D--Seismic Amplitude Analysis Tool for BOEM
ID: DOIMFBO240011Type: Special Notice
Overview

Buyer

INTERIOR, DEPARTMENT OF THEBUREAU OF OCEAN ENERGY MANAGEMENTACQUISITION MANAGEMENT DIVISIONSTERLING, VA, 20166, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE (DA10)
Timeline
    Description

    The Department of the Interior's Bureau of Ocean Energy Management (BOEM) intends to issue a sole source contract for the Seismic Amplitude Analysis Tool, specifically utilizing Lognormal Solutions’ Seismic Amplitude Analysis Module (SAAM) software. This procurement aims to enhance the Bureau's capabilities in analyzing seismic amplitude anomalies, which is crucial for assessing risks associated with oil and gas prospects by identifying and quantifying Direct Hydrocarbon Indicators (DHI) within extensive seismic data. The contract will have a performance period of twelve months, with the possibility of four extensions, and is classified under NAICS code 541519. Interested firms may submit capability statements by October 4, 2024, and should direct inquiries to David Villani at david.villani@bsee.gov or by phone at 703-787-1756.

    Point(s) of Contact
    Files
    Title
    Posted
    The Department of the Interior's Bureau of Safety and Environmental Enforcement intends to issue a sole source contract for Lognormal Solutions’ Seismic Amplitude Analysis Module (SAAM) software. This acquisition aims to provide tools for analyzing seismic amplitude anomalies, enhancing risk assessment capabilities for oil and gas prospects. The software will facilitate the identification and quantification of Direct Hydrocarbon Indicators (DHI) amid the extensive seismic data managed by the Bureau. Lognormal Solutions, Inc. is the only authorized supplier for this software, justifying the sole source procurement approach under federal regulations. The purchase order is set for a twelve-month performance period with four possible extensions, classified under NAICS code 541519. While this notice is not a request for quotes, interested firms may submit capability statements by October 4, 2024. The government's decision on competition for this procurement remains discretionary.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    20--Notice of Intent to Sole Source - Sofar Ocean
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) intends to award a sole source five-year contract to Sofar Ocean Technologies for access to the proprietary Spotter Platform, which provides critical marine sensing data. This subscription service includes real-time and historical data from Spotter buoys, which have been utilized by the USGS since 2021, following significant investments in compatible equipment. The estimated annual cost for this service is $35,000, totaling $175,000 over the contract period, with responses to this notice due by September 19, 2023, at 12:00 PM Mountain Time. Interested parties may contact Mindie Dixon at mdixon@usgs.gov or (703) 648-7375 for further information.
    Geological Interpretive Tools (GIT) Technology
    Active
    Interior, Department Of The
    The Bureau of Ocean Energy Management, part of the Department of the Interior, is soliciting proposals for the procurement of Geological Interpretive Tools (GIT) Technology through Request for Proposal (RFP) No. 140M0124R0006. The objective of this procurement is to establish one or more Indefinite Delivery Indefinite Quantity (IDIQ) contracts that will enable the Bureau of Safety and Environmental Enforcement and the Bureau of Ocean Energy Management to enhance their capabilities in subsurface interpretation and data analysis related to offshore resource management. This initiative underscores the importance of advanced technology in geological assessments, aiming to improve efficiency and compliance with federal standards, including the DOI Cloud Smart Strategy and FEDRAMP certification for Software as a Service (SaaS) offerings. Interested contractors should reach out to Caroline Laikin-Credno at Caroline.Laikin-Credno@bsee.gov or call 703-787-1828 for further details, with proposals due by the specified deadlines outlined in the solicitation documents.
    COMSOL MULTIPHYSICS LICENSE RENEWAL
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Research Laboratory, intends to award a sole source contract for the renewal of a COMSOL Multiphysics license for one year. This procurement is necessary to ensure continued access to specialized software that supports complex multiphysics simulations, which are critical for various research and development projects within the Navy. The contract will be executed under Simplified Acquisition Procedures, with a focus on maintaining uninterrupted software services, and interested parties have 15 calendar days from the notice publication to express their capability to compete. For further inquiries, Richard Key can be contacted at richard.a.key2.civ@us.navy.mil.
    Consulting services for chemometric model building, experimental testing, and analytical services from FT-NIR spectra of fish otoliths
    Active
    Commerce, Department Of
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking consulting services for chemometric model building, experimental testing, and analytical services related to FT-NIR spectra of fish otoliths. The primary objective is to develop predictive models for fish age and sex from various species' otoliths, as well as to conduct experiments to understand the effectiveness of these models and the impact of damaged otoliths on predictions. This work is crucial for enhancing the efficiency of fish ageing processes, which support stock assessments for fishery management. Interested parties may contact Shawana Randolph at shawana.randolph@noaa.gov, with the contract expected to run from October 1, 2024, to March 31, 2026. This procurement is intended to be negotiated on a sole-source basis with Eigenvector Research, Inc., due to their unique qualifications and prior investments in training and software compatibility.
    Notice of intent to award sole source
    Active
    Dept Of Defense
    Notice of intent to award sole source. The Department of Defense, specifically the Department of the Navy, through the Naval Oceanographic Office, has issued a Special Notice. The notice indicates the intent to award a sole source contract. The details of the service/item being procured are not provided in the document.
    D--SPECIAL NOTICE OF INTENT TO AWARD TO A SOLE SOURCE
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (USFWS) intends to award a sole source contract to Skymira, LLC for the procurement of 135 Orbcomm Satellite terminals and associated data services, aimed at enhancing the operational efficiency and safety of wildland fire vehicles. This acquisition is critical for ensuring reliable vehicle tracking in remote areas, as mandated by the Dingell Act, and is designed to streamline interagency operations in collaboration with the Bureau of Land Management (BLM), which already utilizes the same tracking system for over 700 vehicles. The contract will be awarded under Simplified Acquisition Procedures, with a total value not exceeding $250,000, and interested parties are invited to express their capabilities within ten calendar days of this notice, which closes on September 22, 2024, at 5:00 p.m. Eastern Time. For further inquiries, contact Melissa Niemi at melissaniemi@fws.gov or by phone at 612-713-5216.
    NOTICE OF INTENT TO AWARD SOLE SOURCE
    Active
    Energy, Department Of
    The U.S. Department of Energy (DOE), through its Carlsbad Field Office (CBFO), intends to award a sole source contract to DevonWay Inc. for the provision of oversight management systems that support operations at the Waste Isolation Pilot Plant (WIPP). This procurement is justified under FAR 6.302-1, indicating that only one responsible source can fulfill the agency's requirements, specifically for an integrated oversight management database that enhances communication between DOE field and headquarters. Interested parties who believe they can meet these requirements are encouraged to submit a capability statement by September 23, 2024, although this announcement does not constitute an invitation for proposals. For further inquiries, interested vendors may contact Michael Johnson or Vanessa Lechon via email.
    66--Notice of Intent to Sole Source (1) Oxford Instruments P10 – 1” 12Mhz Overburde
    Active
    Energy, Department Of
    The Department of Energy's National Energy Technology Laboratory (NETL) intends to award a sole source contract for the procurement of an Oxford Instruments P10 – 1” 12Mhz Overburden Pressure Cell. This specialized equipment is essential for integration with NETL’s existing Oxford GeoSpec 12/53 NMR Rock Core Analyzer, enabling the evaluation of petrophysical features and multi-phase fluid flow in geological samples under controlled pressures and temperatures. The proprietary nature of the GeoSpec NMR P10 Overburden Cell means that Oxford Instruments America, Inc. is the only known source capable of fulfilling this requirement. Interested parties who believe they can meet the specifications must submit their evidence of capability to Rebekah Parks at rebekah.parks@netl.doe.gov by 1:00 PM ET on September 20, 2024.
    R--BOATMAN OPERATIONS LOGISTICAL SERVICES
    Active
    Interior, Department Of The
    The U.S. Geological Survey (USGS) is soliciting proposals for Boatman Operations Logistical Services to support the Grand Canyon Monitoring and Research Center (GCMRC) from December 2024 to November 2029. The procurement aims to secure qualified personnel, including boat operators and field technicians, to facilitate approximately 20 to 30 annual river trips essential for ongoing environmental monitoring and research. This contract, set aside for small businesses, emphasizes the importance of skilled labor in executing vital ecological studies and ensuring compliance with safety and operational guidelines. Interested parties must submit their proposals electronically by October 15, 2024, with a maximum contract value of $8 million and an initial task order estimated at $600,000. For further inquiries, contact Tracy Huot at thuot@usgs.gov or by phone at 916-278-9330.
    7A--Cadastral Survey Carlson Software
    Active
    Interior, Department Of The
    The Bureau of Land Management (BLM) Alaska State Office is seeking proposals for the acquisition of Carlson brand name or equal software, specifically designed for civil, GIS, and survey applications. This procurement is necessitated by the obsolescence of existing software used for cadastral surveys, and the BLM has determined that Carlson's software uniquely meets its specific operational requirements. The contract, valued at approximately $106,837.50 for 37 units, will run from October 1, 2024, to September 30, 2025, with a focus on promoting participation from small, service-disabled veteran-owned, and women-owned businesses. Interested vendors should contact Kristina Maldonado at kmaldona@blm.gov or call 907-271-3208 for further details and to ensure compliance with submission guidelines.