Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
MODIFICATION

B -- Worldwide Analysis of Archaeological Damage Caused by Offshore Dredging: Recommendations for Pre-operational Surveys/Mitigation During Dredging to Avoid Adverse Impacts

Notice Date
5/6/2002
 
Notice Type
Modification
 
Contracting Office
Minerals Management Service, 381 Elden Street, MS 2510, Herndon, VA 20170
 
ZIP Code
20170
 
Solicitation Number
0102RP85139
 
Response Due
5/29/2002
 
Archive Date
6/29/2002
 
Point of Contact
Anna DeGurse, Contract Specialist, fax 703-787-1387, email anna.degurse@mms.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The United States (U. S.) Government, and specifically, 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). This acquisition is 100% set aside for small businesses. All offerors must be able to qualify under North American Industry Classification System (NAICS) subsector 5416. 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. Since enactment of PL 103-426, MMS has provided Federal sand for beach nourishment projects in New Jersey, Maryland, Virginia, Florida, South Carolina, and Louisiana. In many of the areas in which Federal sand is presently being used or for areas where the use of Federal sand for beach nourishment material is being considered, or in areas where coarse sand and gravel deposits are known to exist and may be potential sources of construction aggregate, submerged archaeological properties may also be present. These properties could consist of drowned prehistoric or historic terrestrial sites or historic shipwrecks. In the case of shipwrecks, some of them are considered significant under criteria established for the National Register of Historic Places, others are not. Whether the wrecks are historic in nature or not however, shipwrecks and jetties are a focal point for certain fish and are now considered potential Essential Fisheries Habitat by the National Marine Fisheries Service, especially if these structures are the only hard habitat for miles around. Shipwreck sites are also used extensively by sport divers, recreational fishermen, and commercial fishermen. Offshore dredging has been known to result in the burial of wrecks by as much as 10 feet of sand and recovery is unlikely given the replenishment schedules and reuse of many borrow areas over a period of time. There have also been recent instances of shipwreck and historic artifact damage caused as a result of offshore dredging operations. Because of the potential for damage to important offshore archaeological resources, MMS intends to award a contract to examine the efficacy of the present buffer zones allocated for archaeological sites and their ability to protect archaeological resources. In addition, there is a need to examine the adequacy of current MMS requirements for archaeological surveys relative to the identification and mapping of archaeological properties within sand lease areas, given the scale and complexity of a typical beach dredging or offshore construction aggregate operation. SCOPE OF WORK: The Contractor will be required to review current MMS practices and procedures for the protection of submerged prehistoric and historic sites and shipwrecks during offshore dredging operations and to provide a plan and proposed specifications by which the MMS can ensure that significant drowned prehistoric and historic sites and shipwrecks that exist within potential Federal OCS sand borrow areas or aggregate areas are not adversely impacted by offshore dredging operations. This work will entail: a worldwide search of the existing literature base relative to submerged prehistoric or historic site and shipwreck damage or disturbance resulting from offshore dredging operations; a technological and engineering review of current dredging practices and procedures for the various types of dredges used in beach nourishment and construction aggregate dredging; a worldwide review of current practices and procedures to mitigate against adverse impacts to submerged prehistoric or historic sites, known shipwrecks, and possible shipwreck sites during offshore dredging operations; a review and analysis of the current MMS specifications for archaeological surveys in advance of offshore dredging operations proposed for the Federal waters; and a review of current MMS procedures for protecting submerged prehistoric or historic sites, known shipwrecks, and possible shipwreck sites during offshore operations. A final scientific/technical manuscript/report will be required to be delivered. The period of performance of the resultant contract will be twenty (20) months with a cost range of $115,000 to $125,000. A scientific paper for publication in a refereed journal, as well as presentation of the study results at a scientific conference are required. 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 May 29, 2002, a Capabilities Statement describing in detail:(A)The scientific personnel who would be responsible for the collection, interpretation and synthesis of information; (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 are currently performing or have completed within the last three (3) years. REFERENCES WILL BE CHECKED. Offerors shall submit their Capabilities Statement in original and four (4) copies to Anna DeGurse , 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 relevant is their expertise in the field of dredging technology and engineering and marine archaeology or other relevant necessary disciplines to undertake the project, their experience in the type of work proposed, and demonstrated ability to do the work. Scientific personnel must collectively demonstrate relevant experience in the appropriate disciplines. This experience must be demonstrated through authorship in peer reviewed publications. Assessment factors will be their qualifications, the relevance of their qualifications to their assigned task, and their estimated level of effort; the technical personnel who will be responsible for the organization of information and the production of documents and manuscripts will also be evaluated. 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 with similar programs and studies. (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 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. Questions should be faxed to Anna DeGurse at (703) 787-1387 or e-mailed to anna.degurse@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
SN00072286-W 20020508/020506213409 (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.