Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 7, 2000 PSA #2722
SOLICITATIONS

B -- ENVIRONMENTAL SURVEYS OF POTENTIAL BORROW AREAS OFFSHORE NORTHERN NEW JERSEY AND SOUTHERN NEW YORK AND THE ENVIRONMENTAL IMPLICATIONS OF SAND REMOVAL FOR COASTAL AND BEACH RESTORATION.

Notice Date
November 3, 2000
Contracting Office
Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
ZIP Code
20170-4817
Solicitation Number
1435-01-01-RP-31118
Response Due
December 12, 2000
Point of Contact
Betty M. Estey, Contracting Officer, (703-) 787-1352 -- Lane Donley, Procurement Technician (703) 787-1345.
E-Mail Address
Betty Estey, Contracting Officer (703) 787-1352 or (betty.estey@mms.gov or lane.donley@mms.gov)
Description
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 (OCS). Public Law 103-426, enacted October 31, 1994, gave the MMS the authority to convey, on a noncompetitive basis, the rights to 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. The Shore Protection Provisions of the Water Resource Development Act of 1999 (S. 507 as passed by Congress on August 4, 1999) amended that law by prohibiting charging non-Federal interests a fee for using OCS sand. To date, MMS has provided sand to the U.S. Navy to restore the beach at the Navy's Fleet Combat Training Center at Dam Neck, Virginia, to Duval County, Florida to renourish Jacksonville Beach, to the City of Virginia Beach to renourish Sandbridge Beach, to the Park Service and the State of Maryland for the restoration of portions of Assateague Island, and to Brevard County, Florida to renourish beaches near Cape Canaveral. The MMS intends to competitively award a contract to address environmental questions, both biological and physical, concerning dredging sand from Federal waters on the OCS offshore northern New Jersey (offshore Monmouth County, New Jersey) and southern New York (offshore and south of Long Island, New York) for the purposes of beach nourishment. The MMS has been working with the State of New Jersey, and specifically, the New Jersey Geological Survey (NJGS), as well as the New York District of the U. S. Army Corps of Engineers (USACE-NY) to characterize the beach nourishment potential of sands found in Federal waters off the northernmost coast of New Jersey. NJGS collected vibracores and high-resolution seismic data in an area designated as Area H which extends from approximately two to six miles offshore, from Long Branch to Manasquan and is currently compiling this information. MMS has also been discussing with the USACE-NY the use of possible sand resources south of Rockaway, NY. In addition, in 1996, the U.S. Geological Survey (USGS), in cooperation with the USACE, began a program to produce geologic framework maps of the southern Long Island nearshore area. The goal of the investigation is to determine regional-scale availability of sand as a resource for beach nourishment programs and to investigate the role that inner-shelf morphology and geologic framework have in the evolution of the coastal region of southern Long Island. SCOPE OF WORK: The Contractor will be required to design and carry out an oceanographic field program to address the following five elements: (1) Assessment of the baseline benthic ecological conditions in and around potential borrow areas identified by the MMS/NJSG/USACE-NY cooperative effort; (2) Evaluation of the benthic infauna resident in the potential borrow areas and assessment of the potential effects of offshore dredging activity on these organisms, including an analysis of the potential rate and success of recolonization following cessation of dredging activities; (3) Development of a schedule of best and worst times for dredging offshore the northernmost coast of New Jersey and south of Long Island, New York as regards transitory, pelagic species; (4) Evaluation as to the potential modifications to waves that cross within the study area due to offshore dredging within the potential sand borrow areas; (5) Evaluation of the impacts of dredging in Federal waters offshore the coast of northern New Jersey and Long Island and consequent beach nourishment in terms of the potential alteration in sediment transport patterns, sedimentary environments, and impacts to local shoreline processes. A final scientific/technical manuscript will be required, as will a presentation at a professional conference, and publication of a paper in a scientific refereed journal. The period of performance of the resultant contract will be thirty-two (32) months with a cost range of $450,000 to $500,000. However, all field work is required to be completed approximately twenty-two (22) months following contract award and a draft scientific manuscript will be required for submission twenty-four (24) months following contract award. In order to compete for this contract, an offeror must demonstrate that they are qualified to perform the work by providing, not later than COB December 12, 2000, a Capabilities Statement describing in detail: (A) Key personnel with the expertise and experience to conduct the described multidisciplinary program. Particularly relevant is their expertise in the fields of numerical wave refraction/diffraction modeling and sediment transport, benthic biology and oceanography, their familiarity and understanding of marine mining/offshore dredging effects and impacts, their experience in the types of work proposed, demonstrated ability to do the work, and an understanding of the directed missions of the MMS. Principal scientists must collectively illustrate relevant experience in the scientific disciplines demonstrated through authorship in appropriate peer-reviewed publications, work history, and professional affiliations. (B) The organization's expertise with this type of work and a description of your 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 your organization or personnel is currently performing or has completed within the last three (3) years. REFERENCES WILL BE CHECKED. Offerors shall submit their Capabilities Statement in original and four (4) copies to Betty Estey, Contracting Officer, 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. Your Capabilities Statement will be evaluated based on: (A) Experience and expertise of all technical Key Personnel, (particularly in the fields of numerical wave modeling and benthic biology and the evaluation/study of offshore dredging effects and impacts), their experience in the types of work proposed, and demonstrated ability to do the work. Scientific personnel must collectively demonstrate relevant experience in the scientific disciplines demonstrated through authorship in appropriate peer reviewed publications. "Key Personnel" will also include the lead technical personnel responsible for the supervision of laboratories, deck watches, and logistical activities; organization and handling of information; and the technical editing and production of documents. 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 on similar programs on the U.S. East Coast and Gulf of Mexico or in similar areas zoogeographically and oceanographically. (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 large 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; and (C) Your 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. Please note this is not a set-aside but for information purposes this applies: SMALL DISADVANTAGED BUSINESS (SDB) REGULATORY CHANGE NOTICE: The Federal Acquisition Regulation authorizes the use of price and evaluation credits in industries where SDB prime contractors and subcontractors have been underutilized. We ask that you inform your SDB subcontractors that they should contact SBA's Office of Certification and Eligibility at 800-558-0884 to obtain an application, or to log on to SBA's website (http://www.sba.gov/sdb). If you are an SDB prime contractor who is not SBA-certified, we also ask that you apply for certification. Effective October 1, 1999, certified SDB prime contractors were eligible for a price credit when bidding on Federal prime contracts. Effective January 1, 1999, prime contractors who subcontract with SBA-certified or self-certified SDBs are eligible for evaluation credits. Please note that prime contractors may continue to rely on self-certification of their SDB subcontractors through June 30, 1999. For solicitations issued on or after July 1, 1999, prime contractors must use SDB-certified SDB subcontractors in order to be eligible for evaluation credits. Questions should be faxed to Betty Estey at (703) 787-1387 or e-mailed to Betty.Estey@mms.gov. All correspondence should include the RFP number, your full name/company name, address and phone and fax numbers. Requests or questions by telephone are strongly discouraged.
Record
Loren Data Corp. 20001107/BSOL005.HTM (W-308 SN5058P9)

B - Special Studies and Analyses - Not R&D Index  |  Issue Index |
Created on November 3, 2000 by Loren Data Corp. -- info@ld.com