Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2002 FBO #0334
SOLICITATION NOTICE

D -- DIGITAL WELL DATA PROCESSING.

Notice Date
10/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service, GovWorks, 381 Elden Street, MS 2500, Herndon, VA 20170-4817
 
ZIP Code
20170-4817
 
Solicitation Number
70196
 
Archive Date
12/30/2002
 
Point of Contact
Wallace O. Adcox, Contracting Officer, (703) 787-1362.
 
E-Mail Address
Email your questions to Contracting Officer E-mail Address
(wallace.adcox@MMS.GOV)
 
Description
The Minerals Management Service an agency of the U.S. Department of the Interior has a requirement for processing data from offshore oil and gas well logs. PLEASE READ THIS ANNOUNCEMENT CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. The following is a Statement of Objectives for this effort. Offerors are invited to comment on the Statement of Objectives by arranging a teleconference or meeting with the Contracting Officer. Each offeror will be allowed 30 minutes to discuss the Statement of Objectives and make suggestions. While the Government will carefully consider all such suggestions, but any changes to the Statement of Objectives will be made solely at the Contracting Officer's discretion. STATEMENT OF OBJECTIVES: The goals of this Contract are threefold. First, to create a process which will provide the Minerals Management Service's (MMS) Gulf of Mexico, Pacific and the Alaska Regions with the delivery of complete, defect-free sets of processed, high quality open hole digital (vector and image) well log data in a timely manner from a web-enabled remote data management system. Second, to provide the MMS with complete, defect-free sets of historical open hole digital (vector and image) well log data as needed, via this same delivery system. Third, to create a process in which the Contractor will serve as the sole GOMR agent to store and release vector curve data to the public when it becomes public information. Currently the proprietary period is 26 months. The scope of the contract may later be expanded by the MMS to include other types of digital well data (e.g. directional surveys, velocity surveys, etc.) and the release of OCS vector well curve data for the Pacific and Alaska Regions. The Contractor will be expected to concurrently modify, upgrade, and/or add to their systems to remain compatible with the MMS' electronic environment and its evolving business practices. Bidders are encouraged to be innovative in their approach toward achieving the objectives of the Contract stated below. These approaches should be compatible with the MMS' initiative to reduce the amount of paper (hardcopy logs) maintained by the agency. They should also enhance the MMS' efforts to decrease the timeline associated with the handling of open hole well data, from the initial receipt of well log data to the final delivery of processed curve files. Objectives 1. Management of data sets processed for the MMS: The operators will submit Outer Continental Shelf (OCS) digital (vector and image) data as well as hardcopy logs directly to the Contractor. The Contractor will store and manage these wellbore data sets. When wellbore identification is confirmed, a reference copy of the original digital (vector and image) data set for each wellbore must be made available for immediate download by the MMS. When processing is complete, a certified defect-free copy of each data set will be made available to the MMS for downloading. 2. Complete, defect-free sets of high quality open hole digital (vector and image) well log data provided to the MMS in a timely manner: Complete, error-free data sets will be required for all wellbores that TD during the life of the contract. Data sets will consist of vector curve data, hardcopy logs, and/or image data. The volume of data will vary with offshore drilling activity. However, the Contractor may expect to process data for approximately 1200 wellbores a year. The MMS will periodically supply the Contractor with a list of recently drilled and/or completed offshore wells. This list will contain proprietary data elements that may be used by the Contractor to match the data sets received from the operators to a unique wellbore. The MMS will also supply an inventory of open hole logging tools run in each wellbore. Additional data elements can be included to ensure efficiency in the Contractor's work processes. 3. Data imaging: The Contractor will provide the MMS with images (color or black and white/gray as appropriate) of all hardcopy logs submitted by the operators. 4. Historical open hole data: The MMS will require open hole digital (vector and image) well log data for historical wells over the life of the contract. The volume is expected to be, at most, 50 wells per year. 5. State and Federal Lands: Upon request the MMS Alaska Region will require processed data sets for specific wells on State and Federal lands. While requests for data will depend of exploration activity, the Alaska Region expects to request data for approximately 20 wells per year. 6. Release of data to the public: The Contractor will serve as the sole point of release for GOMR digital vector curve data to the public. The only data required to be released to the public will be the original data submitted by the operators. This process will be coordinated with the MMS Public Information Unit. The GOMR will provide the release dates for the data. 7. High-value digital curves sent to the MMS must readily load into GeoFrame projects without errors or warnings: The Contractor shall extract a subset of the open hole vector data, identified as "high-value curves," from each digital data set. High-value curves consist of these general curve types: SP; GR; ILD or LLD; RHOB or DPHI; NPHI; DT; CALI or DCAL; and DRHO. When both high-resolution (sample rate < 0.5 feet) and standard resolution (sample rate = 0.5 feet) curve data are available, both shall be considered high-value and processed similarly. After processing, these curves must be GeoFrame-ready and load into MMS GeoFrame projects without errors or warnings. GeoFrame files that must be updated by the Contractor will be supplied by the MMS. 8. Workstation-ready high-value curves: The Contractor will provide, at a minimum, the following workstation-ready curve processing functions for all GeoFrame-ready curve data: 1) all curves depth matched to a primary depth reference curve; 2) SP baseline shift corrections; 3) advanced sonic editing; 4) curve despiking; 5) interpolation of minor data gaps; 6) verification of curve units; and 7) selection of the highest quality curve data if duplicate curves are submitted. The Contractor shall keep a journal of all the processing functions completed for each curve. 9. Data delivery: Operators will submit proprietary wellbore data sets (vector, image and hardcopy data) directly to the Contractor. The Contractor must be able to receive data sets at their place of business and via electronic submission to a secure web site. The Contractor will deliver digital data files to the MMS. These data files will consist of fully processed, (i.e. GeoFrame-ready curves with workstation-ready processing), high-value vector curve data, and all image files, as well as an image index file. All vector curve files delivered to the MMS must be formatted in a file format chosen by the MMS. These files must "successfully" pass an appropriate certify program with no defects or warnings. All downloads of digital curves and image data from the Contractor's database as well as processed "high value" data sets will be delivered to the MMS directly from the Contractor's web site. An alternate delivery system will be provided by the Contractor to ensure timely delivery of data in the event either the Contractor or MMS lose Internet connectivity. 10. Software: The Contractor will provide software that tracks the individual items submitted in each data set from initial receipt to final delivery of digital well log data to the MMS. This software shall identify each data item received, all defects in the data, and the corrections and the processing of the data. The tracking database shall be cumulative and maintained throughout the life of the Contract. The MMS will use this database to generate reports and queries, and monitor the Contractor's performance. The Contractor's software must be compatible with the MMS' corporate database. The Contractor must also provide software that will enable the MMS to select and download digital log data from the Contractor's web site. 11. Data submission compliance by the Operators: The Contractor, acting as an agent for the MMS, will ensure that the OCS data submitted by the operators to the MMS are compliant as to timeliness, completeness, and accuracy. The Contractor will initiate formal contact with the operators to resolve problems concerning delinquent, incomplete, or defective data. All communications between the Contractor and the operators shall also be recorded in the tracking database. The MMS will be responsible for issuing Incidences of Noncompliance (INC) after the Contractor's efforts for data collection are unheeded. State and Federal Lands well data problems will be referred to the Alaska Region for resolution. 12. Proprietary data and data transfer security: All data received by the Contractor from the operators and the MMS are considered proprietary in nature and not releasable to any entity. The MMS prefers Pull Technology for data transfer. The Contractor must conform to all MMS/Department of Interior (DOI) security procedures and protocols concerning the proper storage and transfer of proprietary data to the MMS. The Contractor shall maintain a secure web site in accordance with the commercial best practices for handling sensitive and confidential data in the commercial market place. The Contractor will be expected to sign an interconnection agreement as defined by departmental and NIST standards that include reviews of the Contractor's security architecture throughout the Contract to ensure compliance. 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 FOUR O'CLOCK EASTERN TIME ON November 22, 2002, an original and five (5) copies of 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 experience; (2) your organizational experience and facilities; and (3) specific references (including contract number & 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 (references will be checked). If you believe the Government will find derogatory information as a result of checking your past performance record, please provide an explanation and any remedial action taken by your company to address the problem. Following review of all Capabilities Statements, we will establish a list of those deemed most qualified to perform the work. Offerors will then be contacted and told their evaluation. We will provide additional proposal instructions at that time. Proposals will essentially consist of an oral technical presentation and written cost/business proposal. Further details of proposal requirements and logistical considerations will be provided later. Your Capabilities Statement will be evaluated based on your key persons' skills, abilities, and experience; your organization's experience and past performance (including number, size, and complexity of similar projects, adherence to schedules and budgets, effectiveness of program management, willingness to cooperate when difficulties arise, general compliance with the terms of the contracts, and acceptability of delivered products.) Please send the original and one copy to Minerals Management Service, 381 Elden Street, MS2500, Herndon, VA 20170-4817, Attn: Wallace O. Adcox. Send the remaining four (4) copies to Minerals Management Service, 1201 Elmwood Pk Blvd., MS-5120, New Orleans, LA 70123-2394, Attn: John Johnson. Questions regarding this procurement should be faxed or E-mailed as soon as possible to fax (703)787-1009 or E-mailed to "wallace.adcox@mms.gov". Please include with your question(s) your full name, the RFP number & title, your organization, complete address, and phone and fax numbers. TELEPHONIC QUESTIONS OR REQUESTS ARE STRONGLY DISCOURAGED.
 
Record
SN00196367-W 20021101/021030213436 (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.