Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2002 FBO #0096
SOLICITATION NOTICE

B -- SPECIAL STUDIES AND ANALYSIS ? NOT R&D

Notice Date
3/7/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
MINERALS MANAGEMENT SERVICE, 381 ELDEN STREET, MS2510, HERNDON, VA 20170
 
ZIP Code
20170
 
Solicitation Number
0102RP85077
 
Response Due
3/28/2002
 
Archive Date
4/15/2002
 
Point of Contact
Michael W. Hargrove, Contract Specialist, Facsimile 703-787-1022
 
Small Business Set-Aside
N/A
 
Description
THIS REQUIREMENT IS BEING ISSUED BY UNITED STATES DEPARTMENT OF THE INTERIOR, MINERALS MANAGEMENT SERVICE (MMS). THE MMS SEEKS CAPABILITY STATEMENTS FROM PRTOSPECTIVE OFFERORS to conduct a study that requires a spatial and attributed GIS database and includes the available common carrier and gathering line information for the North Slope, Beaufort Sea, Alaska, and the Trans Alaska Pipeline (TAP). MMS seeks data only for those pipelines that may have carried oil, although we have requested under Phase I, Task 4A, scenario C, that the Contractor prepare a proposal to include gathering lines that include all fluids. ALL OF THE PIPELINE DATA COLLECTED WITHIN THIS STUDY WILL BE IN THE PUBLIC DOMAIN AFTER SUBMISSION TO MMS. MMS understands that some of these data sets may not be attainable. Therefore, under Phase I, the MMS seeks a recommendation from the Contractor with regards to the actual extent of the information that can be gathered for this project, and the cost for the delivery of these data to MMS. THIS STUDY SHALL BE CONDUCTED IN TWO (2) PHASES. Under Phase I, the Contractor must research the availability of the pipeline data and provide cost estimates for the possibility of Phase II implementation. Phase II shall not proceed unless the Contractor is capable of providing documentation they can deliver to MMS the minimum required data sets as outlined under Phase I, Task 4A. The Contractor must provide the data at or below the total cost estimate for this contract. PHASE I OBJECTIVES: (1) Inventory data, including the type, quantity, quality and source of the spatial and attribute information for the pipeline segments for common carrier and gathering lines (oil only) for the North Slope, Beaufort Sea, and Trans Alaska Pipeline. (2) Determine if supporting TIMS attributes can be linked to the spatial locations of the pipeline segments. These attributes shall include, but are not limited to, the pipeline diameter, year pipeline segment built, year/date of first oil flow, wall thickness, and spe spill detection measures. (3) Determine if information for the MMS Technical Information Management System (TIMS) pipeline attributes can be located and incorporated into the TIMS Pipeline Database. Determine if these attributes can be linked to the common carrier line segments. (4) Describe how the spatial, temporal, and attribute data for the pipeline database can be adjusted to meet the data formats and data dictionary standards set forth in the attached TIMS documents. (5) Provide a prototype pipeline database that includes the required spatial and attribute data for a segment of a common carrier pipeline and its connecting gathering lines (see Task 3). (6) Provide a written plan, including estimating costs for the four scenarios outlined within Phase I, Task 4A. These cost scenarios shall include the cost for obtaining the available data and placing them into the current MMS Pipeline Database. PHASE II OBJECTIVES: Phase II shall proceed, subject to MMS approval and availability of funds, if the Contractor?s Final Report and inventory demonstrates under Phase I, Task 4 and 4A, they have met one of the four minimum requirements set forth under Task 4A. The Contractor must demonstrate, by example, with the prototype under Task 3 that these data can be brought into a GIS database and conform to MMS standards. Under Phase II the Contractor shall: (1) Implement the plan developed in Phase I to obtain pipeline data. (2) Develop a pipeline database and deliver the data dictionary and other required TIMS documentation to MMS within the allocated time and within budget. Phase 1. Task 1: Inventory Data Sources for Common Carrier and Gathering Lines. The Contractor shall research and compile a list of government agencies, companies and individuals that have data and or the authority to provide pipeline survey data to MMS for the purposes of this study. The contractor shall inventory spatial, temporal, and attribute information available from the public record or obtained by permission from rivate or public concerns. At a minimum, the inventory must include the spatial, temporal, and TIMS attribute data. The Contractor must also inventory and determine the availability of the spatial and required attribute data for the gathering lines. See minimum requirements for gathering lines under Phase I, Task 4A, scenarios A, B, and C. If necessary, the Contractor shall inventory the available As-Built Survey records and permit files, recording the required spatial, temporal and attribute data, the format of the data (hardcopy or digital) and the condition of the digital and hardcopy maps. The Contractor shall provide a detailed outline of the pipeline survey data that are missing and determine the possibility of obtaining those data under Phase II of this project. Task 2: Establish Communication Links. The Contractor shall establish communication links with public and private entities and determine the need for any data sharing agreements. If necessary, the Contractor shall obtain written permission to MMS authorizing the use of the pipeline survey data for the purposes set forth within this Statement of Work (SOW). The permission statements shall provide MMS authorization to use the pipeline survey data. ALL PERMISSION AUTHORIZATIONS MUST ACKNOWLEDGE AN UNDERSTANDING THAT DATA PROVIDED TO MMS SHALL BE IN THE PUBLIC DOMAIN Task 3: Development of a Pipeline Survey Database Prototype. The Contractor shall provide to MMS a pipeline prototype database. The prototype shall define the database structure. The database shall be provided as comma delimited ASCII files in the format outlined in attachment H. All spatial data shall be non-projected, NAD83 geographic, latitude and longitude, decimal, degrees. The prototype database shall contain the available spatial, temporal and attribute data for a small segment of a North Slope, common carrier pipeline system (< 10 Km). The prototype shall also contain spatial and attribute data on adjacent connecting gathering lines (<5 Km). The gathering line att tes shall include information on pipeline length, pipeline diameter, year built, year/date of oil flow, year abandoned, and wall thickness. A data dictionary shall also be provided and shall match the current MMS data dictionary. The database shall be based upon, at a minimum, one of the four acceptable scenarios outlined within Task 4A below. Task 4: Develop Written Plan for Obtaining Data and Constructing the Pipeline Survey Database. The Contractor must provide MMS with a written detailed plan on how they shall collect and compile spatial, temporal, and TIMS attribute data for the pipeline database. The plan shall contain a detailed cost estimate and time frame to collect the data from the different document sources and collate the data into a pipeline survey database compatible with TIMS standards and as defined in Task 3. The written report shall provide a detailed list of all of the available data. The Contractor shall provide MMS with specific reasons why any requested data sets were not attainable. Task 4A: Provide Four Cost Scenarios. As part of the final written plan under Phase I, the Contractor shall provide four cost scenarios for the creation of a pipeline survey database for the Alaska North Slope (From NPRA to Canadian Border), Alaskan Beaufort Sea, and TAPS pipeline GIS data. The four scenarios as identified by MMS in their order of preference as listed below. SCENARIO A: Spatial data (ASBUILT Table) for all common carrier lines for the first 48 attributes. In addition, include all spatial data for gathering lines (crude oil only) and attributes within Attachment J. SCENARIO B: Spatial data for all common carrier lines, plus all gathering lines (crude oil only). SCENARIO C: Spatial data for all common carrier lines, plus all gathering lines (all liquids). SCENARIO D: Spatial data for all common carrier lines with the first 48 TIMS attributes fields that define the ?date of first oil flow?. Scenario A is the preferred scenario for MMS acceptance and Phase II implementation. Scena data required for this project. Scenarios B and C would be acceptable. These two scenarios request all of the attributes for both common carrier and gathering line data. Scenario B is for liquids only and Scenario C is for all fluids. Scenario D is the least preferred of the four options because it only requests the data from the common carrier lines. This scenario does not contain important information on the gathering lines. MMS SHALL RETAIN ITS OPTION NOT TO PROCEED WITH PHASE II IMPLEMENTATION IF SCENARIO D IS DETERMINED TO BE THE ONLY OPTION THAT COULD BE COMPLETED WITHIN THE TOTAL ESTIMATED COST FOR PHASE II. Any scenario less than A-D SHALL NOT BE ACCEPTABLE to MMS and shall not lead to Phase II implementation. Only those costs estimated for scenarios A-D that are within the total estimated cost for Phase II of the prospective contract shall be considered for Phase II implementation. NOTE: MMS shall accept a minimum of 85 to 90 percent of the spatial and attribute data for the gathering lines. Phase 2: Task 1. Implement Plan Approved under Phase I for Constructing a Pipeline Survey Database. The written plan approved by MMS under Phase I, Task 4 and Task 4A shall be implemented based upon one of the four cost scenarios within Task 4A, and the approved database design within Task 3. Task 2. Obtain Pipeline Data and Compile into a Pipeline Database. The Contractor shall obtain digital data from planned data sources in order to create a combined North Slope, Beaufort Sea, and Trans Alaska Pipeline database. The digital data shall be supplemented by paper copies of as-built surveys, permit files, and other documents as needed. The paper copies of the As-Built Surveys shall be digitized as necessary, to provide the most updated spatial information on the location of the pipeline segments. The information from the As-Builts, permit files and other documents will be collated in order to obtain the required attributes necessary to link to the spatial information associated with the pipeline segm . The database tables shall be done as comma delimited ASCII files in a format consistent with Attachment H. Task 3. Development of Data Management System for Collected Pipeline Data shall be: (1) Consistent with the MMS corporate database structure; (2) Capable of point and click identification of specific pipeline segments and characteristics; and (3) Capable of query and display of pipeline segments by year. The Contractor shall develop the database structure and field definitions that are compatible with an Oracle database and the current Gulf of Mexico pipeline database. The spatial information shall be provided as comma delimited ASCII files. The database documentation shall include a Data Dictionary. Field names and definitions that are not found within the attached Data Dictionary will be added in the current database for the successful completion of the project. All modifications to the current database structure must be approved by TIMS. The contractor shall hold telephone and or personal meetings with Information Technology Division (ITD) as needed. The COTR will arrange for meetings with the ITD staff as needed. CAPABILITY STATEMENTS SHALL BE EVALUATED BASED ON THE FOLLOWING CRITERIA: (A) experience and expertise of all Key Personnel with the technical knowledge and experience to accomplish all of the stated tasks under Phase I and Phase II: The contractor must provide information on which task(s) each key personnel will perform and the rational for their assignment. The key personnel should have background knowledge and experience in the acquisition of pipeline survey data for the North Slope, Beaufort Sea and for the Trans Alaska Pipeline System. Particularly relevant to their experience, knowledge and contractor familiarity, they shall provide their experience compiling such data into a geospatial database using either ARC 8.X, ArcView, ACCESS or Oracle databases or other similar GIS software and database software. Evaluation factors include their length and experience compi similar types of pipeline data, knowledge of past and present North Slope pipeline surveys; knowledge of government agencies that are responsible for permitting and storage of North Slope pipeline surveys; Knowledge of company records of these data; knowledge of the appropriate software to compile such data into a GIS database. ArcView and ARC 8X would be the preferred software used for display and analysis of the data. (B) Your Project Manager?s capability to manage and coordinate a multi-disciplinary team of field and in-house databases personnel. Their knowledge of North Slope past, present, and ongoing pipeline surveys, data collection and storage. Their knowledge of pipeline survey permit requirements. Their knowledge of the government agencies permit requirements for the collection of such data. Their capability to control costs and keep work performance high and project performance on schedule and within budget. (C) Your organization?s history of successfully conducting similar projects (similar in size, scope, complexity, duration and dollar value), producing high-quality documents, and completing similar projects on schedule and within budget. Specific references (including project identifier and description, Period of Performance, dollar amount, client name, address, and phone number). HOW TO RESPOND: Submit an Original and two (2) copies of your Capability Statement, not later than 5:00 PM EST, Thursday, March 28, 2002, to Michael W. Hargrove, Minerals Management Service, 381 Elden Street, MS 2510, Herndon VA 20170 and three (3) copies to Warren Horowitz, Minerals Management Service, Alaska OCS Region, 949 East 36th Avenue, Anchorage AK 99508-4302. QUESTIONS MUST BE SUBMITTED IN WRITING to Michael W. Hargrove via Facsimile Number 703-787-1022.
 
Record
SN00036595-W 20020308/020307124411 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.