Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2010 FBO #3201
SOURCES SOUGHT

99 -- Wage and Hour Division Regulations Reform Support

Notice Date
8/28/2010
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
66-109E-2067
 
Archive Date
9/18/2010
 
Point of Contact
Myla Gale, Phone: 2026934570
 
E-Mail Address
gale.myla@dol.gov
(gale.myla@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
***THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. PLEASE READ ALL THE INFORMATION PROVIDED BELOW. THIS RFI IS BEING ISSUED UNDER RFI NUMBER 66-109E-2067 The United States Department of Labor (DOL) is conducting market research for an upcoming procurement requirement entitled "Wage and Hour Division Regulations Reform Support." This potential procurement will require the contractor to provide economic analyses required for the promulgation of regulations, technical writing support, and have the capacity to review, categorize and summarize public comments submitted on WHD regulatory actions. The contractor must have specialized expertise in conducting economic analyses in accordance with Executive Order 12866 (Regulatory Planning and Review), OMB Circular A-4 (Guidelines for the Conduct of Regulatory Analysis), and the Regulatory Flexibility Act. In addition to preparing economic analyses, the contractor may be required to provide technical writing support and to have the capacity to review, categorize and summarize thousands of public comments on WHD regulatory actions. Pursuant to this, the contractor must have WHD program expertise, particularly expertise with the Fair Labor Standards Act. Additionally, the contractor must have the ability to analyze and evaluate economic analyses received as public comment on WHD rules and prepare appropriate written responses to the analyses. The contractor must also have the capacity to simultaneously conduct economic analyses and comment analysis, categorization and response on multiple regulatory projects and do so within required timeframes. All reports or documents shall at a minimum describe the procedures used to arrive at analyses and recommendations; list sources for assumptions and data relied upon; provide all data produced in the performance of the analysis; and detail the basis, methods, assumptions and considerations upon which the analyses are based. Accordingly, a qualified third party reading an analysis performed by the contractor should be able to determine how the contractor arrived at all estimates and conclusions. The following activities may also be required: •· The contractor may be required to design and conduct statistical surveys. •· The contractor may be required to conduct evaluations of programs and regulations. •· The contractor may be required to assist in the development of materials that help employers comply in the most cost-effective manner with existing and new WHD regulations. •· The contractor may be required to assist developing materials to train WHD staff on new WHD regulations. Interested contractors should describe their qualifications and experiences as they relate to the requirements listed above. Responses should be limited to 12 pages (2 pages per question), not including cover page. Additionally, interested contractors should respond to the following. 1. Provide a detailed summary of previous experience with laws and regulations enforced by the WHD and/or DOL. 2. Provide a detailed explanation of experience conducting economic analyses in accordance with Executive Order 12866 (Regulatory Planning and Review), OMB Circular A-4 (Guidelines for the Conduct of Regulatory Analysis), and the Regulatory Flexibility Act. 3. Discuss the contractor's experience with describing and/or monetizing benefits for which little or no data exist, such as benefits resulting from greater transparency or violation deterrence. 4. Discuss the contractor's experience with managing multiple projects for a single client within short timeframes. If possible, include examples of how the contractor coordinated inter-related aspects of the several projects to ensure efficiency and effectiveness. 5. Provide a list of key personnel that would be assigned to this contract, the roles they will play, and their curriculum vitae. 6. Discuss the contractor's experience organizing, categorizing, and tracking comments submitted in response to proposed regulations, including the type of software used. All interested parties who believe they meet the above mentioned criteria are invited to respond to this RFI, with an indication if their ability to fulfill the above requirements. It is anticipated that, if one is released, the solicitation will be issued under NAICS code 541990 with a size standard of $7M. A Statement of Qualifications/Capabilities Statement package must be transmitted under a cover letter. The cover letter must cite the following information at a minimum: 1. Response to RFI Number 66-109E-2067; 2. Vendor's Company Name, Address, Contact Person Information; 3. Vendor's DUNS Number; 4. Business Size and Size Standard / Classification (Large Business (LB); Small Business (SB); Services Disabled Veteran Owned Small Business (SDVOSB); 8(a); HubZone Small Business, etc.) The closing date for the receipt of responses is 12:00 PM, Eastern Time, September 3, 2010. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses must be submitted electronically via email gale.myla@dol.gov. Questions regarding this RFI may be submitted via email to Ms. Myla Gale at gale.myla@dol.gov no later than August 31, 2010, 12:00 PM EST. Telephone calls regarding this RFI will not be accepted. The government reserves the right to award using a HUB-Zone certified small business set-aside, an 8(a) certified small business set-aside, a small business set-aside or under full and open procedures. If at least two responsible HUB-Zone certified small business concerns are determined by the Government to be capable of performing this requirement, the requirement will be solicited as a 100% set-aside for HUB Zone certified small business concerns. If two or more HUB Zone certified small businesses are not found capable, but two or more 8(a) certified small business concerns are, this requirement will be solicited as a 100% (8)a certified set-aside for small business concerns. If two or more 8(a) certified small business concerns are not found capable, but two or more other small business concerns are, this requirement will be solicited as a 100% small business set-aside. If capability packages are not received from at least two responsible small business concerns by the response date of September 3, 2010, or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. This RFI is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. No solicitation document exists at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/66-109E-2067/listing.html)
 
Place of Performance
Address: 200 Constitution Ave. NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02259406-W 20100830/100828233426-9f91ac1413ae8eaefc5ace1bbfc16c54 (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.