SOURCES SOUGHT
B -- Continuation of Impact Assessment for Cross Island Whaling Activities Near the B
- Notice Date
- 12/27/2007
- Notice Type
- Sources Sought
- Contracting Office
- MMS Procurement Branch, HQ 381 Elden Street, MS 2102 Herndon VA 20170-4817 US
- ZIP Code
- 00000
- Solicitation Number
- M08PS00006
- Response Due
- 1/16/2008
- Archive Date
- 2/15/2008
- Point of Contact
- Laikin, Caroline L. 703-787-1070, caroline.laikin@mms.gov
- E-Mail Address
-
Email your questions to Laikin, Caroline L.
(caroline.laikin@mms.gov)
- Small Business Set-Aside
- Total HBCU
- Description
- Pre-Solicitation Notice / Procurement # M08PS00006 Continuation of Impact Assessment of Subsistence Whaling Activities Associated with Oil Production Near the Beaufort Sea, Alaska The Department of Interior (DOI), Minerals Management Service (MMS) has a requirement for - Continuation of Impact Assessment of Subsistence Whaling Activities Near Cross Island Associated with Oil Production Near the Beaufort Sea.- This requirement is being issued as full and open in accordance with FAR Part 15 for competitive acquisitions. MMS will not accept unsolicited proposals related to the subject of this announcement. In order to compete under this acquisition, interested parties must demonstrate they are capable of performing the work by providing a Capabilities Statement. Instructions regarding submission of capabilities statements are contained herein. Following review and evaluation of all Capabilities Statements received from this announcement, a list of those deemed best qualified to perform the work will be established and will be notified regarding release of information on submission of a proposal and any other logistical considerations. Based on the review of the capability statements received in response to this announcement, the MMS reserves the right to issue a Request for Proposal (RFP) to the list of those deemed best qualified. Please be advised that this announcement may constitute the only notice for this acquisition, based on the review of the responses to this announcement and in accordance with FAR 15.202. The Government anticipates to competitively award a cost reimbursement-type contract for the effort described below. The anticipated period of performance shall be not more than 5 years from the effective date of the contract. PURPOSE OF PROPOSED STUDY: The purpose of this study is to continue the monitoring of impacts to subsistence whaling activities in the vicinity of Cross Island that may be associated with production of oil from the Northstar Unit in the near-shore Beaufort Sea, and maintenance of relevant baseline and trend data collection of whale hunting activities as they relate to new offshore development projects in the Cross Island area, such as Liberty and Oooguruk. This study will gather long-term monitoring data to help the MMS assess whether OCS oil development activities at Northstar and/or Liberty result in changes to bowhead whale subsistence hunting practices, or to hunting success at Cross Island. The first research question is whether Cross Island subsistence whaling displays significant variation over time. The second question is whether such variation can be attributed to offshore oil and gas industrial activities. This goal will be accomplished through the following activities: (1) project management, (2) community engagement, (3) data collection of subsistence bowhead whaling near Cross Island started by ANIMIDA Task Order 4, (4) data analysis to identify and interpret notable changes in whaling activities over time, (5) submission of recorded field data in an annual report for each year 2008-2012, (6) submission of a Final Summary Narrative comparing and summarizing in analytic narrative the significant results from this study (2008-2012) with the 2001-2007 annual reports from the ANIMIDA and cANIMIDA projects, (7) and presentation of major findings in oral and written format to interested stakeholder groups. SOURCES SOUGHT: Interested organizations must submit a Capability Statement to the Contracting Officer of no more than 20 pages (on 8/5 x 11 inch size paper, single sided print in MS Word, with a font of 10 points or higher), that details the ability to perform the effort described above. Any pages in excess of 20 will not be evaluated. Emphasis should be placed on the organization's familiarity and understanding of the Beaufort Sea and subsistence whaling activities. Offerors should describe their experience in the type of work proposed, demonstrated ability to do the work, and an understanding of the directed missions of the MMS, as well as the company's prior experience in work of similar scope and complexity to this project, qualifications of the organization's key personnel (those who would have primary responsibility for performing and/or managing the tasks), and timely delivery of final products. All proprietary information should be marked as such. Provide three references of similar contracts performed by either your proposed key personnel and/or your organization for the last two years. Include a description of the project, project title, contract number, period of performance, client identification which includes agency or company name, contracting and technical reviewing official, address, and telephone number. 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. Responses will be reviewed by MMS personnel and will be held in a confidential manner. EVALUTION OF CAPABILITY STATEMENTS: Your capability statement will be evaluated based on the following factors, which are of equal importance: (1) the understanding of effort and objectives, (2) demonstrated experience and expertise of key technical personnel, (3) degree of experience from past projects to the current project. RESPONSES DUE DATE: Capability statements are due no later than 12:00 Noon, E.T., on Wednesday, January 16, 2008. Please submit your response electronically to caroline.laikin@mms.gov or submit three (3) paper copies of your response to the attention of Caroline Laikin, Contract Specialist, Procurement Operations Branch, Minerals Management Service, MS 2101, 381 Elden Street, Herndon, VA 20170. Please be advised that it is the offeror's responsibility to assure the Government receives your submission on or before the specified due date.
- Record
- SN01476683-W 20071229/071227223909 (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 |