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