Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 24,1997 PSA#1999

HQ Military Traffic Management Command, Attn: MTAQ-AP Rm 308, 5611 Columbia Pike, Falls Church VA 22041-5050

B -- BILLING AND CUSTOMER/CONTRACT AUDITOR (BCCA) FOR TRANSPORTATION INVOICES AND CUSTOMER SATISFACTION SOL DAMT01-98-R-3001 DUE 010898 POC David A. Green, Contract Specialist, (703)681-8572, Gloria L. Morales, Contracting Officer (703)681-8572 WEB: click here, http://www.mtmc.army.mil. E-MAIL: Click here to contact the contract specialist., greend@baileys-emh5.army.mil. Military Traffic Management Command (MTMC) is issuing the combined synopsis/solicitation, prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice, for a contract to conduct investigative pre-payment audits of personal property transportation invoices, perform customer satisfaction surveys, compile performance data, and provide performance data and audit reports for all Department of Defense (DoD) and U.S. Coast Guard sponsored shipments moving under contracts resulting from Solicitation Number DAMT01-97-R-3001.Potential sources can review the Personal Property Pilot Test Program solicitation (DAMT01-97-R-3001), for informational purposes, on the MTMC Website -- http://www.mtmc.army.mil. At the Website screen, click on Personal Property, at the next screen click on Final Solicitation, and at the resulting screen, scroll down to the Attention Box which lists the Final Solicitation and Eight Amendments, click on amendments 7 and 8 to get the latest revision of the solicitation. This announcement constitutes the only solicitation and a written solicitation will not be issued. The requester shall receive all exhibits cited below via facsimile or express mail. Requests can be made via Fax at (703)681-9036. Only written requests will be accepted. The Request For Proposal (RFP), and incorporated provisions and clauses, are those in effect through FAC 97-02, dated 30 Sep 97. This is a 100% small business set-aside, SIC Code 8742. DAMT01-98-R-3001 will result in a Firm Fixed Price requirements type contract with a base period from the anticipated date of award thru 31 Mar 1999, with three (3) one-year option periods, as indicated in Exhibit E1. The FAR provisions at 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2, Evaluations-Commercial Items, FAR 52.212-4, Contract Terms and Conditions-Commercial Items, and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items apply to this RFP. The Government will award a contract resulting from this RFP to the responsible offeror whose offer conforming to the RFP will be the most advantageous to the Government, price and other factors considered. The following factors are included in FAR 52.212-2(a) and shall be used to evaluate offers: (1) Past Performance and/or Prior Experience -- The Government will conduct a performance risk assessment (from data provided by potential offerors or other sources) as it relates to the potential successful accomplishment of the work required; (2) Price-The Government will evaluate price for reasonableness. Past Performance and/or Prior Experience is significantly more important than price. The Past Performance and/or Prior Experience information is limited to a maximum of ten (10) pages. The offeror agrees to hold it's offer firm for 90 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the RFP. Proposal due date is Jan 8, 1998, 4:00 PM EST. The proposals shall be signed by an official authorized to bind the offeror. Offerors shall submit five (5) copies of the proposal with price in Volume I and past performance and/or prior experience in Volume II to: Contracting Officer, HQ MTMC, ATTN: Gloria L. Morales, MTAQ-AP, Room 308, 5611 Columbia Pike, Falls Church, VA 22041-5050. Offers may be submitted on letterhead and at a minimum shall show: (Volume I, 1-8), (1) RFP number; (2) The time specified in the RFP for the receipt of offers; (3) name, address and phone no. of the offeror; (4) price and discount terms; (5) "Remit To Address," if different from the mailing address; (6) a completed copy of the Representations and Certifications at FAR 52.212-3; (7) acknowledgment of all RFP amendments, if any; and (8) if the offer is not submitted on SF1449, include a statement specifying the extent of agreement with all terms, conditions and provisions included in the RFP. Offers that fail to furnish required representations or information, or reject the terms and conditions of the RFP may be excluded from consideration. Award may be made without discussions. (Volume II, 9-10), (9) Past Performance and/or Prior Experience information which demonstrates how the contractor has: (a) conducted investigative pre-payment audits of personal property invoices, to include rate of recovery, audit processes and procedures and applying terms and conditions of Professional Movers Nationwide Household Goods Commercial Relocation Tariff; (b) performed customer satisfaction surveys, to include survey processes and evaluation of survey results; and (c) ability to conduct electronic commerce and provide data electronically, including capturing and manipulating data and providing management reports, and (10) provide recent and relevant contracts for the same or similar services and other references, not to exceed a total of four contracts/references. DESCRIPTION OF REQUIREMENTS. The overall scope of this contract involves two (2) phases as identified in the PWS ExhibitE3 of the RFP. The PWS outlines Phase I and Phase II requirements. Phase II will be implemented upon successful completion of Phase I requirements, to include Government approval and acceptance of Management Plans from Phase I and the Government's decision to proceed with Phase II. A Task Order will be issued for Phase I and Phase II separately. Within Phase I, the contractor shall develop and test file format requirements for automation interface and electronic data transmission and conduct technical and functional activities for program management of the requirements defined in the PWS. The contractor shall prepare a Phase I and Phase II management plan. . The Phase I management plan shall describe personnel to include their experience; organizational chart and primary point of contact; organizational resources; management and internal controls for accountability and audit processes, security of information, and quality assurance; technical approach regarding automation and use of the commercial tariff; diagram identifying work flow and interface process, prompt payment plan, and timelines to be employed throughout execution of Phase I. The Phase II management plan shall include a training and implementation plan which identify standard operating procedures and requirements for successful transition from Phase I through execution and completion of Phase II and identify its application throughout option years of the contract, should the Government choose to exercise the options periods. Phase II requires the contractor to perform an administrative review and conduct an investigative pre-payment audit of all transportation invoices submitted for personal property pilot shipments awarded under contracts resulting from solicitation Number DAMT01-97-R-3001. Estimated quantities for the base year and each option year period are reflected in Exhibit E1. Pricing and periods of performance will be IAW Exhibit E1 of the RFP. DOD will require the electronic transmission of pre-payment audit invoice data to the designatedpayment office. The solicitation also requires electronic transmission of monthly audit activity detail and summary reports. The contractor shall develop a method to capture, record, and verify individual survey data and contract violations. The contractor shall perform a customer survey for all completed moves, as specified in the PWS, to determine quality of service, verify data, and assess the Pilot Program's transportation contractor's performance. The customer survey shall encompass all phases of the move and shall include, as a minimum, specific questions identified by the Government. The contractor shall conduct quarterly performance reviews based on results of the customer surveys and claims reports submitted by transportation contractors participating in the pilot program, determine the degree of deviation for specific performance standards and provide quarterly customer survey performance data electronically to the Government. A quality control plan must be in place to assure contract requirements are met with a methodology for identifying and correcting deficiencies. Contract Line Item Numbers (CLINs) for base year Phase 1 are: CLIN 0001 Develop and Test, Phase 2, CLIN 0002 BCCA Services for Personal Property Shipments. CLIN 0002 will remain consistent throughout the option years, CLIN 0001 will only appear in the base year. Option Year 1 CLIN structure will be 1002, Option Year 2 CLIN structure will be 2002, Option Year 3 CLIN structure will be 3002. CLIN 0003 is for data requirements specified on DD Form 1423-1, not separately priced. CLIN 0004 will be for Contractor travel costs. NOTE: The offerors shall prepare their pricing schedule in accordance with the CLIN structure in Exhibit E1. See Numbered Note 1.***** (0356)

Loren Data Corp. http://www.ld.com (SYN# 0012 19971224\B-0004.SOL)


B - Special Studies and Analyses - Not R&D Index Page