Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2007 FBO #2041
SOURCES SOUGHT

R -- Basic Allowance Housing (BAH)Program

Notice Date
4/10/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
 
ZIP Code
20310-5200
 
Solicitation Number
W91WAW-07-R-0045
 
Response Due
4/20/2007
 
Archive Date
9/24/2007
 
Point of Contact
Twana E. Harper, 703-695-0935
 
E-Mail Address
Contracting Center of Excellence, Army Contracting Agency (ACA)
(harpete@hqda.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This combined sources sought/synopsis is for information and planning purposes only; it is not to be construed as a commitment by the Government. A contract may not be awarded as a result of this combined sources sought/synopsis. The US Army Contra cting Agency, Contracting Center of Excellence (CCE) at the Pentagon, on behalf of the Per Diem, Travel and Transportation Allowance Committee, intends to procure Basic Allowance Housing Data Collection Support Services as a small business set-aside or und er full and open procedures. Only small businesses are to submit capability packages. Interested small businesses that are certified and qualified as a small business concern in NAICS code 541611 with a size standard of $6.5M are encouraged to submit the ir capability packages outlining their experience in the following key areas or tasks: a. The contractor must have prior experience within the last three years on data collection and analyses projects similar in size, scope, cost, and complexity. The contractor must be able to demonstrate success on a project of this magnitude. Contractor must be able to perform the major tasks (such as - but not limited to - the management, programming and maintenance of the on-line data collection web site; the analysis and compilation of the total housing costs) of this contract without the use of sub-co ntractors. b. The contractor is required to collect and furnish rental-housing cost data for up to 400 separate housing markets (Military Housing Areas (MHAs)) in the United States, including Alaska and Hawaii. At each location, the contractor must collect housing c osts for specific types of rental units e.g., 1, 2, & 3 BR apartments; 2 & 3 BR townhouses; 3, 4, & 5 BR single family dwellings and must also collect and include separate utility expense data (including electricity, gas, oil, water, & sewer) and separate rental insurance. At each of the locations, data shall be representative of specific neighborhoods, as defined by sets of ZIP Codes and Census Tracts specified by the government. All housing data must only be for currently available rentals. The contract or must have the ability, resources and infrastructure to receive, store, review, and analyze data and set a median rent for no less than 250,000 individual property submissions in a three month timeframe while also performing other multiple major projects . c. At the same time the contractor is collecting housing data nationally there are also a minimum of 550 Military Housing Offices (MHOs) collecting the same data local to their specific area. The contractor must receive, store, compile, review, analyze, v alidate, and verify the MHO collected data as well as the contractor collected data. Every data point submitted by an MHO must be individually and telephonically verified by the contractor and typically exceeds 250,000 submissions annually. d. The contractor must have demonstrated prior experience in the annual collection and assembly of housing cost data (to include utility and renters insurance data), data analysis, and setting of median profile rents on a similar nationwide scale and hav e an established record of providing accurate and timely data. The contractor must have the ability to integrate BAH data submissions received from MHOs who use the Department of Defense Automated Housing Referral Network (AHRN). Use of AHRN for BAH data submissions is mandatory in locations where AHRN is deployed. The contractor must be able to demonstrate success on a project of this magnitude. e. The contractor must train utility data collectors, collect updated nationwide utility data each year for as many as 400 MHAs, and quality checks all utility data. f. The contractor must collect updated nationwide rental insurance data each year for as many as 400 MHAs and quality checks all insurance data. g. The contractor must determine the sources for data, collect all rent, utility and insurance data and quality check all data necessary to calculate the total housing cost (THC) for six housing profiles for up to 400 MHAs. Contractor must fully train data collection staff. h. The contractor must compare the THC data collected to previous calendar year rent, utility and insurance rates plus the current years estimated median rents and perform quality control on estimates to identify anomalous data requiring further verificati on. i. Contractor must prepare all presentation materials, site-specific examples, and historic data for as annual site visits. Prior to site visits, the contractor must map all data points collected during any/all previous data collection efforts. j. Contractor must conduct a minimum of five data collection workshops nationwide each year. Attendees include employees/members of the MHOs who have responsibilities for local data collection. Contractor must coordinate all aspects of the training works hops to include preparation of all presentation materials and delivery to workshop sites. k. Have a plan for development of a working, usable, online web site and database designed for Military Housing Offices (MHOs) nationwide to add, edit, delete, and store rental property data, census tract exclusions, and real estate referrals, thereby sup porting the DODs Basic Allowance for Housing (BAH) program within 30 days of award of contract. Off-the-shelf software is not acceptable for this database. Web site data submissions are collected and updated annually. Data base must be fully developed, tested, and in place for use by a minimum of 550 MHOs on first day of contract. l. Have a plan to provide a complete and current list of POCs from a minimum of 550 MHOs (to include name, phone number and email address) in order to coordinate data collection, submissions, notification of programming updates, and requirement changes, e tc. within 15 days of award of contract. m. Have full and complete knowledge of the BAH program. This includes knowledge and understanding of the law as well as extensive experience in rental data collection, utility data collection and rental insurance data collection both locally and nationwid e. n. Have extensive experience with the intricate methodologies and custom programming required in the data collection, data analyses, quality control, setting of median rents, and vetting of total housing costs. o. Have a minimum of three years of experience, resources and infrastructure in collecting local market housing data for specific types of housing units from US Army, US Air Force, US Navy, US Marines and US Coast Guard from at least 550 MHOs across the U S through the exclusive use of an online web site data base that must incorporate a fully integrated interface with the DoD Automated Housing Referral Network (AHRN), allowing for the secure transfer of rental property data between the two systems. It is mandatory that DOD Services use AHRN for annual BAH data submissions. Also, must have a minimum of three years experience in training rental, utility, and rental insurance data collectors. p. Have nationwide survey research experience with an established national network of research associates in the field of rental data collection, utility data collection and rental insurance data collection. And must have the expertise to ensure that comp onents of each data collection area and the resulting analysis are compatible with housing data and results obtained in previous years. q. Have the resources, infrastructure and capability of screening and validating each and every data submission (over 250,000 in 2006) telephonically which typically requires in excess of 350,000 personal telephone calls and over 15,000 man-hours nationwid e during the screening, validation and verification process and absolutely must be completed within a three month window. r. Have the ability, resources and infrastructure to provide continual ad hoc telephonic and/or electroni c technical support for personnel in at least 550 housing offices spending many hours a day answering data submission questions by phone or email. s. Using the 10 years of historical BAH data must have the ability, resources, and infrastructure to provide within 2 business days detailed analysis and review of all data and/or rate changes for all of MHAs. The historical data is proprietary and not ow ned by DOD. t. Have the ability, resources and infrastructure to have multiple major projects ongoing at any one time. All projects in this contract have short deadlines. u. Contractor shall complete 10 site visits each year with DOD and must prepare all presentation materials, site-specific examples, and historic data. Prior to site visits, the contractor must map all data points used or collected during any of the previo us ten-year data collection efforts. If at least two responsible small business concerns are determined by the Government to be capable of performing this requirement based on an evaluation of the capability packages submitted by Friday, 20 April 2007 at 10:00am EST, the requirement will be s olicited as a 100% set-aside for small business concerns. If capability packages are not received from at least two responsible small business concerns by the response date or if the Government determines that no small businesses are capable of performing this requirement based upon an evaluation of the capability packages submitted, this requirement will be solicited under full and open procedures. No other synopsis will be posted for this requirement. The cut date for questions regarding this notice mu st be received no later than Wednesday, 12 April 2007 at 10:00am EST. To assist us in maintaining a list of interested small businesses for this potential procurement, please provide your companys name, point of contact (POC), address, phone number, and business size under the above NAICS code to the POC for this procurement Ms. Twana Harper. A Firm-Fixed Price Indefinite Delivery, Indefinite Quantity contract is anticipated. The period of performance will be for one twelve (12) month base period with f our (4) twelve (12) month option periods. The place of performance will be at the contractors location. Contractor personnel will not be required to possess a current secret or top secret clearance. A written Request for Proposal (RFP) will be posted o n or about Monday, 01 May 2007. The RFP must be retrieved and downloaded from CCEs homepage at: http://dccw.hqda.pentagon.mil/services/Services.htm click on RFPS; select the desired RFP and click on the Process button. No hard copies of the RFP wil l be issued; all amendments will be posted and must be retrieved from this website. Responses to the RFP must be submitted by email to the POC identified below. No solicitation mailing list will be compiled. Contractors are responsible for all costs for submitting their capability packages. POC is Ms. Twana Harper, Contract Specialist at 703-695-0935 or twana.harper@hqda.army.mil or Annette Vaughn, Contracting Officer, at 703-693-2140 or annette.vaughn@hqda.army.mil. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-APR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 27-JUN-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/DSS-W/DASW01/W91WAW-07-R-0045/listing.html)
 
Place of Performance
Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC
Zip Code: 20310-5200
Country: US
 
Record
SN01329809-F 20070629/070628034530 (fbodaily.com)
 
Source
FedBizOpps 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.