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