Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2003 FBO #0481
SOLICITATION NOTICE

D -- FULLY AUTOMATED BASIC ALLOWANCE FOR HOUSING (BAH) PAYMENT MANAGEMENT SERVICES

Notice Date
3/24/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Corps of Engineers, Baltimore - Military, 10 South Howard Street, Baltimore, MD 21203
 
ZIP Code
21203
 
Solicitation Number
DACA3103R0020
 
Response Due
5/6/2003
 
Archive Date
7/5/2003
 
Point of Contact
Cathey Robertson, 410-962-3788
 
E-Mail Address
Email your questions to US Army Corps of Engineers, Baltimore - Military
(cathey.robertson@nab02.usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This proposed procurement is unrestricted. The NAICS code is 541511, Custom Computer Programming Service and SIC code 7379 with a size standard of $21,000,000. The mission of the Army's Residential Communities Initiative (RCI) program is to enhance the qua lity of Army Family Housing, to revitalize Army Housing Communities (facilities and neighborhoods) and to provide Army families with new housing to meet rising quality of life demands. The Army intends to award a contract to a commercial source for a fully automated financial Basic Allowance for Housing (BAH) payment system to interface with the Defense Finance and Accounting Service (DFAS). This system will facilitate starting, managing, tracking, updating, and stopping military payroll allotments to pay t he collected rents to the developer partner in support of the RCI privatized housing program. The Army requires financial administrative support to facilitate movement of funds from military member's individual payroll accounts to the selected developer pa rtner at various installations. The contractor may need to modify or develop computer software to make it compatible with automated Government created payroll and other data files. Costs to develop and test the rent payment system will be recovered by paym ent of a one-time fee. Implementation of the BAH rent payment system will be recovered by the third party contractor via a monthly transaction fee. Potential installations considered for this acquisition are Army installations in Hawaii (and may also inclu de the Coast Guard), Ft. Leonard Wood, MO, Ft. Sam Houston, TX, Ft. Bliss, TX, Ft. Drum, NY, Carlisle Barracks, PA, Ft, Monmouth, NJ, Ft. Benning, GA, Ft. Rucker, AL, Ft. Gordon, GA, Redstone Arsenal, AL, Ft. Knox, KS, Ft. Leavenworth, KS, West Point Milit ary Academy, NY, Aberdeen Proving Ground, MD, Ft. Jackson, SC, Ft Riley, KS, and Selfridge National Guard Installation, MI. Other DOD sites may be added to this contract as they are approved in the FY03 through FY06 Military Family Housing Privatization I nitiative. Competitive proposals will be evaluated based on the evaluation criteria set forth in the solicitation package. Basic evaluation factors will include (1) Technical - accomplishment of task and techniques for preparation of electronic data files , (2) Relevant Experience - work of similar scope, magnitude, complexity, and customer service policies, (3) Organization - company history and key personnel who will impact the work flow process for this contract, (4) Past Performance - documentation of l ikelihood of success to fulfill requirements, (5) Subcontracting - submission of subcontracting plan if firm is a classified as a large business, and (6) Cost/Price. Selection will be based on the Best Value offered to the Federal Government. The Governmen t intends to award without discussions. An AWARD TERM TYPE CONTRACT is contemplated for this acquisition. All responsible sources may submit a proposal, which shall be considered by the agency. Large businesses are required to submit a Subcontracting Plan. The subcontracting goals are 45% for small business, 20% for small disadvantaged business, 8% women owned business, 3% for Hub-Zone small business, 3% for Veteran owned small business, and 3% for Small Disadvantaged Veteran owned business. In order to com ply with the Debt Collection Improvement Act of 1996, all Federal agencies must have the Taxpayer Identification Number (TIN) for every contractor in order to pay every contractor through electronic funds transfer. Further, the Central Contractor Registrat ion (CCR) was also created to be the single source of contractor data for the entire DoD. In order to be considered for award of a Federal contract, contractors must be registered in the CCR. For information regarding registration (1) see CCR web site at http://www.ccr.gov/index.cfm, (2) call the CCR Assistance Center at 1-888- 227-2423, or (3) a paper form may be utilized to register by contacting the DoD Elect ronic Commerce Information Center at 1-800-334-3414. It is imperative that all small disadvantaged businesses contact the cognizant Small Business Administration (SBA) office to obtain small disadvantaged business certification. The solicitation will be p rovided in an electronic format via a website for download. Contractors may view or download the solicitation information from the Internet at http://ebs.nab.usace.army.mil. This solicitation will not be issued in hard copy (paper) format. AN ISSUE DATE HA S NOT BEEN ESTABLISHED FOR THIS PROCUREMENT; however, it is anticipated the solicitation will be issued by early April. CONTINUE TO MONITOR THE WEBSITE AND THE FEDBIZOPS FOR ADDITIONAL INFORMATION. Questions concerning this project may be emailed to cathey .robertson@nab02.usace.army.mil or faxed to 410-962-0933.
 
Place of Performance
Address: US Army Corps of Engineers, Baltimore - Military 10 South Howard Street, Baltimore MD
Zip Code: 21203
Country: US
 
Record
SN00286365-W 20030326/030324213632 (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  © 1994-2020, Loren Data Corp.