Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 11, 2002 FBO #0130
SOLICITATION NOTICE

B -- Explosive Removal of Offshore Structures Information Search and Synthesis

Notice Date
4/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
381 Elden Street, MS 2510, Herndon, VA 20170-4817
 
ZIP Code
20170-4817
 
Solicitation Number
1435-04-02-RP-86371
 
Response Due
4/23/2002
 
Archive Date
5/23/2002
 
Point of Contact
Susan Benik, Contracting Officer, (703) 787-1350
 
Small Business Set-Aside
N/A
 
Description
The Department of Interior, Minerals Management Service (MMS) intends to competitively award a contract to gather and synthesize information about explosive removals of offshore structures. Within one year of lease termination, the MMS requires that oil and gas structures be removed from the Outer Continental Shelf (OCS) and that structures be severed at least 15 feet below the seafloor. Explosives are typically used to sever structures below the mudline. As a federal agency, the MMS is required to ensure that the oil and gas activities it regulates comply with regulations stemming from the National Environmental Policy Act (NEPA), the Marine Mammal Protection Act (MMPA), the Endangered Species Act (ESA), and the Outer Continental Shelf Lands Act (OCSLA). Consequently, the MMS requires the best available information regarding the environmental impacts of underwater demolitions, the different technologies used for explosive structure removals, and the probable environmental impacts from these methodologies. As a first step, a comprehensive search and integration of existing technical information is needed. This information search and synthesis is proposed to develop a rational basis for management decisions to minimize the potential taking of protected species while permitting the explosive removal of offshore structures. The purpose of the investigation is to collect and synthesize historical and new information on explosive removals of offshore structures in aquatic environments. The study objectives are: (1) provide a summary of available information by topic, (2) identify information and data gaps that could be filled by subsequent research activities, and (3) prioritize MMS information needs. The performance period of this contract shall be twelve (12) months. Cost of this study is estimated to be between $200,000 to $250,000. This study consists of two main tasks: (1) collecting information and data concerning explosive removals of offshore structure and; (2) generating a synthesis report that characterizes the scope and depth of the information available. HOW TO RESPOND: In order to compete for this contract, interested parties MUST demonstrate that they are qualified to perform the work by providing, by 4:00 P.M. EST, April 23, 2002, 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 expertise and experience; (2) your organization's experience with this type of work; and (3) specific references (including contract number and project description, period of performance, dollar amount, client identification with the point of contact & telephone number) for previous work of this nature that your key personnel or organization has performed within the last four years. Offerors shall submit their Capabilities Statement in original and two hard copies to Susan Benik, Contracting Officer, Minerals Management Service, 381 Elden Street, (MS 2510), Herndon, Virginia 20170-4817. In addition an electronic version shall be sent to Susan.Benik@mms.gov. Eight (8) additional hard copies shall be submitted to Connie Landry, Procurement Coordinator, Minerals Management Service, 1201 Elmwood Park Boulevard, (MS 5431), New Orleans, LA 70123-2394. 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: (1) your key personnel skills, abilities and experience; and (2) your organization's experience and past performance (including number, size, and complexity of similar projects, adherence to schedules and budgets, effectiveness of program management, general compliance with the terms of the contracts, and acceptability of delivered products. Following review of all Capabilities Statements, we will establish a list of those seemed most qualified to perform the work. Qualified offerors will be notified and provided additional proposal instructions. Proposals will essentially consist of a written proposal, written program management plan, and written business (cost) proposal. Further details of proposal requirements and logistical considerations will be provided at a later date. The period of performance of the contract will be from date of award through 12 months. Questions should be faxed or emailed as soon as possible to: Fax (703) 787-1009 or e-mail at susan.benik@mms.gov. With your questions, please include your full name, the RFP number & title, your organization, complete address, and phone and fax numbers. Telephonic questions or requests are strongly discouraged.
 
Record
SN00056059-W 20020411/020410064450 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.