Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 3,2000 PSA#2634

Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817

B -- SOLICITATION FOR PROPOSALS FOR A METHOD TO DETERMINE WORST CASE DISCHARGES (WCD) FROM FACILITIES THAT PRODUCE OR TRANSPORT OIL IN THE U.S. OUTER CONTINENTAL SHELF (OCS) SOL 1435-01-00-RP-31078 DUE 072700 POC Michael W. Hargrove, Contracting Officer and Rhonda Fernandez, Procurement Technician E-MAIL: Michael W. Hargrove, Contracting Officer and Rhonda, michael.hargrove@mms.gov">michael.hargrove@mms.gov/rhonda.fernandez@mms.gov. PROPOSALS SOUGHT FOR A PROPOSED PROJECT IN SUPPORT OF THE MINERALS MANAGEMENT SERVICE (MMS) TECHNOLOGY ASSESSMENT AND RESEARCH (TA&R) PROGRAM. This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included with this notice. THIS ANNOUNCEMENT INCORPORATES THE SOLICITATION; OFFERS ARE BEING REQUESTED AND A WRITTEN SOLICITATION SHALL NOT BE ISSUED. Offerors should reference Request For Proposal 1435-01-00-RP-31078, SOLICITATION FOR PROPOSALS FOR A METHOD TO DETERMINE WORST CASE DISCHARGES (WCD) FROM FACILITIES THAT PRODUCE OR TRANSPORT OIL IN THE U.S. OUTER CONTINENTAL SHELF (OCS). OBJECTIVES: The MMS, through the TA&R Program, intends to competitively award a contract to determine a method to assess the amount of oil that may be expected to be spilled from a reasonable WCD from facilities that produce or transport oil in the OCS. Although the contractorshould consider pipeline and other facility discharges along with facility blowouts, MMS needs to have the portion of the proposal for the facility blowout separated into an optional project task. For blowouts, the contractor shall address their idea for the best mechanism to determining the WCD (computer model, report, or pocket guide). For pipelines and other facilities, the contractor shall develop a methodology, a computer model, and a pocket guide to determine the amount of oil that can leak from a break in a pipeline connected to an offshore facility. The computer model to determine the volume of oil calculated to leak from a break in a pipeline should consider items such as shutdown time; the effect of hydrostatic pressure; water cut; gravity; frictional wall forces; tie-ins with other pipelines, the physical properties of the fluids in the pipeline; the effect of changing pressure; source flow rate(s) and pressures; leak size classification; riser size; blowdown time, depth of cover over the pipeline; and other factors as applicable. A leak analysis model shall be used to determine premised leak locations and oil temperatures. The analysis should conclude if the break occurred inland, nearshore or offshore. The methodology for pipelines should be capable of being used for both a large volume of gas dissolved in the oil and pipeline quality oil (dead oil). The methodology developed shall also be used to match data from real discharge events to determine its validity. MMS will use this methodology to determine the volume of oil spilled from a pipeline break and use it to calculate a reasonable WCD scenario for a pipeline. For an uncontrolled blowout, the contractor is encouraged to address items such as the effect of obstructions and water gradient on a credible spill amount; reservoir characteristics; casing production; tubing sizes; historical pressure data; and the potential for well bridging or gravel pack failing. For blowouts, the contractor shall also account for differences that could occur in varying water depths ranging up to 10,000 feet and for blowouts occurring from subsea vs. surface facilities. The MMS will use these methodologies to assess oil spill contingency plans and in further risk assessment work. Offerors are informed that this is a fixed priced contract and offerors shall propose in four equal Phases (each phase shall be described by the contractor). Line Items (L/I) shall be as follows: L/I 01 -- Phase 1 (this shall include a kick off meeting in the Gulf of Mexico Region (GOMR) office in New Orleans, LA in approximately October, 2000); L/I 02 -- Phase 2 (this phase shall include an oral mid-term project update briefing in the Pacific Region office in Camarillo, California approximately April, 2001); L/I 03 -- Phase 3; and L/I 04 -- Phase 4 (this phase shall include the final briefing in the MMS office in Herndon, VA approximately October 2001, as well as a half day workshop on the use of the model, and submitting the Final Report). The DELIVERABLES for this contract shall be a computer model and Graphical Users Interface (GUI) with source code, a compiled version, historical input data used for the sample runs, and a Final Report. The Final Report shall consist of a computer users manual, programmer's documentation to maintain the model, a description of the methodology and algorithms in the model, and a pocket guide. The pocket guide shall allow the user to determine a quick WCD volume estimation based on items such as pipe size, pipe diameter, water depth, operating pressure, and shut-in times by using graphs, tables, simple calculations, or a combination of these tools. The model shall be capable of calculating reasonable WCD volumes from pipeline leak initiation to spill cessation. The contractor shall assure the compiled code and GUI will execute properly on the Windows 95-98 operating system. The contractor shall devise and test the compiled software to assure correctness of the output and the fitness of the software for its intended use. The contractor shall develop the method and data to validate the model to assure the standards and accepted principles of statistics and mathematics are not violated. The contractor shall organize the structure of the module source code to assure efficiency and maintainability. Each of the program modules shall include all project files, source code, library, and object files and other information so that MMS can successfully recompile the modules. If the contractor requires proprietary data to do this project, the proposal must clearly state the data that is required. UPON COMPLETION OR TERMINATION OF THE CONTRACT, the contractor shall return all material given to the contractor by MMS. In addition, the contractor shall include a document stating that all materials related to this contract have been returned to MMS and all information and software developed from this project shall not be distributed by the contractor. For the draft report, we require 3 hard copies. For the final report, we require five (5) paper copies and one reproducible copy. If MMS exercises the optional blowout discharge task, it will also be covered in the report. The report deliverable shall also be available in digital format that will be compatible with MS Word 97 for text, MS excel 97 for spreadsheets, Assess 97 for databases and Power Point 07 for presentation material. The digital final report can be submitted on a 3.5 inch floppy disk or for larger files, a CD ROM. Additionally, for public distribution purposes, final reports shall be in .pdf files that can be read using Acrobat Reader 3.0. The anticipated level of effort is from one to one and a half worker years. THE ESTIMATED BUDGET FOR THIS REQUIREMENT IS BETWEEN $150,000 and $200,000. The projected Period of Performance for this effort is 12 months from date of award. The MMS SHALL RETAIN SOLE OWNERSHIP OF ALL DELIVERABLES. The contractor shall vest all rights to the deliverables to the MMS at the conclusion of the project. Please read this ENTIRE NOTICE CAREFULLY as it constitutes the ONLY notice that will beissued. FURTHER INFORMATION: The contractor is encouraged to seek existing models that would adequately determine WCD for MMS. In addition, the contractor shall use the MMS requirements located at 30 CFR 254.47 as WCD guidance and the contractor will determine the suitability of those regulations in calculating a reasonable WCD. The work shall document, with references, the technical and non-technical reasons as to why that type of methodology was chosen. All results stated need to be specific as to how the conclusions were determined and if they are, in fact, based on thorough and defendable engineering assessments and/or analyzes of critical issues. The methodology shall be presented in a format so that engineers, biologists, and scientists can comprehend the results and resulting conclusions. Also, the results and conclusions must be presented in a way so that they are useful, concise, and defendable to all concerned in making decisions relative to determining WCDs. The results shall provide the MMS with a comprehensive methodology for determining a reasonably expected WCD. HOW TO RESPOND: In order to compete for this contract, interested parties must demonstrate that their organization is qualified to perform the work by providing separate Technical and Cost Proposals. The Technical Proposal shall detail the following: (1) the scope of how you would conduct the work; (2) your key personnel (those who would have the primary responsibilityfor performing and/or managing the project) with their qualifications and specific experience; (3) your organization's experience with this type of work and a description of your facilities; and (4) specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number) for workof this nature that your personnel or organization is currently performing or has completed within the last two years. It is especially important that offers disclose instances in which their past performance maybe considered by previous customers or their representatives to have been less than fully satisfactory and provide rebuttal explaining your side of the story. REFERENCES WILL BE CHECKED. The Technical Proposal will be evaluated based on it scope and the technical detail of the tasks the skills, and past performance of your organization. More specifically, technical proposals shall be evaluated on the following specific criteria in order of importance: (1) Past Performance -- This shall be evaluated on a pass/fail basis. Should past performance be less than fully satisfactory, the offeror will not proceed to the next set of criteria listed herein. Therefore, Past Performance is the most important criteria. Past performance includes adherence to schedules and budgets, effectiveness of cost control, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. Technical Proposals that are found to be satisfactory will then be evaluated on the following specific criteria in order of importance: (2) Appropriateness of tasks cited to complete the project; (3) The quality and availability of the personnel with the requisite expertise (skills, abilities, education, professional credentials and experience) to accomplish the work as proposed; (4) Innovative or creative approaches used to conduct the work; (5) Feasibility of the approach or solution; (6) The offerors understanding of the technical issues being presented for consideration; and (7) The offerors ability to implement the proposed approach as determined by adequate detailed analysis and supported by specific accomplishments in the technical field to be assessed. The Cost Proposal shall be submitted SEPARATELY and detail the costs associated with each proposed task to include man hours, travel and required equipment and/or services. The written cost and business proposal detailing how the work will be performed and at what price shall be no more than 20 pages. Each offeror shall submit a labor hour rate scheduled for each category or labor that might be assigned to the project for future work. Following the review of all Technical Proposals submitted, those offerors judged most qualified to successfully perform the effort will be evaluated as to the appropriateness of their Cost Proposals. The most qualified offerors selected based on an evaluation of both the Technical and Cost Proposals will be expected to provide a separate oral presentation of their technical proposal to the selection review panel. The oral presentation will be given by the offeror's key personnel and the emphasis will be on the appropriateness of tasks designated in the proposed assessment and how well the work could be accomplished. Following the oral presentation there will be a one-hour question and answer session where the government will query the presenters on their proposal. ORAL PRESENTATIONS WILL TAKE PLACE AT THE MMS HERNDONOCS REGIONAL OFFICE located at 381 ELDEN STREET, HERNDON, VIRGINIA, scheduled tentatively for the week of August 14, 2000. The Oral presentation and question and answer session will not constitute part of the offer or contract. Neither the oral presentation nor the question and answer session will obligate the government to conduct discussions or to solicit or entertain any proposal revisions. Key project personnel include only those persons who will be assigned to work on the contract. Corporate officers not directly working on the project should not be presenters. An outline of the oral presentation in bullet form should be provided to the government evaluation team (10 copies) at the start of the presentation. FAR 52.215-1(f)(4) applies, accordingly, the government reserves the right to award contract to other than the lowest priced offer if, in its judgement the offer is superior to other offers and out weighs the cost difference. VERY IMPORTANT: The following provision/clauses are incorporated by reference: 52.212-1, Instructions to Offer's Commercial Items (JUN 97); 52.212-2, Evaluation of Commercial Items (OCT 97); 52.212-3, Offeror Representations and Certifications Commercial Items (JAN 97) 52.212-4, Contract Terms and Conditions Commercial Items (MAY 97); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 96). INSTRUCTIONS TO OFFERORS: PLEASE CONTACT BOTH POINTS OF CONTACT FOR FULL TEXT PROPOSAL PREPARATION INSTRUCTIONS. These documents are current to FAC 90-46 (MAR 97). Offerors should go to the Internet GSA FAR website at http://www.gsa.gov/far/or http://www.arnet.gov/far/ to view these clauses. It is strongly recommended to use the Internet to obtain copies of these provisions and clauses. The government reserves the right to award contracts to other than the lowest priced offer if, in its judgement, the offer is superior to other offers and out weighs the cost difference. This synopsis constitutes an RFP but does not constitute commitment by the Government to award nor does it restrict the Government as to the ultimate acquisition approach. QUESTIONS may be faxed to the attention of BOTH the Contracting Officer, AND the Procurement Assistant at (703) 787-1387. Questions may also be E-mailed to Michael.Hargrove@mms.gov and Rhonda.Fernandez@mms.gov. The RFP number MUST be in the subject line of the Email). (Please include both addresses in any correspondence. TELEPHONIC REQUESTS WILL NOT BE ACCEPTED. An original plus FIVE copies of the RFP are due BY 3:00 P.M.(EST)) July 27, 2000. ELECTRONIC COPIES WILL NOT BE ACCEPTED (e.g. via e-mail attachments, etc.). The delivery address for receipt of RFPs is: Minerals Management Service; 381 Elden Street; ATTN: Michael W. Hargrove, MS 2500; Herndon, VA 20170-4817. If offerors desire to hand deliver their RFPs then they are informed that this is a secure office complex and MUST NOT enter the building beyond the lobby. There is a courtesy telephone near the elevators to which you must call extension 1354 for a procurement official to pick-up your response. Posted 06/29/00 (W-SN470270). (0181)

Loren Data Corp. http://www.ld.com (SYN# 0024 20000703\B-0007.SOL)


B - Special Studies and Analyses - Not R&D Index Page