Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2007 FBO #2062
SPECIAL NOTICE

B -- Industry Accounts Feasibility Study

Notice Date
7/18/2007
 
Notice Type
Special Notice
 
NAICS
519190 — All Other Information 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
Reference-Number-BA001321-7-13135
 
Response Due
8/20/2007
 
Archive Date
9/4/2007
 
Description
This is a synopsis to request a study to determine the feasibility of developing a consistent set of NAICS-based Benchmark and Annual I-0 accounts, reflecting all NIPA comprehensive revisions through 2003. Industry Accounts Feasibility Study for Historic I-O Estimate Project Overview: This task order is to conduct a study to determine the feasibility of developing a consistent set of NAICS-based Benchmark and Annual Input-Output (I-O) accounts, which reflect all comprehensive revisions of the National Income and Products Accounts through 2003. Estimates will be developed for the years 1947 through 1997. Developing a set consistent time series of benchmark and annual I-O accounts is an important additional product for the Industry Accounts. A consistent time series will provide BEA data users with the data necessary to conduct long-term studies on the changing structure of the U.S. economy. In addition, a consistent time series provides the important data inputs for studying changes in industry productivity growth. Development of Backcast NAICS-based estimates: ? BEA envisions three major deliverables on this task order for which MacroSys will conduct research and develop initial estimates, as well as a proposal, for BEA?s approval, on how MacroSys intends to proceed developing the estimates updated to reflect the necessary methodological and definitional changes. 1. Develop initial benchmark and annual I-O estimates on a 1997 NAICS basis for the years 1947-1997. These estimates, in particular, will reflect the most important definitional, conceptual, and methodological revisions that have implications for industry and commodity estimates. 2. Develop a plan for preparing a more complete and robust methodology to estimate a consistent set of historic benchmark and annual I-O tables. The methodology should identify data needs and should note which definitional and methodological elements may be more difficult to have updated. 3. Develop a proposal that identifies timing for how the conversion process will take place. The proposal should also include identification of the major steps involved in developing and evaluating the estimates. ? Where practical, the contractor shall identify data sets available at no charge. However, if purchases of additional data sets are required, the government will review and approve the proposed data set prior to purchase by the contractor. The government will reimburse the contractor for the costs of the data set. ? MacroSys will provide BEA with documentation and a presentation of how the initial estimates were prepared, what adjustments were made, the methodologies used, and any other pertinent information that will help BEA evaluate the plan for developing a more complete and robust methodology to provide a consistent time series of I-O estimates. ? MacroSys will also provide BEA with documentation on the estimation procedures to ensure that the estimates can be replicated if further evaluation by BEA is necessary. The Government reserves the right to award without discussions; therefore, each offeror is encouraged to submit their best terms with their proposal. Failure to submit the required information for evaluation purposes may render the offer non-responsive. The following FAR clauses do apply: FAR 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, Regulatory Notice; 1352.2009-71, Organizational Conflict of Interest; 1352.209-72; Restrictions Against Disclosure. The period of performance of this Study will be on or about September 1, 2007 through September 1, 2009. All responses must be received by 4:00 PM by August 17, 2007, via e-mail to Annita.L.Wimbish@noaa.gov.
 
Place of Performance
Address: 1441 L St., NW, Washington, DC
Zip Code: 20230
Country: UNITED STATES
 
Record
SN01345242-W 20070720/070718220614 (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.