Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2006 FBO #1606
SOLICITATION NOTICE

B -- Feasibility and Study Design for Boundary Oceanography of the Beaufort Sea

Notice Date
4/18/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
MMS Procurement Operations Branch 381 Elden Street, MS 2100 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0106AN39710
 
Response Due
5/20/2006
 
Archive Date
4/18/2007
 
Small Business Set-Aside
N/A
 
Description
The Minerals Management Service (MMS) of the Department of the Interior intends to competitively award a contract to conduct the study "Feasibility and Study Design for Boundary Oceanography of the Beaufort Sea." This requirement is being issued in accordance with FAR 15.202. PURPOSE: Review recommendations related to coastal, lateral, and offshore boundaries that control the circulation and water property fields in the Physical Oceanography of the Beaufort Sea Workshop report (OCS Study MMS 2003-045). Provide MMS with study design and estimated costs for research project(s) to meet those recommendations. Establish feasibility of co-sponsorships that respond to the specific recommendations and project designs. The overall goal of the projects is to help MMS better understand the important physical processes of Beaufort Sea and to insure that first-order oceanic physics are understood and incorporated in MMS circulation models and oil spill risk analyses. BACKGROUND: In 2003, MMS sponsored an international workshop Physical Oceanography of the Beaufort Sea (BSW) to provide MMS with recommendations regarding future Arctic oceanographic research needs. The BSW included presentations and discussions of international experts in Arctic oceanography on state-of-knowledge of Beaufort Sea physical oceanography and recommended long-range goals for oceanographic research to meet MMS needs. Several of the workshop recommendations articulate the need to better understand the coastal boundary (buoyancy-forced coastal circulation), influences of lateral ocean boundaries, and dynamic controls of the offshore boundary. Two MMS studies started in 2003 are now ongoing. "Beaufort Sea Nearshore Currents" and "Mapping and Characterization of Recurring Spring Leads and Landfast Ice in the Beaufort Sea", address a portion of these recommendations. However, other recommendations require more resources than MMS can provide alone. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. SCOPE OF WORK: In Task 1, the contractor shall hold a post-award conference in Anchorage with MMS staff to insure a clear understanding by all of study tasks, concerns, availability of relevant data and reports, and timelines. The Contractor shall: provide a draft agenda to participants prior to the meeting, provide Meeting Summary to participants within one week of meeting, and list any changes needed to planned work as a result of the meeting. In Task 2, the contractor will briefly review and summarize research completed or ongoing since 2003 that address specific BSW recommendations, Evaluate whether any of the BSW recommendations can be considered met by new research. In Task 3, review and evaluate improvements that may improve likelihood of success/lower cost. These should include those available now or within the next few years. Technology such as but not limited to remote sensing applications, High-frequency radar, and the proposed Barrow Observatory submarine cable should be considered. In Task 4, develop strawman project profiles (realistic but brief project descriptions) that respond to Task 2 recommendations. Estimate costs to complete each study profile. Profiles and estimated costs should be sufficiently detailed so as to serve as a primary introduction for potential partners during Task 5. In Task 5, develop interagency contacts, expressions of interest, or agreements with other entities interested in cost or logistics sharing in Task 4 project objectives. Prioritize specific objectives based on mutual interest, scientific gain, and logistical synergy/savings. Consideration should be given to both using Task 4 projects as lead project or added objective to other Beaufort Sea programs/projects. Revise Task 4 projects to fit within realistic, potential MMS or partnership support levels based on degree of success of this effort. For Tasks 6 and 7, produce interim progress reports, draft and revised Final Report, and Technical Summary. HOW TO RESPOND: In order to compete for this contract interested parties MUST demonstrate that they are qualified to perform the work by providing an original and four (4) 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 available facilities, (3) specific references (including contract number & project description, period of performance, dollar amount, client identification with the point of contact, telephone number, and email address) for previous work of this nature that your key personnel or organization has performed within the last two years. If you believe the Government will find derogatory information 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 and evaluation of all Capabilities Statements received, the Government will establish a list of those deemed best qualified to perform the work. Further details of proposal requirements and logistical considerations will be provided to those deemed best qualified at that time. EVALUATION: Capability Statements will be evaluated based on: (A) demonstrated experience and expertise of all key technical personnel, especially as regards to their knowledge and experience in light of specific tasks to be performed. (B)The Project Manager's demonstrated leadership ability and experience with coordination and management of this type of effort, and ability to control costs and to keep project performance and deliverables on schedule. (C) Demonstrated organizational history of successfully conducting projects of similar size, scope, complexity, duration, and dollar value; producing high-quality deliverables; and completing similar projects on schedule and within budget. (D). Demonstration of adequate facilities to complete the tasks. The capability statement shall not exceed 25 pages (on 8.5x11 size paper, single sided print with a font of 10 points or higher), any pages in excess of 25 will not be evaluated. Please send the original and two copies by 4:00 PM ET, Friday, May 20, 2006 to Minerals Management Service, 381 Elden Street, MS 2100, Herndon, VA 20170-4817, Attn: Kimberly Luke, Contract Specialist. Send the remaining two (2) copies to Minerals Management Service, Alaska OCS, 3801 Centerpoint Drive, Suite 500, Anchorage, AK 99503-5823 Attn: Dr. Richard Prentki. THE RECEIPT TIME WILL BE DETERMINED BY RECEIPT IN THE HERNDON, VA OFFICE UNLESS OTHERWISE REQUESTED. Questions regarding this effort must be emailed to Kimberly.Luke@mms.gov. Please include with your questions your full name, the RFP number & title, your organization, complete address, and phone and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS WILL NOT BE ACCEPTED. PLEASE BE ADVISED THAT IT IS THE OFFEROR'S RESPONSIBILITY TO ASSURE THE GOVERNMENT RECEIVES YOUR SUBMISSION ON OR BEFORE THE SPECIFIED DUE DATE. ANY SUBMISSIONS RECEIVED AFTER THE DATE AND TIME SPECIFIED WILL NOT BE CONSIDERED.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=314724)
 
Record
SN01030356-W 20060420/060418221241 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.