Federal Bid

Last Updated on 19 Jul 2005 at 5 AM
Combined Synopsis/Solicitation
Location Unknown

99--Point Conception offshore oil seeps

Solicitation ID GSWR040121
Posted Date 19 Jul 2004 at 5 AM
Archive Date 19 Jul 2005 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Ofc Of Acqusition Grants-National
Agency Department Of Interior The
Location United states
SOLICITATION NO: GSWR040121 - REQUEST FOR QUOTATION DATE: 19 July 2004 CLOSING DATE: 30 July 2004 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is set aside for small business concerns. The associated NAICS code is 238990 - All Other Specialty Trade Contractors. The U.S. Geological Survey, Western Coastal Marine Geology Team, has identified a requirement to study the occurrence of natural offshore oil seeps in the Point Conception (Santa Barbara County, CA) area. The goal of this study is to sample with a Remote Operated Vehicle (ROV) and document submerged oil or tar seeps and then chemically analyze the samples and subsequently relate the seeps to onshore tarball populations. Interested concerns are invited to submit quotations for the following: SCOPE OF WORK: The contractor shall organize and execute the following operation: 1. The contractor shall negotiate and hire a vessel and ROV, and other necessary equipment and personnel to ensure the success of the operation. 2. The contractor shall be prepared to spend three 24-hour days on at least 6 stations but no more than 20. If a 12-hour day boat is used we anticipate that the mission length will extend to 6 days and that the vessel can find safe anchorage near the work site. At sites are within 10 nautical miles of the coastline. Our goal is to acquire 10 discrete oil or tar samples from distinct seep sites. We shall need berths for at least 4 persons, and at most 6. 3. The contractor shall use the ROV in water depths of about 70 to 300 feet below sea level. The ROV will have the ability to record seep locations and emission on video, and sample either liquid or solid (tar) hydrocarbons. USGS personnel will have the primary responsibility for sampling the hydrocarbons once the ROV is recovered and for the conveyance of samples to the USGS labs. Obtaining hydrocarbon samples from the seeps is the highest priority of this work. 4. The contractor shall provide a report to the USGS in both paper and digital format. The report shall include a GIS coverage of seep sites, ROV and ship tracklines with a digital navigation file. 5. The contractor shall also deliver to the USGS copies of any other documentation, such as video, photographs, navigation logs, field notes, etc. generated as a result of these operations. Offerors are also invited to propose a plan for addressing any weather related contingencies that may arise. PLACE OF PERFORMANCE: This operation will take place in the Point Conception (Santa Barbara County, CA) area. Interested concerns must be able to launch an operation in this area without incurring undue travel or mobilization costs. METHOD OF EVALUATION Prospective contractors are advised that quotations will be evaluated based upon the following, not necessarily listed in order of importance: 1) Technical Merit - Offerors must demonstrate a clear understanding of technical requirements and specifications. Such factors as: experience, record of past performance, quality and availability of equipment and personnel, location, familiarity with local waters, contingency plans, etc. will be considered. 2) Total Price. Quotations are due by close of business, Friday 30 July 2004 to the contracting office in Sacramento, CA identified above. Quotations received after this time and date will not be considered. Quotations are preferred by electronic means (email and fax), but are accepted by mail. Oral quotations will not be accepted. Prospective contractors are advised that the following provisions are applicable to this solicitation document. Full text of these provisions can be obtained at http://www.arnet.gov/far/ and http://www.doi.gov/pam/aindex.html or by contacting the contract specialist below. Prospective contractors are required to complete the provision at 52.212-3 entitled "Offeror Representations and Certifications - Commercial Items" and enclose it with their quotations. 52.212-1 Instructions to Offerors - Commercial Items (JAN 2004) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2004) 52.219-6 Notice of Total Small Business Set Aside, Alternate I (OCT 1995) Any contract or order resulting from this solicitation will contain the following clauses: 52.204-7 Central Contractor Registration - (OCT 2003) 52.212-4 Contract Terms and Conditions - Commercial Items (OCT 2003) 1452.212-05 Alt. I Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JAN 2004) 52.000S-5079 Technical Liaison - Technical Direction (OCT 1997) For further information regarding this solicitation, please contact Jeff Hammitt, contract specialist, at (916) 278-9341 or [email protected].
Bid Protests Not Available