SOLICITATION NOTICE
B -- Beaufort Sea Marine Fish Monitoring: Pilot Survey and Test of Hypotheses
- Notice Date
- 6/6/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- MMS Procurement Operations Branch 381 Elden Street, MS 2100 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 0106AN39770
- Response Due
- 6/23/2006
- Archive Date
- 6/6/2007
- Small Business Set-Aside
- N/A
- Description
- The Minerals Management Service (MMS) of the Department of the Interior intends to competitively award a contract to conduct the study "Beaufort Sea Marine Fish Monitoring: Pilot Survey and Test of Hypotheses." This requirement is being issued in accordance with FAR 15.202. PURPOSE: This study would implement a marine fish survey in the Beaufort Sea Outer Continental Shelf Planning Area that will test hypotheses used in the evaluation of the potential effects of offshore development. BACKGROUND: MMS needs information to assess and manage the potential environmental effects of offshore development on marine fish in the Beaufort Sea. The geographic area within the Beaufort Sea OCS Planning Area (three miles or more beyond the coast) encompasses primarily the shallow continental shelf which averages 50 meters in depth. Fisheries information is used in NEPA analysis of lease sales, exploration plans, and development and production plans. These analyses are presented in NEPA documents that evaluate exploration through development and production activities, including analysis of possible oilspills. The primary potential effects on fish that MMS analysts commonly evaluate in these NEPA documents are the effects 1) within the water column (e.g. from an unlikely but potentially wide spread oilspill or from seismic exploration), and 2) in benthic (e.g. from building and operating subsea pipelines) habitats. In the Beaufort Sea, little is known about the biology and ecology of many marine fish species inhabiting the area. The MMS highest priority information needs are: 1) species presence; 2) distribution; 3) abundance. PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. SCOPE OF WORK: Task 1: Review of Existing Knowledge. In Task 1, the contractor shall identify and review (a) historical marine fish surveys in the Beaufort Sea OCS, (b) species, methods, and data collected by those surveys; and (c) relevant primary data from those surveys that can be compared to his survey's results. Task 2: Field Implementation. Task 2 includes (a) target four species representative of Beaufort Sea species, habitats and offshore development issues; (b)deploy active in-situ trawl gear of a variety of types as a primary sampling method; (c)collect concurrent physical, chemical, biological and other environmental data necessary to evaluate and test the significance of other independent variables that potentially affect the dependent variables of the null hypotheses; (d) expand beyond the ice season; (e) collect and process archival biological samples. Task 3: Survey Logistics. In Task 3, the contractor must implement the survey field logistics, including the following four components: (a) provide the survey vessels, personnel, equipment, and other facilities on a schedule that will achieve seasonal survey coverage; (for a list of MMS equipment likely to be available, visit: www.mms.gov/alaska/ess/index.htm) (b) coordinate with other ongoing related projects; (c) develop instructions and specifications for assuring and documenting quality control of field activities, proper handling, and timely disposition of all field samples and data. (d) Prepare contingency plans that anticipate adverse weather, equipment breakdown and other potential problems for boat, under-ice vessel, aerial and/or land vehicle work. Task 4: Data Analysis and Hypothesis Testing. In Task 4, the contractor will collect the necessary data and perform appropriate statistical analyses to test the null hypotheses, Ho: Abundance of these species does not vary across -life stage, -habitat, -season; Ho: Distribution of these species does not vary across -life state, -habitat, -season, through a process that includes the following five components: (a) develop a data analysis plan prior to survey implementation, (b) specify, prior to survey implementation, the statistical tests to be used, (c) input and analyze all the primary data collected, including biological, physical, chemical and oceanographic data, (d) search for statistical evidence of how the target and other species collected in the course of the survey correlate with each other and how their abundance and distribution contribute to basic ecological understanding, (e) archive samples and data collected. Task 5: Survey Evaluation and Recommendations. In Task 5, the contractor shall evaluate survey accomplishments and recommendations in the final report in the form of the following four components: (a) understandings gained from the survey; (b) a review of the survey design based on the actual conditions and events encountered; (c) recommendations for future monitoring methodology applicable to MMS needs; (d) appendices consisting of detailed field and data analysis manuals sufficient to ensure the future surveys that may be implemented by new personnel use the same methods and analyses. Task 6: Project Management. The contractor shall follow a project management plan that provides lines of communication and coordination among all key personnel and management, and a mechanism for insuring coordination with the MMS COTR. HOW TO RESPOND: In order to compete for this contract interested parties MUST demonstrate that they are qualified to perform the work by providing an original and four (4) copies of a Capabilities Statement detailing: (1) your key personnel (those who would have primary responsibility for performing and /or managing the study) with their qualifications and specific experience (2) your organizational experience and available facilities, (3) specific references (including contract number & project description, period of performance, dollar amount, client identification with the point of contact, telephone number, and email address) for previous work of this nature that your key personnel or organization has performed within the last two years. If you believe the Government will find derogatory information as a result of checking your past performance record, please provide an explanation and any remedial action taken by your company to address the problem. Following review and evaluation of all Capabilities Statements received, the Government will establish a list of those deemed best qualified to perform the work. Further details of proposal requirements and logistical considerations will be provided to those deemed best qualified at that time. EVALUATION: Capability Statements will be evaluated based on: (A) Demonstrated experience and expertise of all key technical personnel, especially as regards to their knowledge and experience in light of specific tasks to be performed. (B) The Project Manager's demonstrated leadership ability and experience with coordination and management of this type of effort, and ability to control costs and to keep project performance and deliverables on schedule. (C) Demonstrated organizational history of successfully conducting projects of similar size, scope, complexity, duration, and dollar value; producing high-quality deliverables; and completing similar projects on schedule and within budget. (D). Demonstration of adequate facilities to complete the tasks. The capability statement shall not exceed 25 pages (on 8.5x11 size paper, single sided print with a font of 10 points or higher), any pages in excess of 25 will not be evaluated. Please send the original and one copy by 4:00 PM ET, Friday, June 23, 2006 to Minerals Management Service, 381 Elden Street, MS 2100, Herndon, VA 20170-4817, Attn: Kimberly Luke, Contract Specialist. Send the remaining three (3) copies to Minerals Management Service, Alaska OCS, 3801 Centerpoint Drive, Suite 500, Anchorage, AK 99503-5823 Attn: Dr. Kate Wedemeyer. THE RECEIPT TIME WILL BE DETERMINED BY RECEIPT IN THE HERNDON, VA OFFICE UNLESS OTHERWISE REQUESTED. Questions regarding this effort must be emailed to Kimberly.Luke@mms.gov. Please include with your questions your full name, the RFP number & title, your organization, complete address, and phone and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS WILL NOT BE ACCEPTED. PLEASE BE ADVISED THAT IT IS THE OFFEROR'S RESPONSIBILITY TO ASSURE THE GOVERNMENT RECEIVES YOUR SUBMISSION ON OR BEFORE THE SPECIFIED DUE DATE. ANY SUBMISSIONS RECEIVED AFTER THE DATE AND TIME SPECIFIED WILL NOT BE CONSIDERED.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=318554)
- Record
- SN01063481-W 20060608/060606221043 (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 |