SOURCES SOUGHT
R -- CONUS COLA PROGRAM
- Notice Date
- 6/30/2004
- Notice Type
- Sources Sought
- NAICS
- 561499
— All Other Business Support Services
- Contracting Office
- Defense Contracting Command-Washington(DCC-W), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W74V8H-04-R-0053
- Response Due
- 7/30/2004
- Archive Date
- 9/28/2004
- Point of Contact
- Kenneth Kitahara, (703) 695-2563
- E-Mail Address
-
Email your questions to Defense Contracting Command-Washington(DCC-W)
(kenneth.kitahara@hqda.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT-- This is not a request for proposals. Defense Contracting Command Washington on behalf of the Office of the Secretary of Defense, Per Diem, Travel, Transportation and Allowance Committee, is conducting a market survey in accordance wi th the Feder al Acquisition Regulation (FAR) Part 10.001 to determine the extent of Small Business participation and capability to perform a requirement to provide cost of living price data services in accordance with Federal law and Army regulations and p olicies. The NAICS code is 561499; size standard is $6M. The CONUS COLA Program focuses on non-housing cost-of-living data. For the contract, the company should have long-term in-depth expertise in providing data related to non-housing cost-of-living, especially in generating median city indexes and aggregations. An expected turn around time is normally 30 days to collect and provide requested data for up to 500 locations simultaneously. The company should already be providing this in-depth capabilit y to its other customers. The contract shall provide current off-the-shelf non-housing cost-of-living data to a wide and sophisticated customer base. The law governing this program requires an index developed in the private sector, i.e., civilian, rather than military. Therefore, a firm is being sought that is able to develop data in-house with customers with similar requirements to the US Government (USG). USG generated data (for example, Bureau of Labor Statistics) will be rejected. The project is identified as follows: Section 403B to Title 37, U.S. Code allows the Secretary of Defense to pay a cost-of-living allowance to Service members in high cost areas in the continental United States. Contractor support is required to obtain detailed local market cost data for numerous locations in the United States to support this allowance. The contractor is to provide an annual update of the cost of living data. The program office could request data for up to 500 locations for delivery within 30 days. The data will be for specified locations, family size, income size, housing status and time frame. Major cost categories to be provided will be taxation (federal, FICA, state, local and sales), transportation (public commutation and operation and maintena nce costs of automobiles), goods and services, housing and miscellaneous expenses. Within the goods and services category, indexes will be provided for components: food at home, food away from home, tobacco, alcohol, furnishings and household operations, domestic service, clothing, personal care, medical care, and recreation. Collection and analysis of living cost data must be in accordance with industry standards. The living cost data requested per location will be either standard/off-the-shelf cost da ta, special/unique benchmark pricing data, special/unique full pricing cost data, or specially requested pricing. Standard statistical/economic methodology will be used to adjust collected data to that time frame for the base year of the contract. The co ntractor must be able to provide required data for any U.S. location ?????? not just large cities. The contractor will produce cost data for each location for the specified family size, income levels, housing status, number of automobiles and time frame t o be used in comparison of costs and/or indexes in each cost category relative to costs in the Standard City location. Annually, the contractor will ensure that the appropriate locations are purchased and that provided cost data can be interpreted correct ly. The intent is to issue one (1) solicitation with resulting award to one contractor for the aforementioned services. The requirement is for five (5) years: one (1) year base with four (4) one-year options. Capability statements should include a brief description of your organization??????s experience and that of your potential subcontractors (if available) as related to this type of work and your capability to provide the necessary services. The planned Request for Proposal (RFP) is scheduled for release o/a 25 June 2004. Please identify your organization as either small business, 8(a), HUB Zone, etc. Capability packages are to be submitted by 12 Noon, EST, 24 June 2004, via email. DCC-W point of contact is Mr. Ken Kitahara, (703) 605-2563, email: kenneth.kitahara@hqda.army.mil. No extensions will be granted.
- Place of Performance
- Address: Defense Contracting Command-Washington(DCC-W) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
- Zip Code: 20310-5200
- Country: US
- Zip Code: 20310-5200
- Record
- SN00612975-W 20040702/040630212155 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |