Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2007 FBO #2005
SOURCES SOUGHT

B -- Analysis of Oil and Gas Leasing Policy Alternatives

Notice Date
5/22/2007
 
Notice Type
Sources Sought
 
Contracting Office
MMS Procurement Operations Branch 381 Elden Street, MS 2100 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
M07RP13306
 
Response Due
6/20/2007
 
Archive Date
5/21/2008
 
Small Business Set-Aside
N/A
 
Description
The Department of the Interior, Minerals Management Service (MMS), intends to competitively award a cost reimbursement-type contract for the effort described below. Please read this entire notice carefully. The anticipated period of performance shall be no more than 18 months from the effective date of the contract. The estimated cost range is between $300,000 and $350,000. PROJECT DESCRIPTION: This project will address oil and gas leasing policies that affect the pace of leasing, exploration, and production and the size of Federal revenues in the Central and Western Gulf of Mexico. Federal revenue includes lease bonuses, rentals, and royalties collected by the MMS. The contractor will: (a) examine current leasing policies, define alternative policies, and contrast their effects on the pace of leasing, exploration, and production activities and the size of Federal revenues; (b) determine if any alternative policies are more likely than the status quo to promote the multiple goals of the leasing program as enumerated in the Outer Continental Shelf (OCS) Lands Act (43 USC Sec. 1801 and 1802). Analysis will address concerns raised in public comment on environmental and lease sale documents, including current leasing policies might not raise enough Federal revenue, might detract from coastal State efforts to raise revenue in their leasing programs, and might lead to excessive environmental impacts on coastal States. Elements of alternative policies include: setting limited sale size by nomination or selection approaches instead of areawide; reducing the acreage offered in each sale; breaking up Central and Western Gulf of Mexico areas; altering the frequency of sales; raising minimum bid; changing initial lease period; raising rental rates; raising royalty rates; changing the auction bidding variable or payment scheme (e.g., net profit share). The work is anticipated to be divided into four tasks. Task 1, the purposes for the analysis and the quantitative performance criteria by which alternative policies are to be contrasted will be developed. Task 2, empirical analysis and modeling will be done to contrast the baseline and alternative scenarios quantitatively in terms of the performance criteria. The contractor will choose the methodology for empirical analysis. The method may use simulation and forecasting methods; econometric methods may be used as well if statistical results are likely to be meaningful given limitations on data. Task 3, one or more field tests of alternative policies will be designed; that is, a design for a lease sale(s) implementing one or more non-status quo policies according to an experimental design to test hypotheses about performance of alternative policies. The task covers only test design; actually conducting any field testing is not included. Task 4 is to prepare a report. The work will require meeting with MMS staff in Herndon, VA, and New Orleans, LA. SOURCES SOUGHT: In order to compete for this contract, interested parties must demonstrate that they are qualified to perform the work by providing, an original and four (4) copies of a Capabilities Statement detailing: (a) your past performance, including ability to complete projects with high quality on time and control costs; and (b) the scientific and technical persons you will have working on the project, explaining the parts of the project they will work on and their areas of expertise. Offerors shall provide specific references (including project identifier and description, period of performance, dollar amount, and client name and phone number) for previous work of this nature that your organization or personnel is currently performing or has completed within the last three (3) years. Capabilities of any subcontractors or partners will also be considered. EVALUATION OF CAPABILITY STATEMENT: Your capabilities statement will be evaluated on the basis of these criteria: (A) Past Performance -- ability to complete products of high quality and adhere to schedules and budgets; whether past projects worked on are comparable to this contract project, including complexity and size; and how well your organization and the key personnel who will work on this project cooperated with past clients. (B) Scientific and Technical Personnel -- Relating to Task 1, knowledge of the Federal offshore leasing program and expertise useful in formulating specific policies and quantitative performance criteria are relevant. For Task 2, particularly relevant is expertise in: collecting and managing data for statistical analysis; simulation modeling, econometrics, and forecasting; and analysis of fiscal systems for leasing. For Task 3, particularly relevant is expertise in experimental economics using field testing. RESPONSE DUE DATE AND SUBMISSION: One original and four (4) copies of the capability statement shall be sent to the Minerals Management Service, 381 Elden Street, MS 2101, Herndon, VA 20170-4817, Attn: Debra Bridge, by Close of Business Wednesday, June 20, 2007. Any questions regarding this procurement shall be e-mailed to debra.bridge@mms.gov no later than May 31, 2007. Please include with your questions your full name, RFP Number 13306, & Title "Policies to Affect the Pace of Leasing and Revenues in the Gulf of Mexico." Also include your organization's name, complete address, and phone and fax numbers. Any submissions received after the time and date specified will not be considered. PHONE CALLS ARE STRONGLY DISCOURAGED.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=351856)
 
Record
SN01300610-W 20070524/070522221636 (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  © 1994-2020, Loren Data Corp.