Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2018 FBO #6020
SOURCES SOUGHT

B -- Geochemical Analysis

Notice Date
5/16/2018
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
USGS OAG DENVER ACQUISITION BRANCH PO BOX 25046 204 DENVER FEDERAL CENTER DENVER CO 80225-0046 US
 
ZIP Code
00000
 
Solicitation Number
140G0218Q0152
 
Response Due
5/25/2018
 
Archive Date
9/30/2018
 
Point of Contact
Valdez, Robert
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 541380 with a Small Business Size Standard $15.0M for an upcoming requirement for laboratory services, including geochemical analysis, gas chromatography, mass spectrometry, and compound specific isotope analysis of whole oils, extracts, and hydrocarbon fractions for quantitative analysis of associated alkanes, biomarkers, and diamondoids for sample sets. The proposed length of this requirement will be twelve months with four subsequent option years. THIS IS NOT A SOLICITATION. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. Project Description: The USGS has a long and distinguished history in Arctic Alaska of source-rock characterization, oil and gas geochemistry, oil “oil and oil “source rock correlation, and estimation of source rock contributions to oils of mixed provenance. The USGS maintains an analytical lab for basic geochemistry in Denver, and results generated by that lab are used by USGS geologists and geochemists throughout the U.S. to document and analyze petroleum systems. Routine bulk and molecular geochemical analyses of oils, source rocks, and oil-stained rock samples are conducted in the USGS lab (e.g., Rock-Eval pyrolysis to measure organic richness and thermal maturity of potential source rocks, American Petroleum Institute (API) gravity to evaluate oil density, elemental composition of oils and organic matter extracted from sources rocks, fractionation of oils and extracted bitumen into hydrocarbon class fractions, and gas chromatography-mass spectrometry (GCMS) analysis of extracted petroleum biomarkers). However, specialized analyses require the services of external laboratories. Due to the geologic and geochemical complexity of the Arctic Alaska Basin, advanced geochemical analyses of oils, seeps, and oil-stained core and outcrop samples are necessary. Quantitative diamondoid analysis, quantitative extended diamondoid analysis (QEDA), GCMSMS of biomarkers in saturated and aromatic hydrocarbon fractions, and compound specific isotope analysis (CSIA) of biomarkers (CSIA-B) and diamondoids (CSIA-D) are the most critical measurements needed to identify the oil source, thermal maturity, and degree of alteration due to mixing, cracking, or biodegradation. These interpretations of biomarker and diamondoid data are critical for addressing and advancing the petroleum correlation research objectives that are integral to the USGS Arctic Alaska project. USGS oil geochemical studies in Arctic Alaska designed to: a.Characterize the chemistry of oil and gas from fields, pools, reservoirs, seeps, and rock extracts. This work includes the full suite of laboratory analyses mentioned above. b.Conduct oil “oil and oil “source rock correlation. This includes identification of oils considered to have been sourced from a single source rock, which facilitates the evaluation of oils of mixed provenance. c.Evaluate mixed provenance oils, and interpret the relative proportions of oil derived from various source rocks. d.Use the results of objectives a-c to interpret the origin of oil extracted from more than 150 oil-stained outcrop and core samples. e.Integrate all geochemical results with seismic and other subsurface data to interpret migration pathways from source to reservoir. A scope of work will be provided with any solicitation that may be issued. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 541380 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $15.0 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT May 25, 2018 at 3:00pm MST via e-mail to: rvaldez@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/USGS/USGS/140G0218Q0152/listing.html)
 
Record
SN04924699-W 20180518/180516231020-b9194f8cfda6c64ba7e7bf9274b54e6e (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.