for Beaufort Sea and Chukchi Sea both in
exploration (including both OCS Sale Environmental Impact Statements
and site-specific exploration plans) and development phases. Discuss
strengths and weaknesses of each. Explain rationale for the
contractor's recommendation of the most appropriate approach. TASK 4.
DEVELOP PREFERRED ALTERNATIVE STATISTICS -- Provide draft oil spill
rate estimates based on the most appropriate methods, suitable for both
exploration and development phases. Also quantify robustness ofthe
statistics (Confidence Limits on spill frequency estimates), and
quantify precision/variance of estimates. Spill risk should in terms of
the number spills of 500-1,000 bbl or more that are projected to occur.
TASK 5. PROVIDE STATISTICAL SUPPORT TO MMS IN EVALUATION OF ISSUES IN
ESTIMATION OF OIL SPILL RATES -- Provide 40 hours on-call statistical
support over the contract to MMS staff developing Alaska-specific oil
spill rates or responding to questions on statistical issues related to
oil spills. Present findings in a contract workshop in Anchorage after
completion of draft final report (Task7) and participate in an Alaska
OCS Region Information Transfer Meeting in Anchorage. TASK 6. PROGRAM
MANAGEMENT A) Program Management Plan: Operate under the
program-management plan described in the proposal. A data management
plan shall be incorporated in the program management plan. B) Interim
Progress Report: Submit interim progress (letter) reports to the
Contracting Officer's Technical Representative (COTR). The progress
reports shall include: 1) A brief summary of all preceding work and
overall progress made against the schedule; 2) A brief summary of
significant technical, schedule, or cost problems encountered,
including an assessment of their probable effects on meeting contract
provisions; 3) A brief summary of any resolutions agreed to between
Contractor and MMS regarding these problems; 4) A list of all
significant meetings held, Task 5 consultations, or other contacts made
in connection with the contract, including a brief summary of the
participants and subject, date, location, and outcome of each such
contact or meeting. TASK 7. FINAL REPORT AND TECHNICAL SUMMARY A)
Synthesis and Interpretation: Perform synthesis and interpretation
necessary to accomplish Tasks 2 through 4. B) Draft Final Report and
Draft Technical Summary: Complete and submit draft final report and
Technical Summary to MMS for scientific and editorial review. The
report should describe results of Tasks 2 through 4. The Technical
Summary should cover all technical Tasks. A copy of the standard MMS
formatting requirements for technical summaries and cover/title page
specifications for the report will be provided by MMS after contract
award. C) Revised, Final Report and Technical Summary: Revise the final
report and Technical Summary and complete as per review comments.
Provide the rationale in a letter accompanying the final report for any
review comments not accommodated. Provide 100 copies of the report, a
high-quality master copy, and a PC-compatible digital copy to MMS. Text
and tables of the digital copy of the report should in Microsoft (MS)
Word 6. Provide bibliographic citations for the final report to MMS
also in ProCite 4 or newer (or as a file directly importable into
ProCite). Provide a final Technical Summary, revised from the draft as
per review comments and a PC-compatible digital copy in MS Word 6 to
MMS. HOW TO RESPOND: In order to compete for this contract, a firm must
demonstrate that they are qualified to perform the work by providing,
by 4:00 P.M., August 28, 2000, a written Technical Proposal and
Business Proposal less than 25 pages in length. The Technical Proposal
must accurately demonstrate your capabilities and describe technical
approach. CAPABILITIES: Your capabilities should be demonstrated
through: (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 organization's
experience with this type of work; and (3) your past performance. You
must document the experience of your personnel by providing resumes and
the experience of your organization by providing references. You must
identify the specific tasks each key person is to perform. You must
establish your past performance by providing the period of performance,
dollar amount, client name and telephone number, for previous work of
this nature performed within the last two years. References will be
checked. TECHNICAL APPROACH: Your technical approachshould briefly the
work you will perform and how you will organize the project. You
should include a brief project plan. BUSINESS PROPOSAL: Your business
proposal should include your proposed price and pricing basis; identify
any necessary subcontractors; and the need for any Government-furnished
equipment. EVALUATION: Your capabilities will be evaluated on the basis
of the currency, quality and depth of experience of proposed key
personnel in working on similar projects and your past performance on
these projects. "Similar Project" is meant to convey similarity in
topic, methodologies, dollar value, duration and complexity. Your
organization's history of successful completion of projects; history of
producing high quality reports and other deliverables; history of
staying on schedule and within budget will also be used to judge your
capabilities. Your technical approach will be evaluated on how well it
addresses the work described above and meets the Government's needs.
AWARD DECISION: This award will be made on a best-value basis. The
government will evaluate each proposal to determine the highest
technically rated firm in terms of capability, past performance, and
technical approach. Price will be evaluated, but technical merit is
more important than price. Among offerors considered to be technically
equal, price and other factors will decide the winner. The government
may not conduct negotiations so submit your best offer. The total
length of the Technical and Business Proposal must not exceed 25 pages.
Firms shall submit their proposals in original and two (2) copies to
Wallace Adcox, Contracting Officer, Minerals Mangement Service, 381
Elden Street, MS-2500, Herndon, VA 20170-4817. Three (3) additional
copies shall be sent to Richard Prentki, PH.D., Minerals Mangement
Service, Alaska OCS Region, 949 E. 36 Street, Anchorage, AK 99508.
Questions should be faxed or E-mailed as soon as possible to: Fax (703)
787-1087 or E-mail to Wallace.Adcox@mms.gov. Please include your full
name, the RFQ number (17141) and title, your organization, complete
address, and phone and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS
WILL NOT BE ACCEPTED. Posted 07/24/00 (W-SN477956). (0206) Loren Data Corp. http://www.ld.com (SYN# 0023 20000727\B-0004.SOL)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on July 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|