SOLICITATION NOTICE
C -- Business Case Analysis IDIQ AE Services
- Notice Date
- 10/29/2009
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division-KC, 601 East 12th Street, Room 1756, Kansas City, Missouri, 64106, United States
- ZIP Code
- 64106
- Solicitation Number
- NAAJA000-10-02056
- Archive Date
- 12/15/2009
- Point of Contact
- Jane D. Cerda, Phone: 816-426-7426, Jackie S Smith, Phone: 816-426-2068
- E-Mail Address
-
jane.d.cerda@noaa.gov, jacqueline.s.smith@noaa.gov
(jane.d.cerda@noaa.gov, jacqueline.s.smith@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- CONTRACT REQUIREMENT: This requirement is set aside 100% for small businesses. These services will be acquired in accordance with the Brooks Architect-Engineer (AE) Act as implemented by Federal Acquisition Regulation (FAR) Subpart 36.6. AE services are required under an indefinite delivery, indefinite quantity (IDIQ) contract for performance of business case analysis (BCA) support services for the Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Office of the Chief Administrative Officer (OCAO), Silver Spring, MD. The purpose of the BCA is to identify, analyze, and recommend the most cost-effective choices among capital investment alternatives as the basis for NOAA proposed real property capital investment projects. The best qualified firm will be selected to provide BCA support services such as, but not limited to, preparing detailed analysis of potential investment alternatives that reasonably can be expected to be developed and implemented. The BCA documentation must meet the requirements of the most recent Office of Management and Budget (OMB) Circular No. A-11, Part 7, Section 300, Planning, Budgeting, Acquisition, and Management of Capital Assets. Additionally, given the nature of the BCA, it is essential to ensure an objective and unbiased analysis of alternatives to support sound investment decision-making, including avoiding any perception that the analysis could be affected by the contractor's ability to compete for any subsequent design, architecture or engineering work. In order to prevent perceptions of such conflicts of interest, or actual conflict as stated in FAR Part 9, Section 9.505, the selected contractor and all associated partners, team members, and subcontractors involved in the work under this requirement shall not be eligible to compete for any subsequent design and construction projects related to the investment project that is the subject of a specific BCA conducted by the contractor. This limitation is to ensure that the evaluation and recommendations made as a part of the BCA are not influenced in any way, either real or perceived, by opportunities for future design or construction contracts. The successful firm must be able to perform work anywhere within the United States, including Alaska, Hawaii, and the Caribbean and Pacific Island territories. The initial list of potential BCA projects includes the following: • Milford Biological Laboratory (MBL), Milford, CT. • Northeast Fisheries Science Center (NEFSC), Woods Hole, MA. • Wallops Command and Data Acquisition Stations (WCDAS), Wallops Island, VA. • Southeast Fisheries Science Center (SEFSC), Miami, FL. • Northwest Fisheries Science Center (NWFSC), Montlake, WA. The base contract shall have a single five-year performance period. The performance period and completion requirements for the individual tasks shall be separately specified and negotiated for each individual task order. The anticipated capacity that will be required to address the business case analysis needs of the OCAO is approximately $1,000,000.00 per year during each of the next five years for a total of $5 million over the projected contract life. The minimum guarantee under the contract shall be $100,000.00. The minimum ordering limitation for this contract shall be $10,000.00. The maximum ordering limitation shall be $1,000,000.00 for any single task order in a given calendar year. The anticipated date for this award is April 2010. PROJECT INFORMATION: The primary focuses for the required BCA support services are these: A. Programming Analysis The programming analysis, research, and decision-making processes will become the framework that identifies space requirements and future planning needs. It must document the existing space allocation and use, define the requirements of the occupants-including identifying problems and needs, and then propose space allowance and types of spaces. The principle reason for documenting the existing space square footage is to provide a reference point for future discussion on facility occupant allocations, allowances, and requirements. B. Facility Condition Assessment The Facility Condition Assessment includes general architectural, engineering, environmental, and life safety evaluations to collect information associated with the existing physical aspects of the buildings, structures, infrastructure, and site. C. Alternative Identification, Analysis, and Recommendations Alternative Identification may include a feasibility study (site and/or building layout) as proof of the alternative concept. The analysis must be prepared in accordance with the most recent OMB Circulars No. A-94, Guidelines and Discount Rates for Benefit-Cost Analysis of Federal Programs, and A-11, Part 7, Section 300. D. Short-Range and Long-Range Prioritization Project List Based on Programming, Facility Condition Assessment, and the Alternatives Analysis, the contractor must outline an implementation strategy, based upon the existing facility use and condition, and develop a priority list of facility projects with associated estimated costs for the next 1-to-5 years (short-term) and 6-to-10 years (long-term). E. Business Case Documentation The final product shall be a detailed analysis of potential investment alternatives that reasonably can be expected to be developed and implemented. SELECTION CRITERIA: The selection criteria for this action are listed below in descending order of importance. A. Demonstrated knowledge and relevant experience in business case analysis, including examples of specialized experience in capital investment analysis, in support of major Federal government real property projects similar to the Scope of Work including, but not limited to, the following: programming, site and facility investigations and surveys, comparative analysis of alternative courses of action, feasibility studies of architectural conceptual alternatives, financial analysis of alternative courses of action, discussion and resolution of primary impacts, and identification of short and long term impacts. B. Method and technical approach to Business Case Analysis. C. Capacity of the firm to accomplish the work within a timely manner. D. Professional qualifications of the staff to be assigned to the project, with emphasis on key personnel, including consultants and subcontractor personnel. E. Recent past performance on previous Federal government projects, similar to that described in the Scope of Work, in terms of cost control and quality control measures. SUBMISSION REQUIREMENTS: Interested parties having the capabilities to perform this work shall submit three (3) copies of fully completed Parts I and II of the Standard Form (SF) 330. In block 5 of the SF 330, Part I, include the Dun and Bradstreet Data Universal Numbering System (DUNS) identifier for the principal firm making the submission. A DUNS identifier can be obtained by contacting Dun and Bradstreet at 1-866-705-5711. On the SF 330, Part I, Section F, include the title and contract award date for each project listed in that section. Submit responses to the following: DOC, NOAA, Eastern Acquisition Division ATTN: Ms. Jane Cerda 601 East 12th Street, Room 1756 Kansas City, MO 64106 Submissions shall be received at the above address no later than 12:00 p.m. (noon) Central Standard Time (CST), Monday, November 30, 2009. Each copy of the completed SF 330 shall not exceed fifty (50) pages. A page is considered to be one side of an 8 ½-inch by 11-inch sheet of paper. Font size shall be no less than 11 point in a readily legible style. Margins shall be no less than one inch on all sides. This is not a request for proposals. No solicitation package is available for this action.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/CASC/NAAJA000-10-02056/listing.html)
- Record
- SN01994587-W 20091031/091029235259-02f2fdc5de5b862f495fcf325ea4f639 (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 |