Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
MODIFICATION

B -- Cost Benefit Analysis on Class II Gaming in Regards to Proposed Regulation. Modification of Statement of Work.

Notice Date
2/13/2008
 
Notice Type
Modification
 
Contracting Office
US Dept of the Interior - National Business Center Acquisition Services Division, DC Branch 1849 C Street NW, MS 1324 Washington DC 20240
 
ZIP Code
20240
 
Solicitation Number
nbcw8z00628
 
Response Due
2/25/2008
 
Archive Date
2/12/2009
 
Point of Contact
Daniel Hall Contract Specialist 2022083931 Daniel_Hall@nbc.gov;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: Request for Quote (RFQ) - RFQ/Project No. NBCW8Z00629, Cost Benefit Analysis Acquisition Services Directorate (AQD) is issuing this competitive RFQ to solicit Vendors for the purpose of entering into a Contract. ACQ will conduct this acquisition using SubPart 12 and 13 under the Federal Acquisition Regulation. This requirement is for the National Indian Gaming Commission (NIGC). If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. The Government reserves the right to award without discussions. RFQ DUE DATE The due date for responses to this RFQ, both technical and price quotes, shall be via email to the following email address: Daniel_M_Hall@nbc.gov, on or before 3:30pm Eastern Time, February 25,2008 STATEMENT OF WORK for "Cost Benefit Analysis for Proposed Classification and Technical Standards" February 2008 1. BACKGROUND The mission of the NIGC is to ensure the integrity of gaming activities on Indian lands and to make certain that tribes are the primary beneficiaries of these gaming activities. On October 24, 2007, the NIGC published proposed changes to the current definition of Facsimile contained in NIGC regulations, a new regulation establishing Class II Game Classification Standards, and a new regulation establishing Class II Technical Standards. The NIGC feels that the change to the facsimile definition and the addition of classification standards regulations are necessary to clearly distinguish technologically-aided Class II games from Class III "electronic or electromechanical facsimiles of any game of chance" or "slot machines of any kind," as all of those terms are used in the Indian Gaming Regulatory Act, 25 U.S.C. ? 2701 et seq. Additionally, the NIGC feels that technical standards are necessary to assist tribal gaming regulatory authorities and operators in ensuring the integrity and security of Class II games and the accountability of gaming revenue. 2 OBJECTIVE The purpose of this project is to create a cost benefit analysis that will satisfy the requirements of the Regulatory Flexibility Act and to allow the NIGC to make a fully informed decision. 3 SCOPE OF WORK The NIGC commissioned an economic impact analysis of the proposed regulations. The economic analysis concluded that the cost of the proposed regulations to the regulated community would exceed $100 million dollars annually. The economic impact analysis did not consider the economic benefits of the regulation or the costs of not complying with federal law. The scope of the work is for the contractor to draft a report supplementing the economic impact analysis by conducting an analysis that considers the benefits and costs of the proposed regulations on the gaming industry conducted by the Indian Tribes. 4 SPECIFIC TASKS The contractor will provide a comprehensive qualitative and quantitative cost benefit analysis of the proposed rules. The analysis will include an examination of all costs and benefits to the Indian gaming industry (i.e. tribal gaming operations, game manufacturers, tribal gaming regulators, etc.) that would result if the proposed rules were to take effect. The analysis will identify all data, models, inferences, and assumptions used in preparing the final report. The analysis must address the following points: 4.1 ECONOMIC COSTS 4.1.1 Examination of federal government administrative costs and savings. 4.1.2 The analysis will examine gains or losses in consumers or producers surpluses, if applicable. 4.1.3 The analysis will examine gains or losses in jobs, time of work, leisure, and/or commuting travel settings. 4.1.4 The analysis will include an examination of whether of proposed regulations are the most cost effective regulatory approach. 4.1.5 The analysis will examine whether the need for the proposed rules is precipitated by a potential market failure. 4.2 SOCITAL COSTS 4.2.1 The analysis will examine the discomfort or inconvenience costs and benefits, if applicable. 4.2.2 The analysis will include an examination of the benefits to society justifying the potential costs 4.3 ALTERNATIVES TO THE PROPOSED REGULATIONS 4.3.1 The analysis will include the potential costs of not going forward with the proposed rules. 4.3.2 The analysis will identify the existence of plausible alternative models or assumptions and their implications. 5 OTHER PERFORMANCE REQUIREMENTS 5.1 Orientation Briefing Within five days of award, the Contractor shall conduct an orientation briefing for the Government. The Government does not want an elaborate orientation briefing nor does it expect the Contractor to expend significant resources in preparation for this briefing. The intent of the briefing is to initiate the communication process between the Government and Contractor by introducing key task participants and explaining their roles, reviewing communication ground rules, and assuring a common understanding of subtask requirements and objectives. The Orientation Briefing may be performed via telephone, with the date and time will be mutually agreed. The completion of this briefing will result in the following: a) Introduction of both Contractor and Government personnel performing work under this Task Order. b) The Contractor will demonstrate confirmation of their understanding of the work to be accomplished under this SOW. 5.2 Contractor Interfaces The Contractor and/or his subcontractors may be required as part of the performance of this effort to work with other Contractors working for the Government. Such other Contractors shall not direct this Contractor and/or their subcontractors in any manner. Also, this Contractor and/or their subcontractors shall not direct the work of other Contractors in any manner. The Government shall establish an initial contact between the Contractor and other Contractors and shall participate in an initial meeting at which the conventions for the scheduling and conduct of future meetings/contacts will be established. Any Contracting Officer's Technical Representatives (COTR) of other efforts shall be included in any establishment of conventions. 5.3 Disclosure of Information Information made available to the contractor by the Government for the performance or administration of this effort shall be used only for those purposes and shall not be used in any other way without the written agreement of the Contracting Officer. The contractor agrees to assume responsibility for protecting the confidentiality of Government records, which are not public information. Each contractor or employee of the contractor to whom information may be made available or disclosed shall be notified in writing by the contractor that such information may be disclosed only for a purpose and to the extent authorized herein. The contractor may be to provide expert testimony in defense of any legal actions filed against the NIGC related to the enactment of the proposed regulations. All work performed under this Performance Work Statement is confidential and is not to be released to outside parties without written permission from the Office of the General Counsel of the NIGC. All staff working on this contract will be required to sign an NIGC confidentiality agreement. 5.5 Limited Use of Data Performance of this effort may require the contractor to access and use data and information proprietary to a Government agency or Government contractor which is of such a nature that its dissemination or use, other than in performance of this effort, would be adverse to the interests of the Government and/or others. Contractor and/or contractor personnel shall not divulge or release data or information developed or obtained in performance of this effort, until made public by the Government, except to authorized Government personnel or upon written approval of the Contracting Officer (CO). The contractor shall not use, disclose, or reproduce proprietary data that bears a restrictive legend, other than as required in the performance of this effort. Nothing herein shall preclude the use of any data independently acquired by the contractor without such limitations or prohibit an agreement at no cost to the Government between the contractor and the data owner which provides for greater rights to the contractor. 5.6 Hours of Work Contractor personnel are expected to conform to normal operating hours. The normal duty hours of 8:00 AM to 5:00 PM, Monday through Friday, with the exception of Federal Government holidays, with an allowance for a one-hour lunch period each day. 5.8 Government Holidays The following Government holidays are normally observed by Government personnel: New Years Day, Martin Luther King's Birthday, Presidential Inauguration Day (metropolitan DC area only), President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day, Christmas Day, and any other day designated by Federal Statute, Executive Order, and/or Presidential Proclamation. Or any other kind of administrative leave such as acts of God (i.e. hurricanes, snow storms, tornadoes, etc) Presidential funerals or any other unexpected government closures. 5.9 Payment for Unauthorized Work No payments will be made for any unauthorized supplies and/or services, or for any unauthorized changes to the work specified herein. This includes any services performed by the Contractor of their own volition or at the request of an individual other than a duly appointed Contracting Officer. Only a duly appointed Contracting Officer is authorized to change the specifications, terms, and conditions under this effort. 5.10 Contractor Personnel The Contractor shall be responsible for managing and overseeing the activities of all Contractor personnel, as well as subcontractor efforts used in performance of this effort. The Contractor's management responsibilities shall include all activities necessary to ensure the accomplishment of timely and effective support, performed in accordance with the requirements contained in the statement of work. Resumes submitted for employees assigned to perform under this statement of work shall contain documented experience directly applicable to the functions to be performed. Further, these prior work experiences shall be specific and of sufficient variety and duration that the employee is able to effectively and efficiently perform the functions assigned. 5.10.1 Project Manager The Contractor shall provide a Project Manager to facilitate Government-Contractor communications. The Project Manager shall be the primary technical and managerial interface between the Contractor and Contracting Officer (CO) and the Contracting Officer's Technical Representative (COTR) located at the National Indian Gaming Commission in Washington, DC. The name of this person, and an alternate or alternates, who shall act for the contractor when the Manager is absent, be designated in writing to the CO. The Project Manager or alternate will have full authority to act for the contractor on all contract matters relating to daily operations. The Project Manager or alternate must be available during normal duty hours, as specified herein and to meet with government personnel within 24 hours to discuss problems. The Contractor's Project Manager shall meet with the CO/COTR as necessary to maintain satisfactory performance and to resolve other issues pertaining to Government/Contractor procedures. At these meetings, a mutual effort will be made to resolve any and all problems identified. Written minutes of these meetings shall be prepared by the Contractor, signed by the Contractor's designated representative, and furnished to the Government within two (2) workdays of the subject meeting. The Project Manager and alternate or alternates must be able to read, write, speak, and understand English. 6 PLACE(S) OF PERFORMANCE The work will be performed at the Contractor's site. The Contractor's site must be established such that the Contractor's personnel are available to travel to the Government's site in the metropolitan Washington, DC area for meetings within two hours' notice. 7 PERIOD OF PERFORMANCE The period of performance for this effort is date of award for a period of two months. 8 DELIVERABLES/DELIVERABLE SCHEDULE In fulfillment of this effort, the Contractor shall provide the following deliverables. All deliverables shall be submitted to the COTR, unless otherwise agreed upon. Unless otherwise specified, the Government will have a maximum of five (5) working days from the day the draft deliverable is received to review the document, provide comments back to the contractor, approve or disapprove the deliverable(s). The contractor will also have a maximum of five (5) working days from the day comments are received to incorporate all changes and submit the final deliverable to the Government. All days identified below are intended to be workdays unless otherwise specified. 8.1 Final Report The contractor shall provide a final report, to the COTR, at the conclusion of this effort. The report will summarize objectives achieved, significant issues, problems and recommendations to improve the process in the future. The Final Report is anticipated to be published and made available to the public upon approval of the National Indian Gaming Commission and upon delivery the report becomes the property of the National Indian Gaming Commission without reserve or exception including rights to reproduce and distribute. 8.2 Deliverable Table Reference Milestone/Deliverable Responsibility Date 4.1 Orientation Briefing Schedule Government/Contractor Contract Award (CA)+ 5 days 7.3 Final Report Contractor Effort Expiration Inspection and Acceptance Criteria Final inspection and acceptance of all work performed, reports and other deliverables will be performed at the place of delivery by the COTR 8.3 General Acceptance Criteria General quality measures, as set forth below, will be applied to each work product received from the contractor under this statement of work. " Accuracy Work Products shall be accurate in presentation, technical content, and adherence to accepted elements of style. " Clarity Work Products shall be clear and concise. Any/All diagrams shall be easy to understand and be relevant to the supporting narrative. " Consistency to Requirements All work products must satisfy the requirements of this statement of work. " File Editing All text and diagrammatic files shall be editable by the Government. " Format - Work Products shall be submitted in hard copy (where applicable) and in media mutually agreed upon prior to submission. Hard copy formats shall follow any specified Directives or Manuals. " Timeliness Work Products shall be submitted on or before the due date specified in this statement of work or submitted in accordance with a later scheduled date determined by the Government. 9 QUALITY ASSURANCE The COTR will review, for completeness, preliminary or draft documentation that the Contractor submits, and may return it to the Contractor for correction. Absence of any comments by the COTR will not relieve the Contractor of the responsibility for complying with the requirements of this work statement. Final approval and acceptance of documentation required herein shall be by letter of approval and acceptance by COTR. The Contractor shall not construe any letter of acknowledgment of receipt material as a waiver of review, or as an acknowledgment that the material is in conformance with this work statement. Any approval given during preparation of the documentation, or approval for shipment shall not guarantee the final acceptance of the completed documentation. 10 ADMINISTRATIVE CONSIDERATIONS 10.1 Correspondence To promote timely and effective administration, correspondence shall be subject to the following procedures: a) Technical correspondence (where technical issues relating to compliance with the requirements herein) shall be addressed to the Contracting Officer's Technical Representative (COTR) with an information copy to the Contracting Officer (CO) and the Contract Administrator (CA). b) All other correspondence, including invoices, (that which proposes or otherwise involves waivers, deviations or modifications to the requirements, terms or conditions of this SOW) shall be addressed to the Contracting Officer with an information copy to the COTR. 10.2 Points of Contact 10.2.1 Contracting Officer's Technical Representative (COTR) a) The Contracting Officer's authorized technical representative, for this effort is as follows: TBA b) The COTR is the individual within the Program Management function who has overall technical responsibility for this effort. The COTR supports the CO/CA during administration of this effort by: 1) Making final decisions regarding any recommended rejection of deliverables; 2) Providing technical clarification relative to overall workload matters; 3) Providing advice and guidance to the Contractor in the preparation of deliverables and services; 4) Providing acceptance of deliverable products to assure compliance with requirements. c) The COTR also provide technical direction to the Contractor, i.e., shifting work emphasis between areas of work; fills in details, or otherwise serves to accomplish the purposes of this effort. Technical direction shall be within the general statement of work for this effort. The COTR does NOT have the authority to and may NOT issue any technical direction which: 1) Constitutes an assignment of work outside the general scope of this effort; 2) Constitutes a change as defined in the "Changes" clause; 3) In any way causes an increase or decrease in cost or the time required for performance; 4) Changes any of the terms, conditions, or other requirements of this effort; and 5) Suspends or terminates any portion of this effort. d) All technical direction shall be issued in writing by the COTR or will be confirmed by the COTR in writing within 10 calendar days after verbal issuance. A copy of the written direction shall be furnished to the CO and the CA. e) In addition to providing technical direction, the COTR will: 1) Monitor the Contractor's technical progress, including surveillance and assessment of performance, and recommend to the CO and CA, any changes in the requirement; 2) Assist the Contractor in the resolution of technical problems encountered during performance; and 3) Perform inspection and acceptance or recommendation for rejection of Contractor deliverables and identify deficiencies in delivered items. This does not replace any other quality assurance inspection requirements that are specified elsewhere within this SOW. f) If in the opinion of the Contractor, any instruction or direction issued by the COTR is outside of their specific authority, the Contractor shall not proceed but shall notify the CO in writing within 5 working days after receipt of any instruction or direction, with an informational copy to the CA. 10.2.2 Contracting Officer The Contracting Officer (CO) for this effort is as follows: TBA 10.2.3 Contract Administration The Contract Administrator (CA) for this effort is as follows: TBA 11 INVOICING Original Invoices for work provided under this task order shall be submitted monthly in arrears with proper back-up documentation and in accordance with the Prompt Payment Act, FAR 52.232-25 to: U.S. Department of the Interior National Business Center Attn: Finance D-2777 P O Box 272025 Denver, CO 80227-9025 FOR INVOICE STATUS CALL: 303-969-6608 A duplicate invoice shall be sent to the National Indian Gaming Commission at: Director of Administration The National Indian Gaming Commission 1441 L Street, NW Washington, DC 20005 12 CENTRAL CONTRACTOR REGISTRATION (CCR) - NEW CONTRACTS The Department of the Interior has adopted the Department of Defense's Central Contractor Registration database as its database for contractor information. Accordingly, the following requirements apply to this effort. (a) Definitions. As used in this clause -- "Central Contractor Registration (CCR) database" means the primary Department of Defense (DoD) repository for contractor information required for the conduct of business with DoD. "Data Universal Number System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying sub-units or affiliates of the parent business concern. "Registered in the CCR database" means that all mandatory information, including the DUNS number or the DUNS+4, if applicable, is in the CCR database; the DUNS number has been validated; and all edits have been successfully completed. (b) (1) By submission of an offer, the offeror acknowledges the requirement that it must be registered in the CCR database prior to contract award, during performance, and through final payment of any task order resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award of a Department of the Interior task order. (4) DoD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The Contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete. (d) Following the Contractor's initial registration in CCR and receipt of any Department of the Interior award of a contract, purchase order, delivery order, task order, basic agreement, basic ordering agreement, or blanket purchase agreement, the Contractor must directly notify the Contracting Officer of any of its changed mandatory business data in CCR within three business days of the change. (See the CCR Handbook at www.ccr.gov for the current mandatory registration data fields, or contact the CCR Assistance Center at 888-227-2423 or 616-961-4725.) (e) Offerors and contractors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov. OTHER TERMS AND CONDITIONS FAR 52.202-4 FAR 52.212-1 FAR 52.212-3 FAR 52.212-4 FAR 52.212-5 FAR 52.217-8 FAR 52.217-9 FAR 52.249-19
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=NB140101&objId=232483)
 
Place of Performance
Address: Washington, DC
Zip Code: 20005
Country: us
 
Record
SN01508187-W 20080215/080213224904 (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.