Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2003 FBO #0561
SOLICITATION NOTICE

B -- The Archaeological and Biological Analysis of World War II Shipwrecks in the Gulf of Mexico: A Pilot Study of the Artificial Reef Effect in Deepwater

Notice Date
6/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service Procurement Operations Branch 381 Elden Street, MS 2500 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
0103RP73095
 
Response Due
7/8/2003
 
Archive Date
6/10/2004
 
Point of Contact
Dick Bolick Contract Specialist 7037871395 richard.bolick@mms.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEASEC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Description
This announcement (0103RP73095) solicits sources for a study in specific areas of interest to the Minerals Management Service (MMS) Environmental Studies Program, relative to artificial reef effects in deep water. BACKGROUND: The Minerals Management Service hereby solicits, in cooperation with the National Oceanographic Partnership Program (NOPP), research proposals pursuing the goal and purpose of the Partnership Program outlined in Title II, subtitle E, of Public Law 104-201. The central focus of the Partnership Program is an integrated and sustained ocean observation system achieved by a federation of many elements to support a wide range of users. The following five Investment Areas form the basis of the NOPP Investment Portfolio: A) Operational/Routine Observations (including pilots, testbeds, etc.); B) Research "Observatories" (long-term experiments and data series, etc.); C) Observational Technique Development (sensors and platforms); D) "Commons" for Ocean Information ("hubs" and "nodes", etc.); E) Outreach/Education. This solicitation specifically addresses two (2) of these areas; the Operational/ Routine Observations (Topic A) and the Outreach/Education (Topic E) Investment Areas. Partnership proposals shall be sought to investigate up to eight (8) shipwrecks dating from the World War II era in primarily deep water, which is here defined as anything deeper than 300 feet. Oil industry surveys have located each of these wrecks and MMS presumes a high level of confidence in the accuracy of the positions as they have been reported. OBJECTIVES: The archaeological objective of this study is to ground-truth, document, positively identify, and assess the National Register status of these wrecks. This objective will require both historical research and field investigation to be conducted for each site. Several of the vessels are attributed solely based on their location relative to their reported position of loss. Others have been positively identified by means of videography acquired by the oil industry. Copies of these tapes will be made available to the contractor by the MMS for purposes of their pre-dive planning. The biological component of this study is intended to approach one basic question: do man-made artificial structures or objects, i.e., shipwrecks, function as artificial reefs in deep water? Although there is not yet a complete understanding of how artificial reefs function on the continental shelf, particularly in the photic zone above 100 m, it is generally accepted that artificial reefs can serve a positive function by the creation of new hard bottom habitat in areas where hard bottom is naturally lacking (most of the Gulf of Mexico). In the case of fish, artificial reefs can act both as attraction devices and as new habitat where new fish biomass is created and exported, meaning production. The fouling community growing on new hard bottom provided by artificial substrate is unquestionably new production for those organisms that require hard substrate. Although artificial structures alone do not add food or nutrients to the marine environment, the biofouling community may be very efficient in stripping both nutrients and suspended material from passing water and plankton and building a high standing stock community. The trophic linkages between the flux of organic material to deepwater fouling communities and potentially related fish communities have not been investigated. THE PERIOD OF PERFORMANCE of the resultant contract will be twenty-four (24) months, with an estimated cost of $300,000 - $350,000. Up to eighteen (18) days of ship time aboard NOAA research vessels, operating personnel, and a remotely operated vehicle will be made available to the successful Offeror(s) in FY 2004 by the NOAA Office of Ocean Exploration at no cost, subject to appropriation and final approval by the National Ocean Research Leadership Council. TO VIEW THE DETAILED STATEMENT OF WORK and the required deliverables and schedule, send an email request to richard.bolick@mms.gov and reference Solicitation Number 0103RP73095. IN ORDER TO COMPETE FOR THIS CONTRACT, Offerors must demonstrate that they are qualified to perform the work by providing, not later than 3:00PM EDT, July 8, 2003, a Capabilities Statement describing in detail: (A) Your key personnel, scientific and technical (those who would have the primary responsibility for performing and/or managing the project), with their qualifications and specific expertise and experience. Particularly relevant is their expertise in the fields of marine archeology, history of World War II, and invertebrate biology. (B) The organization's experience with this type of work and a description of its facilities and resources. And (C) specific references (including project identifier/contract number and description, period of performance, dollar amount, client name, and current telephone number) for work of this nature that your personnel or organization is currently performing or has completed within the last three years. Also please include any negative references and your rebuttal explaining your side of the story. REFERENCES WILL BE CHECKED. Offerors shall submit their Capabilities Statement in original and two (2) copies to Richard P. Bolick, Contract Specialist, Minerals Management Service, 381 Elden Street, MS-2500, Herndon, Virginia 20170-4817. Seven (7) additional copies shall be submitted to Ms. Connie Landry, Minerals Management Service, Gulf of Mexico OCS Region, 1201 Elmwood Park Boulevard, MS 5431, New Orleans, Louisiana 70123-2394. It is the responsibility of the Offeror to ensure that the Capabilities Statements are received by the date and time set forth above. Timeliness of receipt of submissions will be determined by the time received in the Procurement Operations Branch, Herndon, Virginia. CAPABILITIES STATEMENTS WILL BE EVALUATED BASED ON: (A) Experience and expertise of all scientific and technical Key Personnel. Particularly relevant is their expertise in the fields of marine archaeology and history, and other oceanographic disciplines as required, their experience in the type of work proposed, and their demonstrated ability to do the work. Scientific personnel must collectively demonstrate relevant experience in the appropriate disciplines. Assessment factors will be their qualifications and the relevance of their qualifications to their assigned task. The technical personnel who will be responsible for the organization of information and the production of documents, manuscripts and programs 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, who may also be the Principal Investigator, 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. (C)The 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. The Capabilities Statement must demonstrate that both the organization and proposed key personnel meet MMS requirements to successfully complete this project. MMS will evaluate the number, size, and complexity of similar projects completed by the proposed project team and the organization, including past performance, to determine the potential for success and contract award. Past performance consists of adherence to schedules and budgets, effectiveness of cost control, the acceptability of services delivered, the Offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties, and the Offeror's business integrity. Inquiries will be made of sponsoring organizations. Only those Offerors demonstrating an ability to successfully perform this project will be asked to submit competitive proposals. Questions should be faxed to Richard P. Bolick at (703) 787-1022 or e-mailed to richard.bolick@mms.gov . All correspondence should include this RFP number (0103RP73095), full name/company name, address and phone and fax numbers.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/ecprod/owa/ec$cbd.sypfirstcount?P_SERVER_ID3=MM143501&P_OBJ_ID1=98898)
 
Record
SN00344819-W 20030613/030611213639 (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.