Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2025 SAM #8450
SOURCES SOUGHT

D -- Market Survey - Economic Forecasting Services

Notice Date
1/13/2025 4:13:43 PM
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
693KA8 SYSTEM OPERATIONS CONTRACTS WASHINGTON DC 20591 USA
 
ZIP Code
20591
 
Solicitation Number
697DCK-25-EF-RFI
 
Response Due
1/30/2025 11:00:00 AM
 
Archive Date
02/14/2025
 
Point of Contact
Stephen Young, Phone: (404) 305-5712
 
E-Mail Address
stephen.young@faa.gov
(stephen.young@faa.gov)
 
Description
***MARKET SURVEY ANNOUNCEMENT*** 1. Introduction/Purpose The Federal Aviation Administration (FAA) has a requirement for Economic Consulting Services for Regulatory Analysis and Policy Support. The Period of Performance (POP) is for a one-year (12 month) base period and four one-year (12 month) option periods, for five years (60 months). The purpose of this announcement is to identify potential sources that have the established and minimum capabilities to perform the subscription services outlined in the attached Statement of Work. 2. Description of the Required Services: The Federal Aviation Administration�s (FAA) Office of Aviation Policy and Plans require economic data to forecast aviation activity and workload for manpower planning, regulatory analysis, and aviation trust fund analysis. These forecasts use econometric models and forecasts of economic activity in the U.S. including Territories, World, and in U.S. metro areas as key inputs. The Office of Financial Analysis is responsible for evaluating procurements and conferences requiring Chief Financial Officer approval and making a recommendation. This office receives cost estimates for various procurement requests that can cover up to 15 years and contain economic assumptions on labor, material, travel and other direct costs (ODCs). ODCs can include but are not limited to: special tooling, travel expenses, relocation expenses, pre-production and start-up costs, packaging and transportation costs, royalties, spoilage and rework, computer expenses, federal excise taxes, and reproduction costs. Evaluation of these estimates require historical and future escalation information that must include measures at the national, state, and metropolitan statistical area levels respectively. In addition, as a forecasting tool, the FAA will use it to test the reasonableness of procurement planning assumptions and to help develop federal government negotiation positions for multi-year and multiple year contracts. The Contractor must provide economic analyses provided by a subscription service for historical and time-series cost services and labor and material escalation services that can be used by the Office of Financial Analysis in the examination of major acquisition programs, resulting in significant procurement savings and efficient allocation of resources. In addition, the Contractor must provide these services to the Office of Aviation Policy and Plans in meeting requirements for short and long-term forecasts. 3. North American Industry Classification System (NAICS) Code The FAA has tentatively identified North American Industry Classification Systems (NAICS) Code 541611 � Other Management Consulting Services as applicable to this procurement. The size standard for this NAICS code is $24.5M. Respondents may recommend other appropriate NAICS codes for FAA consideration. 4. Nature of Market Survey This survey is being conducted in accordance with FAA Acquisition Management System (AMS) Section 3.2.1.2.1. The nature of the competition has not been determined at this time. The FAA will assess the responses to this market survey and will make acquisition decisions based on those responses. The FAA may decide to conduct a full and open competition, set aside all or part of the procurement for small businesses, socially and economically disadvantaged small businesses (8a), service-disabled veteran-owned small businesses (SDVOSBs), women owned small business (WOSBs), economically disadvantaged woman owned small businesses (EDWOSBs) or HUBZone small businesses that are certified by the SBA, conduct a direct award as allowed under the FAA Acquisition Management System unless maximum dollar amounts preclude any such possibility, or not conduct any competition. 5. General The responses to this Market Survey will be used for informational and planning purposes only and will not be released. This is a Market Survey. This is not a Screening Information Request (SIR) or Request for Proposals (RFP) of any kind; The FAA is not seeking or accepting unsolicited proposals; All vendors responding to this announcement are responsible for ensuring that documents submitted contain the appropriate proprietary marking; The FAA has the option of conducting one-on-one communications as deemed appropriate without the obligation to hold communications with all respondents; Providing a response to this Market Survey neither qualifies respondents for, nor excludes respondents from, responding to the resulting SIR, if any; Respondent participation in any informational session is not a promise of future business with the FAA; The FAA will not pay for any information received or costs incurred in preparing the response to the market survey; and Any costs associated with the market survey submittal is solely at the interested vendor�s expense. 6. Submittal Requirements for Market Survey Interested businesses must provide the following: A.) Capability Statement as defined below (not to exceed 5 pages): The Vendor must provide a capability statement which demonstrates that they have ten (10) years of experience of meeting the tasks outlined in the draft Statement of Work (SOW). This must include providing experience for each of the 3 Task areas within the SOW (Note: The attached SOW is a draft and is subject to change by the time of any solicitation.) Include a brief description of the work performed, dollar value, period of performance, agency/organization supported, and individual points of contact (contracting officers or program managers). B.) Name and Address of Company, Point of Contact (name, title, telephone number, and email address); large or small business designation and any 8(a), Service-Disabled Veteran-Owned Small Business (SDVOSB), Woman Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), or HUBZone status. As applicable, vendors should submit a copy of their Certification Letter identifying a preferred socio-economic status (such as SBA 8(a), Small Business, SDVOSB, VSB, etc.); and C.) Unique Entity Identifier (UEI) number. The Vendor must provide their registration number (UEI) for the Federal Government System for Award Management (SAM). Current and potential Government vendors are required to be registered and Active in SAM in order to be awarded contracts by the Government. The website for SAM is www.sam.gov. 7. Delivery of Submittals All responses to this market survey must be submitted by 2:00pm (Eastern Time) on January 30, 2025. Submissions received after this time and date will be considered late and may not be reviewed. All submittals, including attachments, should be submitted in electronic format (email) to: Stephen.Young@faa.gov. Please include the Market Survey title in the e-mail submission. All questions or inquiries must be submitted on or before January 20, 2025. 8. Government Use of RFI Responses The FAA may or may not provide feedback on any of the submitted materials. The Government does not intend to release or distribute any of the information contained in the Market Survey responses. Responses to this Market Survey will not be viewed by the FAA as a commitment by the respondents to submit a proposal for any competitive solicitations initiated by the FAA in relation to the services described in this Market Survey. 9. Attachment Draft Statement of Work/Specification.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46c4659369ae4f0385f0ce802000cd46/view)
 
Place of Performance
Address: DC 20591, USA
Zip Code: 20591
Country: USA
 
Record
SN07311370-F 20250115/250113230101 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.