Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2007 FBO #1938
SOLICITATION NOTICE

R -- Economic Analysis for Barrow Project

Notice Date
3/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
RFQNAAJL200706382
 
Response Due
4/3/2007
 
Archive Date
4/18/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format set forth in Federal Acquisitions Regulation, Subpart 13, 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 solicitation issued as Request for Quote (RFQ) Number NAAJL200-7-06382. This solicitation document incorporates the Statement of Work provisions and clauses. The provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. This is a combined synopsis/solicitation that is set aside for HUB Zone small businesses: NAICS Codes 541611/541618 Administrative Management and General Management Consulting and Management Consulting Services. Department of Commerce National Oceanic Atmospheric Administration/Real Property Facilities & Logistics Office has a need to for contractor support to develop a Barrow Alaska Project Economic Analysis (EcA). The contractor will use Government Furnished Information (GFI) consisting of (1) a January 16, 2007 Barrow WSO/UAIS and Housing Requirements letter from the Alaska Region Program Manager, (2) a document entitled ?Universe of Options?, dated January 10, 2007, (3) a December 2002, ?ECONOMIC ANALYSIS, Barrow Alaska Project?, (4) distance maps from the Automated Observation System (ASOS) sensors at the Barrow Airport runway, and (5) a final A/E final programming study which includes anticipated construction costs. The contractor will review this information to ensure its general integrity and accuracy based upon market real estate and construction costs (and advise the Government of any revisions that need to be made), and also complete an on site market survey to ensure all appropriate alternatives have been considered. Following the completion of the market survey, the contractor will use data gathered to finalize, and then analyze the costs, benefits and liabilities associated with each set of possible alternatives. The contractor will complete an Automated Prospectus System (TAPS) analysis to determine a net present value for each alternative. The costs of each alternative will be based on a 30-year life cycle. A written report will be prepared summarizing the project, the market the alternatives and cost analysis associated with possible solutions. The Economic Analysis will discuss general market conditions in Barrow, Alaska, and also identify strengths and weaknesses associated with each alternative. The Government reserves the right to award without discussion; therefore each offeror is encouraged to submit their best terms with their proposal. Special attention is directed to FAR 52.212-1 (b). Failure to submit the required information for evaluation may render the offer non-responsive. Offerors shall include a fully executed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR clause 52.212.-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, along with the following additional FAR clauses : 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.219-14 Limitation on Subcontracting, 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of Vietnam Era, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.222-41 Service Contract Act of 1965, As Amended. The FAR provisions and clauses may be downloaded at http://www.farsite.hill.af.mil/vffara.htm. The following Department of Commerce provisions and clauses apply to this acquisition: 1352.231-70, Duplication of Effort; 1352.233-70, Harmless from Liability; 1352.209-73 Compliance with the Laws; 1352.208-70, Printing; 1352.252-70, Regulatory Notice; 1352.209-71, Organizational Conflict of Interest; 1352.209-72; Restrictions Against Disclosure;1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a DoC site(low and moderate risk contracts); Complete 1352.239.74 (OCT 2003) Security Requirement Information Technology Resources. The period of performance for this effort will be 12 weeks from date of award. Offerors must submit all questions by 2:00 pm 21 March, 2007 via email to ebrima.f.conteh@noaa.gov. The RFQ Due date is on or before 2:00pm Eastern Time, April 03, 2007. Submission shall be via email to ebrima.f.conteh@noaa.gov Reference Solicitation No. NAAJL200-7-06382
 
Place of Performance
Address: Barrow, Alaska
Zip Code: 99723
Country: UNITED STATES
 
Record
SN01252799-W 20070318/070316220400 (fbodaily.com)
 
Source
FedBizOpps 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.