Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SOLICITATION NOTICE

R -- Sources Sought

Notice Date
9/4/2009
 
Notice Type
Presolicitation
 
Contracting Office
Environmental Protection Agency, Administrative Contract Service Center, 1200 Pennsylvania Avenue, Nw, Washington, DC 20460
 
ZIP Code
20460
 
Solicitation Number
RFQ-DC-09-00305
 
Response Due
9/18/2009
 
Archive Date
10/18/2009
 
Point of Contact
Point of Contact, Margaret Kline, Purchasing Agent, Phone (202) 564-4238
 
E-Mail Address
U.S. Environmental Protection Agency
(Kline.Margaret@epamail.epa.gov)
 
Small Business Set-Aside
N/A
 
Description
NAICS Code: 541620The US Environmental Protection Agency, Office of Acquisition Management (EPA/OAM) is conducting market research for informational purposes only. The intent is to identify potential small business sources (including 8(a), veteran-owned, service-disabled veteran-owned, HUBZone, disadvantaged, and woman-owned small business concerns) sources with the capacity and technical capability necessary to successfully perform under the requirement described below. The Climate Change Division's requirement is for support to the Climate Economics Branch in the area of economic analyses to estimate the economic and environmental effects of potential domestic climate change mitigation programs and strategies. Areas of work are Legislative Analysis, Economy Wide Modeling, Non-CO2 Mitigation Modeling, Forestry and Agriculture Sector Modeling, and Integrated Planning Modeling. Services are 100% Advisory and Assistance. This requirement builds upon work performed by Dale Jorgenson Associates under contract EP-W-05-035 which expires in April 2010. Analytical services required must be in the form of model outputs from a specialized computable general equilibrium model. The model must be capable of estimating economic impacts of emission mitigation, and be easily adapted to track emissions and mitigation costs for various greenhouse gas and sequestration options. The level of detail required implies that the model must be econometrically estimated from data for the U.S. economy and must be at least as disaggregated as the two-digit NAICS data. Estimated level of effort for this requirement is 2,150 labor hours, including all option years. EPA anticipates the award of one, time and materials IDIQ contract with a one year base period and four, one-year option years. The North American Industry Classification System (NAICS) codes for this procurement is: 541620. The small business size standard for this NAICS category is $7 million in annual receipts (or income) as defined under13 CFR 121.104. The purpose of this sources sought notice is to invite interested small business concerns to submit a brief capability statement that details a business approach to meet the requirements described in the draft Statement of Work (SOW). This notice is not a request for technical or cost proposals and EPA will not issue an award of a contract on the basis of this notice or reimburse the costs incurred by potential offerors who respond to this notice. Capability statements must address technical competencies, and management/personnel experience relative to: (1) the key task areas in the draft SOW; and (2) the overall business demands of the proposed acquisition for the best mix of cost, performance, and schedules. In addition, capability statements should address the concern's capacity to manage the anticipated volume of work under this requirement. Finally, general financial and organizational information should be provided with regard to the following items: (1) average number of employees of the concern; (2) average annual receipts based on the last three fiscal years; (3) a description of other current business commitments (i.e., contracts, etc.); and (4) a description of the concern's accounting system for estimating and accumulating costs under cost-reimbursement contracts-and whether or not such system(s) have been audited and/or approved by any Government agency. Interested parties should provide a concise capability statement not more than 15 single sided standard size pages. Capability statements should respond to all items requested in this notice to allow EPA to conduct an accurate business assessment. Standard brochures and paraphrasing of the SOW will not be considered as a sufficient response to this notice. Feedback and/or evaluation information will not be provided to any firm regarding their individual capability statements. Telephone calls, emails, faxes etc and/or requests for a solicitation will be not be accepted or acknowledged. All responses should be sent via the email link to kline.margaret@epa.gov. The deadline for submitting capability statements is Friday September 18, 2009, 1300 EDT. The email subject line should show the following: Sources Sought for Purchase of Economy-wide Modeling and Policy Analysis Services. DRAFT STATEMENT OF WORK: Economy-Wide Modeling and Policy Analysis Services Purpose: the proposed project involves development and enhancement of economic tools to analyze policy mechanisms to mitigate global emissions of carbon dioxide and other green house gases into the atmosphere. This work builds upon the work performed by Dale Jorgenson Associates under contract EP-W-05-035. Task are as follows: Task One: Greenhouse Gas Mitigation Analysis - model development: The model must develop disaggregated household sector impacts representation and report impacts to households across a number of different variables, including regions, income groups and others. Contractor shall work with the Climate Change Division of EPA to develop appropriate representations of bottom-up technology models for selected sectors. These models will be provided by EPA. Contractor shall ensure that the model can provide easy updates of the baseline emissions forecasts and mitigation options. All of the additional mitigation options introduced, including the technology mitigation, non CO2 mitigation MACs and sequestration MACs are subject to revision. The AEO emissions and GDP forecasts are also updated, as are the non-CO2 forecasts. Model documentation, presentations and peer review: The Contractor shall ensure that its model and any modifications to its model are described in a model documentation available to the public. The Contractor shall give presentations on its model and analyses in an all day EPA workshop. The workshop will allow the Contractor and senior staff, along with EPA to get comments and critiques from various stakeholders and analysts. Contractor shall be available to attend meetings and discuss model findings with EPA staff or with interested stakeholders. Model shall be subject to peer review under the direction of the EPA Contracting Officer's Representative (COTR or COR). Task Two: Quick Turnaround Analysis - Contractor shall provide specialized expertise or perform model runs, on an as needed quick response basis to i) estimate the economy -wide and/or sector specific impacts of changes in energy prices and/or quantities ii) estimate the economy -wide and/or sector specific impacts of emissions mitigation strategies iii) review and comment on reports, data, or analyses provided by the EPA COR; iv) revise existing analyses and reports; and v) prepare presentations and present analyses to EPA staff and stakeholders. The COTR will provide written technical task requirements, schedules and required deliverables. Task three: Model Updating: Contractor's model must be flexible and capable of presenting baseline forecasts using the version of the AEO as specified by the COTR. Latest emissions forecasts of non-CO2 gases as supplied by EPA must be an efficient function of the model. Model Four: Model Development - the Contractor shall ensure that its model's capacity can work with additional data and methods such as: inclusion of new methods of accounting for technological change as the development of economic theory allows or directly incorporating transaction costs into exchanges of Greenhouse Gas allowances. Illustrative deliverables follow and are not all inclusive: provide monthly status reports to the COTR; deliver documentation described in Task One to the COTR in the format suitable for conversion to Section 508 compliance. The COTR shall review and comment on draft documentation. Final documentation shall be delivered four weeks after receipt of comments. Draft version of any presentations must be submitted in advance to the COTR for review and comment three days prior to the date of any presentation. Materials shall be in a format suitable for conversion to Section 508 compliance. Quick turnaround analyses. Contractor shall respond to tasks issued on a quick turnaround schedule as well as ad hoc requests. Deliverables specified in the task order generally will be due within one to two weeks of receipt of the task.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/HQ/RFQ-DC-09-00305/listing.html)
 
Record
SN01941810-W 20090906/090905001026-9ec18023e8aa4e7412bf6027049dd4d2 (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.