Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2007 FBO #1936
SOLICITATION NOTICE

B -- Economic Analysis

Notice Date
3/14/2007
 
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
3/23/2007
 
Archive Date
4/7/2007
 
Small Business Set-Aside
Total HUB-Zone
 
Description
STATEMENT OF WORK For ECONOMIC ANALYSIS Of BARROW, ALASKA PROJECT NEW STAFF HOUSING (8) And NEW BUILD of a WEATHER SERVICE OFFICE/UPPER AIR INFLATION SHELTER STATEMENT OF WORK The contractor shall furnish all personnel, travel, material, equipment, services and facilities (except as otherwise specified) to perform this Statement of Work (SOW) in support of the National Oceanic and Atmospheric Administration (NOAA). 1.0 PURPOSE The purpose of this SOW is to develop a Barrow Alaska Project Economic Analysis (EcA) using Office and Management and Budget Circular A-94, Guidelines and Discount Rates, Appendix C, revised January, 2007, to determine cost comparisons for delivery of eight new staff houses and a Weather Service Office (WSO) and Upper Air Inflation Shelter (UAIS). The Government shall provide information it has available as further referenced in Section 8.0 below to assist in the Economic Analysis, but it shall be the Contractors responsibility to validate all data to ensure it is accurate, and comports with current real estate market and construction costs. The contractor is also required to ensure that all costs associated with each alternative are fully identified and priced. 2.0 DESCRIPTION OF THE PROJECT The Project is to provide eight new staff houses and a WSO/UAIS by either government construction or build to suit leaseback within two miles of the runway Automated Observation System (ASOS) sensors at the Barrow Airport. 3.0 SCOPE OF WORK The contractor shall 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 shall 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 shall use data gathered to finalize, and then analyze the costs, benefits and liabilities associated with each set of possible alternatives. The contractor shall complete an Automated Prospectus System (TAPS) analysis to determine a net present value for each alternative. The costs of each alternative shall be based on a 30-year life cycle. A written report shall be prepared summarizing the project, the market the alternatives and cost analysis associated with possible solutions. The Economic Analysis shall discuss general market conditions in Barrow, Alaska, and also identify strengths and weaknesses associated with each alternative. 4.0 REQUIREMENTS/TASKS The contractor shall perform the following tasks and shall use these Task Identification Numbers for invoicing: 4.1 Task 1 ? Kick-Off Meeting/Conference Call A meeting, herein referred to as the Kick-Off Meeting, shall be held within three (3) working days (wd) after notification by the Contracting Officer (CO) of the start date. The Kick-Off Meeting shall be conducted by the Government Project Manager (GPM) at the Government?s office to discuss the scope of the contract and answer questions. The firm shall identify issues requiring direction from the Government. The firm shall prepare Kick-Off Meeting minutes and submit them to the Government within 3 days following the meeting which shall include a summary of participants, general discussion, decisions and action items. Any special requirements discussed and agreed upon shall be noted. Any deviations to the SOW agreed upon shall be noted. 4.2 Task 2 ? Site Visit The contractor shall complete a site visit to inspect existing sites, examine alternate sites identified to date, and conduct market research to identify any other alternatives warranting the Government?s consideration. 4.3 Task 3 ? Develop and brief draft EcA Following the site visit, the contractor shall prepare a draft EcA, submit both an electronic, and 5 hard copies to the Government, and provide a presentation of the draft at the Government?s office. The contractor shall summarize input received during the presentation in minutes, and furnish the Government with a summary of comments made regarding the draft. 4.4 Task 4 ? Conduct conference call and prepare minutes on draft EcA following government review The contractor shall schedule a conference call eliciting final feedback on the draft EcA and prepare a written summary of all comments received both during this task and through Task 3, above. 4.5 Task 5 ? Develop and brief draft final EcA The contractor shall develop a final written EcA, submit both an electronic, and 5 hard copies to the Government, and provide a presentation of the final EcA at the Government?s office. 4.6 Task 6 - Conduct conference call and prepare minutes on final EcA The contractor shall schedule a conference call eliciting final feedback on the final EcA and prepare a written summary of all comments received. 4.7 Task 7 ? Prepare and brief final EcA Based upon the feedback received in Task 4.6 above, the contractor shall finalize the EcA, submit it both electronically and in 5 hard copies, and summarize its contents in 2 meetings scheduled at the Government?s request. 5.0 Period of performance: The period of performance for this action shall be 12 weeks form date of award. 6.0 DELIVERABLES Each submission shall be accompanied by a transmittal memorandum (TM) identifying the submission and describing the materials being provided. A copy of each TM shall be sent to the CO and the GPM. The TM shall reference the project name, contract number, and task order number. Each submission shall be as complete as described in Paragraph 4 by the due date established in Paragraph 6, or joint modifications to the schedule after the Kick-off Meeting. The following items shall be delivered to the Government during the execution of the project: 6.1 Kick-off Meeting Minutes (Task 1) Kick-off Meeting minutes shall be provided by the contractor detailing information stated in paragraph 4.1, above. The minutes may be provided in the firm?s format via attachment, preferably in PDF format, to an email. 6.2 Site Visit Survey Minutes (Task 2) A trip report summarizing the results of the Site Visit outlined in paragraph 4.2 shall be prepared by the contractor. 6.3 Draft Economic Analysis (Task 3) The draft document shall be provided by the firm as outlined in paragraph 4.3. 5.4 Conference Call and Summary Report (Task 4) A conference call shall be scheduled with parties designated by the Government, and a summary of comments received on the call shall be prepared pursuant to paragraph 4.4. 5.5 Final Economic Analysis, Conference Call and Summary Minutes (Tasks 5 and 6) The final Economic Analysis shall be provided by the firm. A subsequent conference call shall be scheduled with the Government to review the document, and elicit any final comments. The contractor shall prepare a summary of final comments received on the call. 5.6 Final Economic Analysis (Task 7) The final Economic Analysis shall be provided by the contractor in an electronic format (PDF) in addition to 5 hard copies. A separate CD-ROM shall contain the Economic Analysis in PDF format. The contractor shall also prepare and deliver a ?senior level? briefing regarding the contents of the Economic Analysis, and deliver it at 2 meetings scheduled at the Government?s convenience. 7.0 SCHEDULE The firm shall adhere to the schedule in Table 1 below. Delays in the delivery of any submittal must be approved by the GPM prior to the due date. Table 1 ? Task Schedule ACTIVITY DUE DATE Kick-Off Meeting (Task 1) Within 3 wd of Notice to Proceed Kick-Off Meeting Minutes (Task 1) Within 3 wd of Kick-off Meeting Site Visit (Task 2) Within 15 wd of Notice to Proceed Draft Economic Analysis (Task 3) Within 30 wd of Notice to Proceed Draft Submittal Conference Call (Task 4) Within 3 wd of Draft Economic Analysis Draft Submittal Review Conference Meeting Minutes (Task 4) Within 3 wd of Draft Submittal Review Conference Call Draft Final 95% Economic Analysis Submittal (Task 5) Within 10 wd of Draft Submittal Review Conference Call Draft Final 95% Economic Analysis Government Review Within 5 wd of Draft Final Design Submittal Draft Final 95% Submittal Review Conference Call (Task 6) Within 2 wd of Draft Final Government Review Final Economic Analysis Submittal and Briefings (Task 7) Final EcA within 7 wd of Draft Final Submittal Review Conference Call. Briefings scheduled by Govt. thereafter 8.0 PLACE OF PERFORMANCE The place of performance for this contract will be in Barrow Alaska and the contractor shall be responsible for all travel expenses. 9.0 ITEMS PROVIDED BY THE GOVERNMENT The Contractor shall have access to: Alaska Region letter, dated January 16, 2007, Barrow WSO/UAIS and Housing Requirements Universe of Options, dated January 11, 2007 Distance maps from the Automated Surface Observation System (ASOS) sensors at the Barrow Airport runway Economic Analysis, Barrow Alaska Project, dated December 2002 2007 programming study (60%)
 
Place of Performance
Address: Barrow, Alaska
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01250603-W 20070316/070314220418 (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.