Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2005 FBO #1269
SOLICITATION NOTICE

B -- 3 D Reflection Seismic Data Processing

Notice Date
3/30/2005
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Facilities Engineering Command, Engineering Field Division, Southwest, Specialty Center Contracts Core, 151 36th Avenue, Suite 2 Building 41, Port Hueneme, CA, 92043-4438
 
ZIP Code
92043-4438
 
Solicitation Number
N6871105T0050
 
Response Due
4/18/2005
 
Point of Contact
Deborah Green, Contract Specialist, Phone 805-982-2680, Fax 805-982-4540,
 
E-Mail Address
deborah.green@navy.mil
 
Description
The Geothermal Program Office (GPO) of the U.S. Navy requires data processing of a 16 mi2 volume of three-dimensional data shot in the spring of 2005. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This requirement will be awarded Firm Fixed Price. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. N68711-05-T-0050 is issued as a request for quotation (RFQ). The NAICCS Code is 541330 and the Small Business size standard in millions of dollars is $4M or less employees. This solicitation is not issued as a small business set-aside. Delivery will be F.O.B. Destination to Geothermal Program Office, ESC25, 429 East Bowen Road, China Lake, CA 93556-6108. Task (1) 3-D REFLECTION SEISMIC DATA PROCESSING. The data must be processed into stacked and migrated versions suitable for interpretation on a Sun Ultra Sparc workstation. Data were acquired at the Hawthorne Army Depot, NV. Acquisition parameters: Survey area ¡Ö16 mi2, Cell size 82.5 ft. x 82.5 ft., Source interval165 ft. Source line interval 660 ft., Receiver interval 165 ft., Receiver line interval 330 ft., Active channels 2176, Shots per square mile 256, Total shots 4096, Record length 4 seconds, Sample rate 2 ms, Total pre-stack traces 8,912,896 (estimated), Recording format SEG-Y or SEG-D, Recording medium 3490 tapes. Government Furnished Data: The GPO will, at its expense, provide all reflection seismic data on magnetic tape; physical survey data will be provided on CD and will be in SEG-P1 format. In addition, processors will also receive any observer¡¯s notes, associated maps, and support information. Upon completion of the processing, all government-furnished data shall be promptly returned to the GPO. Data Processing: The GPO requests bids on two separate processing sequences: Sequence A with post-stack time migration, and Sequence B with Kirchoff pre-stack time migration. In addition, certain optional cost quotations are requested. Offerors should provide a description of the 3D algorithm suite that they intend to use explaining why that suite provides the best product. Processing Sequence A: Geometry application and quality control, Correction for spherical divergence, Definition of grid, Application of refraction statics, Surface consistent deconvolution, Surface consistent amplitude compensation, Velocity analysis (minimum of one mile grid), Application of surface consistent residual statics, CDP stacking, Velocity analysis on one-half mile grid, Application of surface consistent residual statics, Application of dip move-out (DMO), CDP Stacking, Post-stack time migration (specify method), Band-pass filtering, Frequency domain deconvolution (if necessary), Application of gain. Processing Sequence B: Geometry application and quality control, Correction for spherical divergence, Definition of grid, Application of refraction statics, Surface consistent deconvolution, Surface consistent amplitude compensation, Velocity analysis (minimum of one mile grid), Application of surface consistent residual statics, CDP stacking, Velocity analysis on 3D imaged Kirchoff pre-stack time migration target lines on one-half mile grid, Kirchoff pre-stack time migration, CDP Stacking, Band-pass filtering, Frequency domain deconvolution (if necessary), Application of gain. Optional Processing and Tape Costs: 3D ensemble gather processing for attenuation of surface generated noise (per mi2), Additional post-stack or psot-migration frequency domain deconvolution (per mi2), Additional velocity analyses over the standard sequence (per analysis), Additional pass of surface-consistent residual statics (per mi2), CDP-consistent (trim) statics (per mi2), Additional band-pass filter on final stack or migration (per mi2), Additional SEG-Y copies of migration output (per mi2), Copies of any pre-stack data at any stage of processing, on 8 mm tape (per mi2), Copies of any post-stack data at any stage of processing, other than final product, on 8 mm tape (per mi2), Additional copies of any final format output data (per tape). Deliverables: Final migrated data volume in SEG-Y format on 8 mm Exabyte, or equivalent, tape. Final interpolated velocity field on 8 mm tape. Copy of bin-center coordinates on CD. Monitoring: The Contractor shall keep the Government Technical Monitor apprised of progress being made on the work at a minimum through biweekly updates. These shall take the form of telephone conversations only, written reports are not required. The Contractor may provide paper or digital copies of interim products that will be discussed during those conversations. At his discretion, the Government Technical Monitor may visit the Contractor¡¯s site to review progress and to discuss steps that have been taken in processing, and what steps are yet to be taken. Delivery Schedule: The Government will deliver input data to the Contractor within one week of contract award. Offerors shall provide a schedule for delivery of all products described herein. 1. Offerors must demonstrate capability and experience in performing the type of processing described in the Statement of Work using typical oil and gas industry-standard, exploration-type reflection seismic data. Experience with high-resolution, engineering-type data processing is not sufficient. 2. Offerors must provide a list of a minimum of three clients that may be contacted in order to verify capability to process reflection seismic data. Contact information shall consist of: name of company for whom work was performed, point of contact with the company, position of the POC, telephone number of the POC, and type of work completed. 3. Once the list of qualified offerors has been established, the final criterion that will determine contract award will be price. Any contractors doing business with the Government must now be registered with the Central Contractor Registry. The web site is http://www.ccr.gov/. Clauses: The following clauses are incorporated by reference. FAR 52.212-1, Instructions to Offerors, FAR 52.212-2, Evaluation¡ªCommercial Items, FAR 52.212-3, Offeror Representations and Certifications¡ªCommercial Items, FAR 52.212-4, Contract Terms and Conditions, FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders¡ªCommercial Items (Deviation), FAR 52.252-2, Clauses Incorporated by Reference (fill-in), FAR 52.232-33, Payment by Electronic Funds¡ªCentral Contractor Registration, DFAR 252.204-7004, Required Central Contractor Registration DFAR 252.212-7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). All information in response to this notification must be submitted in writing to Deborah Green, Contract Specialist. Quotes are due NLT 18 April 2005, 1600 (PST). Quotes received after 1600 on 18 April 2005 will be deemed non responsive. Submit quotes via electronic means to deborah.green@navy.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (30-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 16-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVFAC/N47408/N6871105T0050/listing.html)
 
Place of Performance
Address: Geothermal Program Office, ESC25, 429 East Bowen Road, China Lake, CA 93556-6108
Country: USA
 
Record
SN00809012-F 20050518/050516213023 (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.