SOLICITATION NOTICE
B -- Impacts of Recent Hurricane Activity on Historic Shipwrecks in the Gulf of Mexico
- Notice Date
- 8/10/2006
- Notice Type
- Solicitation Notice
- Contracting Office
- MMS Procurement Operations Branch, Attn: Ms. Olivia Adrian 381 Elden Street, MS 2100 Herndon VA 20170
- ZIP Code
- 20170
- Solicitation Number
- 0107RP39893
- Archive Date
- 8/10/2007
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: The U.S. DEPARTMENT OF THE INTERIOR, MINERALS MANAGEMENT SERVICE (MMS) of the Department of the Interior (DOI), solicits CAPABILITIES STATEMENTS of not more than twenty (20) pages in length, for the study entitled "Impacts of Recent Hurricane Activity on Historic Shipwrecks in the Gulf of Mexico." MMS/DOI intends to competitively award a contract to conduct a study that provides MMS with information on how recent hurricane activity in the Gulf of Mexico has impacted known historic shipwreck sites. The North American Industry Classification System Code (NAICS) for this requirement is 541620, "Environmental Consulting Services". This pre-solicitation notice is being published in accordance with FAR 15.202, entitled "Advisory Multi-Step Process". The result of this pre-solicitation notice will help determine if sources capable of satisfying the agency's requirements exist. Additionally, it is not the Government's intention to enter into a contract based on this notice or otherwise pay for information solicited. This is not a Request for Proposal (RFP). This is a pre-solicitation for planning purposes only, and shall not be construed as a solicitation or as an obligation on the part of the MMS. MMS will not accept unsolicited proposals in response to the subject of this request for capabilities statements. PURPOSE: The objective of this study is to determine the impacts caused by recent hurricane activity on known historic shipwrecks in the Gulf of Mexico. This study proposes to investigate six known historic shipwreck sites, and one artificial reef site, in water depths less than 130 feet below sea level, which have been previously documented, in order to make a comparison of these sites pre- and post- hurricane. As of today, no comparable studies have been conducted through MMS. BACKGROUND: In the second half of 2005 the Gulf of Mexico was significantly impacted by two major hurricanes, Katrina and Rita. Together the destructive forces of these storms destroyed over 100 offshore oil and gas platforms and jackup rigs. Wave heights associated with these storms were massive. For Hurricane Katrina, National Data Buoy Center (NDBC) buoy #42040 located approximately 65 miles south of Dauphin Island, Alabama, registered an estimated maximum wave height of 105 feet, with sustained seas over 12 feet for 47 hours. At the time of peak wave height the eye of the storm was approximately 73 miles west of the buoy. For Hurricane Rita, NDBC buoy #42035 located approximately 22 miles east of Galveston, Texas, registered an estimated maximum wave height of 38 feet. At the time of peak wave height the eye of Hurricane Rita was approximately 47 miles east of the buoy. Impacts to the seafloor from sustained waves associated with these hurricanes damaged a significant number of pipelines in the area. It is expected that damage would also occur to historic shipwrecks within the storm surge area. The MMS anticipates awarding a cost-reimbursement contract for this study with an estimated total amount of between $200,000.00 and $250,000.00. The anticipated period of performance is two years (24 months). PLEASE READ THIS ENTIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. SCOPE OF WORK: Archaeological services are required to perform remote sensing surveys (magnetometer and sidescan sonar) and diver investigations over known shipwreck sites and one artificial reef site in the Gulf of Mexico. These sites will be selected by the MMS. Data collected from the new surveys will be compared with existing data to determine the extent of storm impacts. Information on sediments and storm activity in the area (e.g., wave height and period, sediment surface interface, sediment size analysis, etc.), and sediment disturbance using a wave-current interaction model, will also be examined. This requirement has following scope of work: (1) Conduct archaeological and geophysical remote sensing (magnetometer and sidescan sonar) surveys (out to 300-meters from center) at six known shipwreck sites and one artificial reef site to determine the current extent of these sites; (2) carry out diver investigations of these sites to document the current condition of sites; (3) collect box cores and conduct sedimentary analysis at each of these sites; (4) execute wave-current interaction models, including wave height and period, and sediment surface interface at each of the sites examined; (5) analyze previously collected remote sensing data and newly acquired remote sensing data over each site to identify changes in site formation; (6) conduct archival and historical research on each of the sites; and (7) submit a Final Report of Findings that includes analysis of all data collected. HOW TO RESPOND: In order to compete for this acquisition interested parties MUST demonstrate that they are qualified to perform the work by providing their capabilities in writing to the address as shown below: an original and five (5) copies of a Capabilities Statement detailing key scientific and technical personnel (those who would have primary responsibility for performing and/or managing the study) with their qualifications and specific experience. Scientific personnel must possess the appropriate expertise to carry out this study. Particularly relevant is their expertise in the fields of marine archaeology, history, and sedimentology. The Principal Investigator must meet the Secretary of the Interior's Professional Qualification Standards for Archaeology as outlined in 36 CFR 61. The Principal Investigator may serve as Project Manager. Specific knowledge and experience required is as follows: (1) your organizational experience and facilities capable to perform the prescribed work; and (2) specific references including contract number and 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 four 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, the Government will establish a list of Offerors that are deemed most qualified to perform the work. Offerors will then be contacted and be provided additional regarding proposal instructions. Further details of proposal requirements and logistical considerations will be provided in the Request for Proposal (RFP) package at a later date. EVALUATION OF CAPABILITY STATEMENTS: Evaluation factors include: (1) Past Performance, which includes: adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and Offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties; (2) Experience conducting similar research and demonstrated ability to complete assignments in a timely manner; (3) Experience and expertise of all scientific and technical Key Personnel; (4) 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; and (5) Demonstrated organizational history of successfully conducting projects of similar size, scope, complexity, duration, and dollar value; producing high-quality deliverables. ADDRESS FOR SUBMITTAL: NOTE: It is the Offeror's responsibility to ensure/verify the Government receives their submission on or before the time specified. Please submit your capabilities statements to the address identified below: Responses are due no later than 5 P.M. close of business (EDT), 11 September 2006. THE OFFICIAL RECEIPT TIME WILL BE DETERMINED BY RECEIPT IN THE HERNDON, VA OFFICE. One (1) Paper copy: One (1) original signed copy and; One (1) electronic diskette copy (CD MS/Word/PDF) submits to: Department of the Interior Minerals Management Service Procurement Operations Branch, MS 2101 381 Elden Street Herndon, VA 20170 Attn: Ms Olivia F. Adrian Phone: 703-787-1151 and email at: olivia.adrian@mms.gov Five (5) Paper copies and one (1) electronic diskette copy (CD MS/Word/PDF) to: Ms Connie Landry Procurement Coordinator for ESS Minerals Management Service (MS 5431) Gulf of Mexico OCS Region 1201 Elmwood Park Boulevard New Orleans, Louisiana 70123-2394 Phone: (504) 736-2864 If the offeror desires to hand deliver their responses, they are informed that MMS is a secure office complex and they MUST NOT enter the building beyond the lobby. You MUST contact Olivia F. Adrian, Contracting Officer at (703) 787-1151 and set up an appointment 24 hours in advance of dropping off your submission. A staff member will meet the courier to receive the submittal. For any questions, include your full name, the Pre-solicitation number & title (Impacts of Recent Hurricane Activity on Historic Shipwrecks in the Gulf of Mexico), your organization name, complete address, and phone and fax numbers. Questions must be submitted to the Contracting Officer no later than 5 P.M. close of business (EDT) on 25 August 2006. Email your questions to Olivia Adrian at olivia.adrian@mms.gov. PHONE CALLS ARE STRONGLY DISCOURAGED.
- Web Link
-
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=329446)
- Record
- SN01111942-W 20060812/060810221736 (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 |