SOLICITATION NOTICE
B -- Analysis of Potential Biological and Physical Impacts of Dredging on Offshore Ridge and Shoal Features
- Notice Date
- 3/10/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Minerals Management Service Procurement Operations Branch 381 Elden Street, MS 2500 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 0103RP72020
- Archive Date
- 3/9/2004
- Point of Contact
- Dick Bolick Contract Specialist 7037871395 richard.bolick@mms.gov;
- E-Mail Address
-
Email your questions to Point of Contact above or IDEASEC HELP DESK
(EC_helpdesk@NBC.GOV)
- Description
- This announcement (0103RP72020) solicits sources to perform an analysis of potential biological and physical impacts of dredging on offshore ridge and shoal features, and to define engineering alternatives and options to avoid adverse environmental impacts. BACKGROUND. The United States (U.S.) Government, and specifically, the Minerals Management Service (MMS), a bureau within the U. S. Department of the Interior, has jurisdiction over all mineral resources on the Federal Outer Continental Shelf. Public Law 103-426, enacted October 31, 1994, gives the MMS the authority to convey, on a noncompetitive basis, the rights to Federal OCS sand, gravel, or shell resources for shore protection, beach or wetlands restoration projects, or for use in construction projects funded in whole or part or authorized by the Federal Government. Many of the submerged shoals located in ridge and swale areas located in Federal waters offshore the East and Gulf of Mexico coasts are being targeted as potential long-term sources of sand for beach and coastal restoration projects. However, these features are often areas of intense biological activity (fishery resources, etc.), as well as playing a role in mitigating the local wave climate, especially during intense storm events. A recently completed biological/physical monitoring protocols study (available for download at http://www.mms.gov/itd/pubs/2001/2001-089.pdf) raised the following questions relative to the continued use of submerged shoals as sand borrow areas: Are there procedures to dredge shoal and ridge features that will minimize ecological impacts and/or speed recovery, such as dredging completely one specific shoal or ridge and leaving adjacent features untouched vs. dredging a small amount of sand from each shoal or ridge feature, or dredging in strips leaving undisturbed areas that act as local sources of recruitment and allow recruitment from older life stages? Is there a preferred manner to remove sand from a shoal/ridge feature to maximize their use and maintain the integrity of the feature? (For example, there are currently concerns that certain dredging practices result in the accumulation of fine-grained sediments in the borrow areas, making the site unsuitable for re-use.) Are there areas within sand ridges where it is best to dredge to speed recovery and reduce long-term impacts? SCOPE OF WORK: As the Federal agency responsible for regulation of OCS sand resources, the MMS must ensure that dredging operations conducted under its jurisdiction are conducted in a safe and environmentally sound manner. Information that can be used to suggest engineering options and mitigation measures that can be implemented to avoid potential deleterious impacts, while allowing for the selective removal of the needed volumes of sand for nearby beach projects, is largely absent. Therefore, the objectives of the study are to examine the biological and physical effects of offshore dredging within the ridge and swale features on the Federal OCS and to suggest engineering options and mitigation measures that can be implemented to avoid potential deleterious impacts. The period of performance of the resultant contract will be thirty-six (36) months with an estimated cost of $400,000. A technical manuscript, a scientific paper for publication in a refereed journal, and presentation of the study results at a scientific or technical conference, are required. TO VIEW THE DETAILED STATEMENT OF WORK and the required deliverables and schedule, go to www.govworks.gov/vendor/csolicit.asp and look up Solicitation Number 01-03-RP-72020. IN ORDER TO COMPETE FOR THIS CONTRACT, Offerors must demonstrate that they are qualified to perform the work by providing, not later than 3:00PM, April 4, 2003, a Capabilities Statement describing in detail: (A)The scientific personnel who would be responsible for the collection, interpretation and synthesis of information; (B) The organization's expertise with this type of work and a description of its facilities and resources; and (C) Specific references (including project identifier and description, period of performance, dollar amount, and client name and phone number) for previous work of this nature that the organization or key personnel are currently performing or have completed within the past three (3) years. REFERENCES WILL BE CHECKED. Offerors shall submit their Capabilities Statement in original and four (4) copies to Richard P. Bolick , Contract Specialist, Minerals Management Service, 381 Elden Street, MS-2500, Herndon Virginia 20170-4817. Time of receipt of submissions will be determined by the time received in the Procurement Operations Branch, Herndon, Virginia. CAPABILITIES STATEMENTS WILL BE EVALUATED BASED ON: (A) Experience and expertise of all technical Key Personnel. Particularly relevant is their expertise in the fields of dredging engineering and technology, marine benthic biology and ecology, physical oceanography and numerical wave modeling, marine and coastal geology, and other oceanographic disciplines as required, their experience in the type of work proposed, and their demonstrated ability to do the work. Scientific personnel must collectively demonstrate relevant experience in the appropriate disciplines. This experience must be demonstrated through authorship in peer-reviewed publications. Assessment factors will be their qualifications, the relevance of their qualifications to their assigned task, and their estimated level of effort. The technical personnel who will be responsible for the organization of information and the production of documents and manuscripts will also be evaluated. Evaluation factors include 1. The length and quality of experience for each person assigned to perform specific tasks; 2. The level and quality of formal education in the disciplines and technical fields necessary, examining the level of relevant education attained as well as honors, awards, and recognition of previous work. 3. Experience with similar programs and studies. (B) The Project Manager shall have: (1) experience and demonstrated leadership ability required for the coordination of the study process; (2) experience in managing a multi-disciplinary team and the interdisciplinary processes required for this study; and (3) ability to control costs and to keep project performance and document preparation on schedule. (C)The organization's history of (1) successful completion of similar projects (similar in size, scope, complexity, duration, and dollar value); (2) producing high-quality documents; and (3) conducting similar projects on schedule and within budget. The Qualifications Statement must demonstrate that both the organization and proposed key personnel meet our requirements to successfully complete this project. MMS will evaluate the number, size, and complexity of similar projects completed by the proposed project team and the organization, including past performance, to determine the potential for success and contract award. Past performance consists of adherence to schedules and budgets, effectiveness of cost control, the acceptability of services delivered, the Offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties, and the Offeror's business integrity. Inquiries will be made of sponsoring organizations. Only those Offerors demonstrating an ability to successfully perform this project will be asked to submit competitive proposals. Questions should be faxed to Richard P. Bolick at (703) 787-1022 or e-mailed to richard.bolick@mms.gov. All correspondence should include this RFP number (0103RP72020), full name/company name, address and phone and fax numbers. Requests or questions by telephone are strongly discouraged.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=MM143501&P_OBJ_ID1=84415)
- Record
- SN00275746-W 20030312/030310213636 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |