Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOURCES SOUGHT

R -- EPA REGION 10 UNDERGROUND INJECTION CONTROL (UIC) PROGRAM FIELD INSPECTION AND TECHNICAL SUPPORT - DRAFT R10 UIC PROGRAM FIELD INSPECTION AND TECHNICAL SUPPORT PERFORMANCE WORK STATEMENT (PWS)

Notice Date
1/15/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, Region VII, 901 North 5th Street, Kansas City, Kansas, 66101
 
ZIP Code
66101
 
Solicitation Number
PR-R7-10-10125
 
Archive Date
3/16/2010
 
Point of Contact
James E. Price, Phone: 913-551-7239
 
E-Mail Address
price.james@epa.gov
(price.james@epa.gov)
 
Small Business Set-Aside
N/A
 
Description
DRAFT R10 UIC PROGRAM FIELD INSPECTION AND TECHNICAL SUPPORT PERFORMANCE WORK STATEMENT (PWS) SOURCES SOUGHT NOTICE U.S. ENVIRONMENTAL PROTECTON AGENCY (USEPA) REGION 10 UNDERGROUND INJECTION CONTROL (UIC) PROGRAM FIELD INSPECTION AND TECHNICAL SUPPORT. This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this sources sought synopsis is for market research purposes to determine if capable, qualified small businesses (including Small Businesses, Service Disabled Veteran-Owned Small Businesses (SDVOSB), Veteran-Owned Small Business (VOSB), Women-Owned Small Business (WOSB), Historically Underutilized Business Zone (HUBZone) businesses, 8(a) firms, Small Disadvantage Business (SDB)) relative to North American Industry Classification System (NAICS) code 541330 - Engineering Services (i.e. Specifically Petroleum Engineering Services) (size standard of $4,500,000 in gross annual receipts or income as defined in 13 CFR 121.104) possess the capability to support USEPA Region 10 Underground Injection Control (UIC) Program Field Inspection and Technical Support requirement. Responses to this sources sought notice shall not constitute responses to any solicitation, which is not currently available. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). DESCRIPTION: The intent of this notice is to request information from small business concerns for USEPA Region 10 Underground Injection Control (UIC) Program Field Inspection and Technical Support. USEPA Region 10 is seeking market research into whether capable small business sources are able to provide the field inspection and technical support to the Underground Injection Control (UIC) program in the Office of Compliance and Enforcement. Injection wells are regulated by EPA or state primary agencies through the Underground Injection Control (UIC) program, as directed by Part C of the Safe Drinking Water Act (SDWA). Contractor must have no conflict of interest with current or potential owners/operators of UIC wells in Region 10 including but not limited to: Conoco Phillips, BP Alaska, Pioneer Natural Resources, Chevron, ENI, Cook Inlet Energy LLC, State of Alaska, Municipality of Anchorage, or other owner/operators/UIC permittees in Alaska. This project is to provide support to the USEPA Region 10 UIC program including capability to: 1) witness Class I injection wells mechanical integrity tests (MIT) in Region 10 including arctic Alaska, 2) conduct compliance inspections of Class I/II/IV geosequestration and geothermal wells and make recommendations, 3) provide UIC technical support on engineering, technology and regulatory aspects of both shallow and deep wells (Classes I, II, III, IV, V and VI), 4) provide UIC technical support on the engineering, technology and regulatory aspects of geosequestration of CO2 and other greenhouse gases (classes VI geosequestration and II enhanced oil recovery (EOR), 5) conduct field compliance inspections of shallow injection (classes IV and V) wells requested, and 6) provide UIC technical support on the Region 10 UIC database for Class I wells and database development for other well classes (example class V, Tribal, Geosequestration) as needed. Technical support requires working knowledge of petroleum engineering, well construction, well completion, reservoir engineering and reservoir mechanics of injection in arctic Alaska permafrost prone geologic formations as they apply to federal EPA and State UIC regulations. 1) Witness Class I injection wells mechanical integrity tests in Region 10. Witness Mechanical Integrity Tests (MITs) conducted on all Class I non-hazardous industrial waste injection wells located in Alaska, primarily in the Cook Inlet region and North Slope of Alaska. Upon completion of testing, submit written reports identifying any deviations from the approved internal and external MIT procedures specified in the UIC Permit, and describe any critical deficiencies in mechanical integrity revealed, in the contractor's professional judgment, by the observed tests. 2) Conduct compliance inspections of Class I/II/IV geosequestration and geothermal wells and make recommendations regarding operation and maintenance of injection wells, including but not limited to solids injection wells on the North Slope of Alaska plus evaluate fracture prediction modeling and compare performance history of injectors as needed. 3) Provide UIC technical support on engineering, technology and regulatory aspects of both shallow and deep wells (Classes I, II, III, IV, V and VI). Provide UIC Technical Support to EPA relative to the engineering, technology and regulatory aspects of both shallow and deep wells (Classes I, II, III, IV, V and VI). Such support may include but is not limited to a) technical review of Class I, II, V, Geothermal, and VI Geosequestration wells, and permit applications submitted by operators to EPA or a primacy state; b) technical review of external and internal mechanical integrity test procedures including well design, operations and maintenance, fluid type restrictions etc. from the standpoint of protectiveness and efficiency and relative risk; c) site inspection planning and sampling for legally defensible actions in accordance with EPA directives at wells quality assurance project plans (QAPPs); d) determination of Total Dissolved Solids (TDS) content from open hole geophysical logs for determining aquifer exemptions and Underground Sources of Drinking Water (USDW and No USDW ) rulings and e) any other UIC related technical and regulatory issues as identified by EPA applicable to the direct implementation or primary state oversight responsibilities 4) Provide UIC technical Support to EPA relative to the engineering, technology and regulatory aspects of geosequestration of CO2 and other greenhouse gases (Classes and VI Geosequestration and II enhanced oil recovery (EOR). Such support may include but is not limited to a) technical review of Class VI CO2-GS and Class II CO2-EOR wells, and permit applications submitted by operators to EPA or a primacy state; b) technical review of external and internal mechanical integrity test procedures including well design, operations and maintenance, fluid type restrictions etc. from the standpoint of protectiveness and efficiency and relative risk; c) site inspection planning and sampling for legally defensible actions in accordance with EPA directives at wells quality assurance project plans (QAPPs); and d) any other UIC related technical and regulatory issues as identified by EPA applicable to the direct implementation or primary state oversight responsibilities. 5) Conduct field compliance inspections of shallow injection (class IV and V) wells requested. The contractor shall make observations and recommendations needed to ascertain whether or not the owner/operator is in compliance with the applicable UIC regulations. The inspections shall be conducted in a manner which allows EPA to effectively pursue formal UIC enforcement action, if warranted. 6) Provide UIC technical Support to EPA relative to the Region 10 UIC database for Class I and database for other classes (example class V, Tribal, Geosequestration) as needed. This is an ongoing activity. The contractor will develop and support an automated tool to transfer data from the Region 10 Class I database (plus potentially other classes including but not limited to a Class V database) to the National UIC database every quarter. Skills required includes proficiency in Access query SQL and Excel, understanding of relational database management system, familiar to XML plus knowledge of UIC program business is required including engineering, technology and regulatory aspects of Class I, II, III, IV, V, Geothermal, and VI Geosequestration wells). CAPABILITY STATEMENT: To help determine if this potential requirement may be set-aside for small business concerns, the government is seeking input from the small business community regarding their interest and capability in performing the tasks reflected in the attached draft SOW. The Government requests demonstration of capability by interested parties through submittal of capability statements. The government will evaluate the qualifications of interested parties based on their responses regarding capability of performing the draft SOW. All capability statements must: 1. Not exceed and will be restricted up to fifteen (15) single-sided pages in length. 2. Be electronically submitted to the email address below by the stated deadline. 3. Include small business classification(s): (Small Business, 8(a), HUBZone, SDB, SDVOSB, WOSB, VOSB, etc.) 4. Address technical competencies and management/personnel experience relative to the task areas in the draft SOW. 5. List references as well as demonstrate experience in conducting projects of similar size, scope, and complexity in the past 5 years. 6. State the (a) average number of employees of the concern; (b) average annual receipts based on the last 3 fiscal years; (c) other current business commitments (i.e., contracts, etc.). 7. Demonstrate the management capability, corporate structure, and financial capability to meet the scope of this requirement. Note that any resulting solicitation under set-aside procedures will include FAR 52.219-14 Limitation on Subcontracting. The Government intends to consider all comments and the responsive capability statements when developing its final acquisition strategy and resulting RFP(s). The synopsis, amendments and other information related to this sources sought as well as any subsequent procurement notifications will be posted on FedBizOpps and EPA's website, at: http://www.epa.gov/oam/regions/index.htm. All interested parties should check these sites frequently for updates. All information related to this procurement will be available at this link through the date of any award. CONTACT INFORMATION Please submit all Capability Statements by 4:00 P.M. CST on February 14, 2010 via email to: James E. Price, Contracting Officer at price.james@epa.gov. NO FAXES, MAIL OR PHONE CALLS WILL BE ACCEPTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/RegVII/PR-R7-10-10125/listing.html)
 
Record
SN02043311-W 20100117/100115235211-1d2ab049ed11bdbc533d948308d6adce (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.