Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2002 FBO #0266
SOLICITATION NOTICE

G -- Relocation Assistance Services

Notice Date
8/23/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Defense Logistics Agency, Logistics Operations, DLA-DSS Corporate Contracting Office, 8725 John J. Kingman Road Suite 0119, Fort Belvoir, VA, 22060-6220
 
ZIP Code
22060-6220
 
Solicitation Number
SP4700-02-T-0046
 
Response Due
9/13/2002
 
Archive Date
9/28/2002
 
Point of Contact
Jackie Craft, Contract Specialist, Phone (703)767-1139, Fax (703)767-1183,
 
E-Mail Address
jackie_craft@hq.dla.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation SP4700-02-T-0046 is a Request For Quote (RFQ). The solicitation documented and incorporated provisions are those in effect through FAC 97-24. This solicitation is 100% small business set aside. The NAICS code is 624190 and the size standard is $6,000,000. The contract line items are CLIN 0001 Relocation Assistance Services, twelve (12) months, CLIN 0002 Travel, one lot, CLIN 0003 Training, one lot. The Defense Logistics Agency (DLA) has a requirement for relocation assistance for approximately 3,500 military and DoD civilians located in the Washington D.C. metropolitan area. The relocation specialist will provide services for forty (40) hours a week. The period of performance is twelve (12) months from award effective October 01, 2002. Fiscal Year 03 funds will be applied to his acquisition. Tasks include establishing and maintaining the Relocation Assistance Program in accordance with Army Regulation 608-1 and implemented with DLA. The relocation specialist shall plan, develop, coordinate and provide comprehensive pre-move and post move briefings, orientations, and workshops to provide information and guidance for the relocation process. Skill in using the Standard Installation Topic Exchange (SITES) software programs and proficient in use of computers to include Windows 95, Microsoft Windows 3.1, Microsoft 6.0 and Power Point 4.0 and the internet. The contractor will be required to have the following knowledge and skills, including but not limited to: at least six (6) months of direct satisfactory experience working with relocation assistance, have a master?s degree or equivalent experience in relocation assistance, or education in social work, field of behavioral sciences, with range of counseling, administrative and/or teaching experience, have knowledge of DoD and DLA Relocation Assistance Program, policies and procedures at DLA headquarters programs pertaining to the execution of the Relocation Assistance Program and demonstrate the ability to develop and implement Relocation Assistance Program at the headquarters and field level. Training certificates and resume are required. The provision at 52.212-1, Instructions to Offerors ? Commercial, applies to this acquisition. Provision 52.212-2, Evaluation ? Commerial Items applies to this acquisition. The following evaluation factors are applicable to this acquisition: Factor 1: Knowledge of DoD and DLA policies and procedures pertaining to the execution of the Relocation Assistance Program. Factor 2: Demonstrate ability to develop and implement Relocation Assistance Program at headquarters and field levels. Factor 3: Qualification of Relocation Assistance Manager(s). Has/have master's degree in social work, education, behavior sciences with range of counseling, administrative and or teaching experience and experience in program. Provide training certificates associated with relocation services. Factor 4: Demonstrate ability to analyze data, draw conclusions, make recommendations and manage a wide variety of tasks simultaneously, adjusting to ensure deadlines are met. Factor 5: Demonstrate ability to communicate orally and in writing by providing a briefing or slide sample of an actual presentation. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to the synopsis/solicititation is judged to be most advantageous to the Government, with price and other factors considered. When combined, all evaluation factors other than price are significantly more important than price. The Government will evaluate prices and determine their reasonableness on the basis of technical trade-off. If, after evaluation of management, technical and past performance information, two or more proposals are determined to be relatively equal, price will be the determining factor of award. Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and conditions ? Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders ? Commercial Items, applies to this acquisition. FAR clauses 52.219-8, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-33 and 52.222-41 and 43 apply to this acquisition. Statement of Work (SOW) fully describing the requirement may be requested by email: jackie_craft@hq.dla.mil. No telephone responses will be accepted. AWARD WILL BE MADE TO THE TECHNICALLY ACCEPTABLE OFFEROR WITH THE BEST VALUE TO THE GOVERNMENT. PROPOSALS WILL BE DUE TO JACKIE CRAFT, DSS-OC, 8725 JOHN J. KINGMAN ROAD, MSTOP 6220, FORT BELVOIR , VIRGINIA, 22060-6220 BY CLOSE OF BUSINESS 4:00 PM ON 13 SEPTEMBER 2002.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DLA/J3/DLA-DSS/SP4700-02-T-0046/listing.html)
 
Place of Performance
Address: Defense Logistics Agency 8725 John J. Kingman Road Fort Belvoir VA
Zip Code: 22060
Country: U.S.
 
Record
SN00149397-F 20020825/020823221221 (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 |
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.