Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2003 FBO #0654
SOLICITATION NOTICE

G -- RELOCATION ASSISTANCE SPECIALIST

Notice Date
9/10/2003
 
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
SP4700-03-T-1000
 
Response Due
9/22/2003
 
Archive Date
10/7/2003
 
Point of Contact
Jackie Craft, Contract Specialist, Phone (703)767-1139, Fax (703)767-1183,
 
E-Mail Address
jackie.craft@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 SP4700-03-T-1000 is a Request For Quote (RFQ). The solicitation documented and incorporated provisions are those in effect through FAC 15. This solicitation is 100% small business set aside. The NAICS code is 624190 and the size standard is $6,000,000. The Defense Logistics Agency (DLA) has a requirement for a Relocation Assistance Specialist to implement the Relocation Assistance Program. The contract line items are CLIN 0001 Relocation Assistance Specialist, base period twelve (12) months; CLIN 0002, CLIN 0003, CLIN 0004, CLIN 0005. CLINs 0002 through 0005 Relocation Assistance Specialist are to be priced out for an additional 4 option years. The requirement is for relocation assistance for approximately 3,500 military and DoD civilians located in the Washington D.C. metropolitan area. In addition contractor would provide support for the DLA recruiting team which will require travel. The relocation specialist will provide services for thirty-five (35) hours a week. The period of performance is a base period from award through 30 September 2004 and 4 option years through 30 September 2008. Tasks include establishing and maintaining the Relocation Assistance Program in accordance with Army Regulation 608-1, DLA One Book process, DLAD 1300.8 and DLAD 1342.22 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) programs and proficient in use of computers to include Windows, Microsoft Windows, Microsoft and Power Point and the internet. Knowledge of the Joint Travel Regulation and Joint Federal Travel Regulation. The contractor will be required to have the following knowledge and skills, including but not limited to: at least twelve (12) 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 ? Commercial Items applies to this acquisition. The following evaluation factors are applicable to this acquisition: Factor 1: Demonstrate 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: Demonstrate ability to analyze data, draw conclusions, make recommendations and manage a wide variety of tasks simultaneously, adjusting to ensure deadlines are met. Factor 4: Provide applicable certificates associated with relocation assistance services. Factor 5: Demonstrate ability to communicate orally and in writing. Factor 6: Past performance. Offerors must provide a resume of experience with the technical and business proposal. Factor 7: Cost The Government will award a contract resulting from this combined synopsis/solicitation to the responsible Offeror whose offer conforming to the synopsis/solicitation is judged to be most advantageous to the Government, with price and other factors considered. Factors 1 through 4 are more important that Factor 5. 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 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. The clause at 52.217-8 Option to Extend Services, applies to this acquisition. The clause at 52.217-9, Option to Extend the Term of the Contract, (fill-ins 60 days notice to exercise option, 5 year total) applies to this acquisition. Statement of Work (SOW) fully describing the requirement may be requested by email: jackie.craft@dla.mil. No telephone responses will be accepted. AWARD WILL BE MADE TO THE OFFEROR WITH THE BEST VALUE TO THE GOVERNMENT. ELECTRONIC PROPOSALS WILL BE DUE TO JACKIE CRAFT AT EMAIL ADDRESS ABOVE BY CLOSE OF BUSINESS SEPTEMBER 22, 2003, 2:00P.M. EASTERN DAYLIGHT TIME.
 
Place of Performance
Address: FORT BELVOIR VA
Zip Code: 22060
Country: U.S.
 
Record
SN00430651-W 20030912/030910213032 (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.