Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 18, 2003 FBO #0596
SOLICITATION NOTICE

R -- R - Comprehensive Review Svcs for Injury Compensation Center (ICC)

Notice Date
7/16/2003
 
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-0025
 
Response Due
8/5/2003
 
Archive Date
8/20/2003
 
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-0025 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. NAICS code is 561110. The contract line items are CLIN 0001 Base Period, 6 months: Comprehensive Review Services, to encompass 448 hours. Also required are an additional four (4) option years. The Defense Logistics Agency (DLA) has a requirement for The Defense Logistics Agency, (DLA), Office of Human Resources has centralized its Workers Compensation Function and established an Injury Compensation Center, (ICC), located at the Headquarters Complex at Fort Belvoir, Virginia. The ICC is responsible for managing all DLA?s Injury Claims. Since the establishment of the ICC, the primary focus has been on reducing the agency?s costs through aggressive case management of long term compensation cases with emphasis on the management of new claims. Tasks include, but are not limited to: * Confirmation of proper payment of Continuation of Pay (COP) * Examination of medical documentation and determination made as to case relevancy, sufficiency, and adequacy. Determination as to whether medical supports that claimant can work * Identification of current case file information and determination and follow-through of appropriate course of action to take *Identification of death claims and confirmation that survivor and dependants payments are appropriate and that file contains current CA-12 *Identification of cases where there maybe a financially responsible third party *Review and investigation as to the validity of questionable claims referred by injury compensation administrators on the most complex cases *Performs extensive fact-finding, research, and analysis of information to determine applicability of pertinent regulations, policies and ECAB (Employee Compensation Appeals Board) rulings. *Provides guidance and assistance to the specialists in preparing professional-caliber controversions on these types of cases. *Develops strategies in implementing national injury compensation policies, procedures and programs; analyzes existing and new program guidance/policy areas to determine whether guidelines are lacking or insufficient in addition to assessing their impact on current operations. *Serves as a consultant to the Center Director on all aspects of injury compensation to include training approaches, cost containment; extremely sensitive cases; privacy and disclosure regulations, statutes. *Identification and coordination with DCIA on those cases of potential fraud *Determination as to whether case has potential cost savings, avoidance or closure *Determination and action on potential retirement cases and capability of handling retirement counseling and alternatives. 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 - Technical Ability: Knowledgeable approach to Workers? Compensation. Factor 2 - Past Performance: Must supply three (3) current or prior customers contact names, addresses, phone numbers. Factor 3 - Price 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 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, 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 TECHNICALLY ACCEPTABLE OFFEROR WITH THE BEST VALUE TO THE GOVERNMENT. PROPOSALS WILL BE DUE TO JACKIE CRAFT, DSS-AC, 8725 JOHN J. KINGMAN ROAD, MSTOP 6220, FORT BELVOIR , VIRGINIA, 22060-6220 BY CLOSE OF BUSINESS 05 AUGUST 2003.
 
Place of Performance
Address: Defense Logistics Agency HQ, 8725 John J. Kingman Road, Fort Belvoir VA
Zip Code: 22060
Country: U.S.
 
Record
SN00372435-W 20030718/030716213104 (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.