SOLICITATION NOTICE
B -- DOWNHOLE COMMINGLING RESEARCH
- Notice Date
- 1/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MMS Procurement Branch, HQ381 Elden Street, MS 2102HerndonVA20170-4817US
- ZIP Code
- 00000
- Solicitation Number
- M10PS00168
- Response Due
- 3/5/2010
- Archive Date
- 4/4/2010
- Point of Contact
- Tardiff, Christy C 703-787-1367, tardiffc@mms.gov
- E-Mail Address
-
Tardiff, Christy C
(tardiffc@mms.gov)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS:PLEASE READ CAREFULLY: This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The U. S. Department of the Interior (DOI) Minerals Management Service (MMS) has a competitive requirement to investigate the effects and limitations of downhole commingling in regard to ultimate hydrocarbon recovery to be awarded to the offeror whose Quote gives evidence of the greatest value to the Government as outlined in this synopsis. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with FAR 13.5, as applicable and as supplemented with additional information included in the notice. Solicitation number M10PS00168 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37 and the Department of Interior Acquisition Regulation (DIAR). It is the contractor's responsibility to be familiar with applicable clauses and provisions. The North American Industrial Classification System (NAICS) Code is 541330 entitled Engineering Services, with a small business size standard of $4.5M. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, Offeror must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The response shall consist of a technical and a cost/price quote. The Government anticipates awarding a Firm Fixed Price award as a result of this RFQ. The Offeror shall prepare their quote in accordance with the Statement of Work and requirements below:OBJECTIVE: The Minerals Management Service (MMS), through the Technology Assessment and Research (TA&R) Program intends to competitively award a contract to determine the effects and limitations of downhole commingling in regard to the ultimate recovery of hydrocarbons. The study should address crossflow of reservoir fluids, the impact of reservoir drive mechanisms, and reliability of zone isolation methods. SCOPE: The contractor shall present a summary of downhole commingling technologies and methods, and when each would be most suitable to use. Included in the summary will be the advantages and disadvantages of each method described in terms of economics and ultimate recovery. A complete list of references used in the study shall be reported.A comprehensive review of case histories showing the historic failure rates and life expectancies of sliding sleeves and intelligent completions will be performed for both shallow water and deepwater applications. In addition, the contractor shall identify the effectiveness of zone isolation and flow control methods, and the risks associated with each.The probability of the occurrence of crossflow of fluids between commingled reservoirs will be determined. The contractor shall also perform research to determine under what conditions, the crossflow of fluids will harm ultimate recovery. A recommended maximum allowable pressure difference between reservoirs shall be provided in order to eliminate damage to ultimate recovery due to crossflow. In addition, zone isolation assurance issues including when the prevention of crossflow should be enforced shall also be discussed.The contractor shall determine how the drive mechanisms of the individual reservoirs will affect the ultimate recovery in a commingled scenario, and if reservoirs with unlike drive mechanisms should be commingled. The contractor shall also report the conditions under which premature water production from a water drive reservoir can harm ultimate recovery.The study will also determine if commingling vastly different reservoir sizes can impact ultimate recovery. A recommended maximum reservoir size difference shall be reported if applicable.The analysis shall include the effects of various fluid characteristics, reservoir characteristics including relative reservoir depths and productive lives, and the relationship between cost and increased hydrocarbon recovery. The reservoir fluid characteristics investigated should include commingling a gas reservoir with an oil reservoir and their relative positions to one another. The MMS will use the results of this study to assess the application of downhole commingling on the U.S. Outer Continental Shelf (OCS). The Government anticipates awarding a Firm Fixed Price contract for this effort and offerors shall propose work by individual tasks including 1) Develop detailed work plan; 2) Hold kick-off teleconference or meeting with MMS staff at the Gulf of Mexico (GOM) Office in New Orleans, LA; 3) Perform background literature search; 4) Identify types and variations of downhole commingling methods and technologies; 5) Determine methods most practical for various reservoir scenarios; 6) Create risk profile and economic assessment for each; 7) Identify the effects of crossflow and reservoir drive mechanism on ultimate recovery; 8) Provide draft document; 9) Present draft findings to MMS staff at the GOM Office in New Orleans, LA; and 10) Provide final document to MMS.Any technical papers or publications written as a result of this research shall be made available to MMS for review and concurrence prior to their presentation and/or publication. The Deliverable for this project shall be a Final Report. For the final report, MMS requires five (5) paper hardbound copies and one reproducible copy. The final report shall also be available in digital format; compatible with MS Office 2003. The digital final report shall be submitted on CD in both.pdf and source code (i.e., MS Word). The contractor shall present quarterly progress reports, final draft report, and final report. The ESTIMATED BUDGET for this requirement is no greater than $100,000.00. The projected PERIOD OF PERFORMANCE for this effort is no greater than 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 be issued. FURTHER INFORMATION: The work shall document, with references, all information presented. 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 analyses of critical issues. The information shall be presented in a format so that engineers 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 recommendations relative to the practice of downhole commingling of hydrocarbon reservoirs in the GOM. HOW TO RESPOND: Interested parties must demonstrate that their organization is qualified to perform the work by providing separate Technical and Price (Cost) submissions.The Technical submission shall detail the following: (1) the scope of work; (2) key personnel (those who would have the primary responsibility for performing and/or managing the work) with applicable qualifications and specific experience; (3) the organization's experience with this type of work and a description of its facilities; and (4) specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number) for work of this nature that the personnel or organization is currently performing or has completed within the last three years. The objective is to show how the work that you did or are doing is similar in nature and scope to the work that is to be performed under the contract contemplated by the request for quotations. Describe any unusual circumstances of performance or problems that may be relevant to the work that is to be performed. It is especially important that offers disclose instances in which their past performance may be considered by previous customers or their representatives to have been less than fully satisfactory and provide an explanation of your side of the story. The Price (Cost) submission shall be submitted SEPARATELY and detail the costs associated with each proposed task to include man hours, travel and required equipment and/or services. Each offeror shall submit a labor hour rate scheduled for each category or labor that might be assigned to the project for future work.AUTHORITY TO OBLIGATE THE GOVERNMENT The Contracting Officer is the only individual who can legally commit or obligate the Government to the expenditure of public funds. No cost chargeable to the proposed contract can be incurred before receipt of a fully executed contract or specific authorization from the Contracting Officer. DISCUSSIONS/AWARD WITHOUT DISCUSSIONS The Government reserves the right to award without discussions, so it is in your best interest to include your most favorable terms in your initial submission. However, the Government reserves the right to conduct discussions and to permit the Offeror to revise their submissions. As stated above, the Government reserves the right to make an award without discussions, except for clarifications as described herein. Any exceptions or deviations by the offeror to the terms and conditions stated in this RFQ for inclusion in the resulting award may make the offer unacceptable for award without discussions. If an offeror proposes exceptions to the terms and conditions of these requirements, the Government may make an award, without discussions, to another Offeror that did not take exception to the terms and conditions, if such offeror is determined to be the best overall value for this effort. Clarifications are limited exchanges with Offeror that may occur when award without discussions is contemplated. If award will be made without conducting discussions, the Offeror may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an Offerors past performance information and adverse past performance information to which the offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors. EVALUATION FACTORS FOR AND BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified procedures. The technical proposal shall be evaluated based on the following evaluation criteria, listed in descending order of importance, to determine which Offeror is considered to be the best overall value: A. Past PerformanceB. Technical Approach PAST PERFORMANCE (CRITERION A): 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 with unexpected difficulties. The offeror shall include at least five references of similar contracts that demonstrate the capability to meet similar timeframes over the last five years. For each contract, include a description of the project, project title, contract number, period of performance, contract amount, and client identification (including agency or company name, contracting and technical reviewing official, address, and telephone number). MMS will contact some or all of the customers listed as Past Performance references in the offerors proposal. MMS will ask questions such as: whether or not they believe (1) that the offeror was capable, timely, efficient, and effective; (2) that the offerors performance conformed to the terms and conditions of the contract; (3) that the offeror was reasonable and cooperative during the performance; (4) that the offeror was committed to customer satisfaction; and (5) whether the work performed by the contractor was of high quality. TECHNICAL APPROACH (CRITERION B): Shown in order of importance: (1) Appropriateness of tasks cited to complete the project; (2) The quality and availability of the personnel with the requisite expertise (skills, abilities, education, professional credentials and experience) to accomplish the work as proposed; (3) Innovative or creative approaches used to conduct the work; (4) Feasibility of the approach or solution; (5) The offerors understanding of the technical issues being presented for consideration; and (6) 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. EVALUATION OF QUOTES: Quotes shall be prepared in accordance with and comply with the instructions above. The technical submission will be evaluated separately from the price. Each submission will be evaluated against the evaluation factors listed above. Each offerors quoted cost shall be submitted SEPARATELY and detail the costs associated with each proposed task to include man hours, travel and required equipment and/or services. Each offeror shall submit a labor hour rate scheduled for each category or labor that may be assigned to the project for future work. Each offeror's quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. After evaluating price, award may be made to other than the low offeror, when the contracting officer determines it to be in the Government's best interest. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. The Central Contractor Registration (CCR) number must be obtained before award can be made. To be considered for this award, Offerors must be registered in the CCR database prior to award. Offerors must also have all online at www.orca.gov representations and certifications completed prior to submission of quote. Interested offerors must submit any questions concerning this solicitation no later than close of business on Friday, February 5, 2010 to enable the MMS to respond. Questions shall be submitted via email to christy.tardiff@mms.gov. Questions not received within a reasonable time may not be considered. The Government reserves the right not to make an award as a result of this competitive RFQ, if in the opinion of the Government none of the submissions would provide satisfactory performance at a cost that is considered fair and reasonable and/or economically feasible. METHODS OF QUOTATION AND DELIVERY LOCATION Submit three (3) original hardcopies of the proposal and one (1) electronic copy to the attention of: Christy Tardiff, Minerals Management Service, Procurement Operations Branch, MS 2101, 381 Elden Street, Herndon, Virginia 20170-4817. EMAILED COPIES WILL NOT BE ACCEPTED. If offerors desire to hand deliver their proposals, they are advised that the MMS facility is a secure office complex and Offerors MUST NOT enter the building beyond the lobby. It is incumbent upon the offeror to ensure that any hand carried offer in response to this RFQ shall be delivered before the closing date and time as specified below. All hand carried packages shall be delivered to the address listed herein. QUOTATION DUE DATE Quotations submitted in response to this RFQ shall be received by the due date and time established. The offerors quotation shall be submitted not later than 3:00 PM Eastern Time, Friday, March 5, 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/MMS/PO/M10PS00168/listing.html)
- Record
- SN02052987-W 20100131/100129235123-5eb2ad770570255ed04b5cacacc1f296 (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 |