Cost-of-Living Data Collection and Analysis
ID: H9821025R0001Type: Combined Synopsis/Solicitation
3 AwardsAug 20, 2025
$7.7M$7,683,540
AwardeeROBERT D. NIEHAUS, INC. Santa Barbara CA 93101 USA
Award #:H9821025DE001
Overview

Buyer

DEPT OF DEFENSEDEFENSE HUMAN RESOURCES ACTIVITYDEFENSE HUMAN RESOURCES ACTIVITYALEXANDRIA, VA, 223504000, USA

NAICS

Administrative Management and General Management Consulting Services (541611)

PSC

SUPPORT- PROFESSIONAL: PROGRAM MANAGEMENT/SUPPORT (R408)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense's Defense Human Resources Activity (DHRA) is issuing a Request for Proposal (RFP) for Cost-of-Living Data Collection and Analysis Services under a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract, specifically set aside for small businesses. The primary objective is to collect and analyze non-housing price data from both CONUS (continental U.S.) and OCONUS (outside continental U.S.) locations to accurately determine cost-of-living allowances (COLA) for military personnel, ensuring they are fairly compensated in high-cost areas. This initiative is crucial for maintaining the financial well-being of over one million service members and their families, with proposals due by 10:00 AM EST on February 26, 2025, and an estimated award date of May 15, 2025. Interested parties can reach out to primary contact Tameka Laws at tameka.j.laws.civ@mail.mil or secondary contact Matthew Poole at matthew.c.poole.civ@mail.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is a comprehensive listing of location codes and respective countries, states, and territories, primarily related to federal grants and request for proposals (RFPs). Each entry includes a specific code followed by the geographic area it denotes, ranging from nations such as Afghanistan and Australia to U.S. states like Alaska and Louisiana. The organizational structure involves categorizing locations by country, enabling quick reference for government contractors or agencies seeking relevant information for funding opportunities or project proposals. This compilation can serve as a vital resource for entities looking to navigate the federal procurement process, as it simplifies the identification of geographic areas linked to potential grants or RFPs. Overall, the emphasis is on providing a clear and accessible cataloging of locations to facilitate strategic planning and application by government-related agencies and contractors.
    The 2024 Overseas Cost of Living Allowance (COLA) Market Basket document provides a detailed list of various goods and services essential for evaluating overseas living expenses for federal employees. The list includes items ranging from food staples, household goods, personal care products, to various transportation and entertainment expenses. Each item is categorized by quantity and unit, along with average prices both before and after sales tax. Key categories include items like groceries (e.g., apples, eggs, meat), personal care products (e.g., shampoo, vitamins), and services (e.g., internet service, day care). The document serves a crucial purpose in assisting the federal government in determining appropriate compensation adjustments for personnel stationed abroad, reflecting the costs of living in different regions. By compiling a comprehensive market basket, the document aims to ensure that the COLA accurately reflects current market trends and facilitates equitable compensation for federal employees in international postings.
    The document outlines instructions for collecting price data relevant to a Cost-of-Living Adjustment (COLA) Market Basket for a hypothetical mid-grade uniformed service member with three dependents. It emphasizes the need to acquire pricing on moderately priced items only, explicitly excluding generic, organic, bulk, discounted, or luxury products. The goal is to create a representative market basket that accurately reflects the average costs incurred by military members in a specific overseas environment. Price data should include average figures with and without sales tax to provide a comprehensive view of living costs. This initiative aligns with federal efforts to assess and adjust service members' compensation based on regional economic conditions, ensuring equitable financial support.
    The Performance Work Statement (PWS) outlines the requirements for collecting and analyzing cost-of-living data to support the U.S. Department of Defense’s Overseas Cost-of-Living Allowance (OCOLA) and Continental United States Cost of Living Allowance (CONUS COLA) programs. These programs ensure service members are not financially disadvantaged when assigned to high-cost areas. The contractor is tasked with gathering annual non-housing cost data and market basket prices for both OCONUS and CONUS locations, along with establishing expenditure weights based on service members' spending patterns. Key deliverables include compiling price data, market basket item details, monthly updates, and conducting site visits to resolve location-specific issues. The contractor must also provide analyses on special topics as needed. The PWS emphasizes data safeguarding, security clearances for contractor personnel, and the adherence to privacy laws regarding government data. Overall, the document establishes the foundation for effective implementation and evaluation of COLA programs, enhancing the quality of life for over one million military members and their families.
    The Performance Work Statement (PWS) outlines a requirement for data collection and analysis regarding cost-of-living allowances (COLA) by the U.S. Department of Defense (DoD). This effort supports both Overseas Cost-of-Living Allowance (OCOLA) and Continental United States (CONUS) programs, significantly impacting over one million service members. The initiative aims to gather objective non-housing cost data to establish accurate COLA rates, ensuring military personnel are financially compensated while stationed in high-cost areas. The contractor is tasked with determining a representative market basket of non-housing goods, collecting price data for various locations, and providing analysis on foreign exchange rates and local purchasing patterns. Deliverables include detailed price data, market basket summaries, monthly reports, and site visit executive summaries. Quality control measures and mandatory cybersecurity protocols are emphasized to maintain data integrity and confidentiality. The overarching goal is to provide timely, accurate data for both CONUS and OCONUS duty locations, enhancing service members' quality of life through appropriate financial allowances.
    This document outlines the price proposal details for labor categories regarding a federal government RFP. It emphasizes that offerors must provide adequate supporting data for their proposed pricing, ensuring reasonableness and competitiveness. The pricing structure is divided into four ordering periods, each detailing various labor categories, such as Program Manager, Senior Data Analyst, Economic Research Specialist, and Junior Data Analyst, along with their corresponding fully burdened rates and estimated labor hours. Each offeror is required to complete the provided worksheets to establish total quoted prices for labor services, which are critical for evaluating proposals and determining contract ceilings. Clear descriptions of each labor category's roles and skill levels are also outlined, aiding the government in understanding the qualifications required for personnel. The document highlights the importance of compliance, quality assurance, and the collaboration necessary among team members to meet project objectives efficiently. Overall, it serves as a guide for prospective bidders in preparing their proposals to meet government standards.
    This document outlines the labor category pricing structure for a government contract, detailing the proposal requirements for offerors involved in submitting pricing proposals. It emphasizes that offerors bear the responsibility for providing accurate and comprehensive pricing data for evaluation and contract ceiling purposes. The pricing tables for four ordering periods span multiple labor categories, including Program Manager, Senior Data Analyst, Economic Research Specialist, and Junior Data Analyst, along with corresponding hourly rates and total labor estimates. Each labor category has specific skill level requirements, ranging from entry-level to senior positions, ensuring that candidates possess the necessary qualifications and experience. The Program Manager oversees project execution, the Senior Data Analyst leads data analysis, the Economic Research Specialist handles economic data from various sources, and the Junior Data Analyst supports data management tasks. Overall, the document serves as a crucial guide for prospective contractors in preparing competitive and compliant proposals for government RFPs, ensuring transparency and fairness in the evaluation process.
    The Department of Defense's Defense Human Resources Activity (DHRA) is issuing a Request for Proposal (RFP) to establish a cost-of-living collection and analysis services contract. This Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract seeks to engage a single small business to deliver these services over a five-year period from May 15, 2025, to May 14, 2030. Proposals must be submitted by March 24, 2025, with a focus on technical capability, past performance, and pricing. The evaluation will prioritize technical capability, evaluating the proposed approach and management plans, alongside past performance reviews of relevant contracts completed within the last five years. Offerors are required to submit proposals in a specific format divided into four volumes: Business Information, Technical Capability, Past Performance, and Pricing Information. Additionally, all proposals must comply with federal regulations and be submitted through an email to designated agency contacts. The document outlines requirements for proposal submission, evaluation criteria, and potential contract terms, emphasizing the importance of detail and compliance to facilitate successful contract award decisions by the government.
    The Department of Defense's Defense Human Resources Activity (DHRA) is issuing a Request for Proposal (RFP) for Cost-of-Living Collection and Analysis Services under a single award Indefinite Delivery Indefinite Quantity (IDIQ) contract. The contract will focus on administrative management and general management consulting services, set aside for small businesses. Proposals are due by 10:00 AM EST on February 26, 2025, with an estimated award by May 15, 2025. The RFP outlines specifics regarding submission requirements, including detailed instructions segregated into volumes: Business Information, Technical Capability, Past Performance, and Pricing. Each proposal must demonstrate a thorough understanding of the project requirements and include comprehensive management, quality control, and staffing plans. The evaluation criteria prioritize Technical Capability, followed by Past Performance, with price considered less significant. Offerors must be registered in the System for Award Management (SAM) and are cautioned that the government may cancel the RFP at any time. The procurement emphasizes accountability, quality assessment, and capability to meet required standards to promote effective contract outcome and service delivery over a five-year period from May 15, 2025, to May 14, 2030.
    The Defense Human Resources Activity (DHRA) is issuing a Request for Proposal (RFP) for Cost-of-Living Collection and Analysis Services through an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This contract aims to establish a Fixed Firm Price service agreement for a five-year term from May 2025 to May 2030, with a small business set-aside under NAICS code 541611. Proposals are due by March 24, 2025, and technical capability, past performance, and price will be evaluated for selection. Offerors must demonstrate their understanding of project requirements and include robust plans for technical approaches, project management, staffing, and quality control. The proposal process is stringent, requiring detailed information across several volumes, and must comply with various federal procurement regulations. Notably, proposals must include evidence of past performance within the last five years and maintain a comprehensive approach to meet government needs. The document underscores the importance of providing adequate data collection and analysis to inform defense personnel policies, highlighting government adherence to transparency, effectiveness, and competitive selection processes in securing these vital services.
    The document outlines the amendments and questions related to the Defense Human Resources Activity (DHRA) solicitation for the Cost-of-Living Data Collection and Analysis contract, specifically identified by number H9821025R0001. Key changes include the deletion and addition of various clauses related to federal acquisition regulations. The solicitation involves the re-competition of services previously provided by DecisionPoint Corporation and sets forth specific instructions for offerors, including requirements for proposal submission formats and team member responsibilities. The contract will span five years with a primary focus on data collection and analysis services. Offerors are not required to absorb the incumbent team but may choose to do so. The solicitation confirms the maximum award ceiling will be based on labor and travel estimated costs, with the government providing current market price data to support bidders. The document emphasizes the necessity for a complete proposal to reflect accurate pricing structures, labor categories, and performance task orders, indicating the detailed nature of federal contracting processes. Overall, the document serves to clarify solicitation requirements and address potential bidders' queries efficiently.
    The Defense Human Resources Activity (DHRA) has issued Amendment #2 for the Cost-of-Living Data Collection and Analysis Request for Proposal (RFP) identified as H9821025R0001. This amendment includes several important revisions to the tender documents. Specifically, it replaces the full text of various Federal Acquisition Regulation (FAR) clauses, including FAR 52.212-3 and FAR 52.212-5, with updated versions reflecting necessary deviations for March 2025. Additionally, a reference to FAR 52.223-23 concerning sustainable products and services has also been updated. The amendment confirms that all other terms and conditions of the RFP remain unchanged and in full effect. The adjustments aim to align contract terms with current regulatory standards and practices, ensuring compliance and clarity in the procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    Defense Health Agency Data Governance Transforming the Data Landscape: A Strategic Imperative for Modern Healthcare in Support of Military Readiness
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking proposals from qualified small businesses to provide contractor support for advancing enterprise data readiness and governance within the Military Health System. The primary objectives include developing a comprehensive baseline data inventory, establishing a centralized metadata repository, conducting an Analysis of Alternatives for an enterprise data catalog, and implementing automated metadata harvesting tools to enhance data accessibility and usability. This initiative is crucial for improving decision-making and operational efficiency in military healthcare, with a total contract value of $34 million and a performance period from January 30, 2026, to January 29, 2027, with options for additional 12-month periods. Interested parties should direct inquiries to Linda M. Walker or Andrea V. Rivas via email, and proposals must be submitted electronically by January 9, 2026.
    DLA Commercial Solutions Opening (CSO) FY2026
    Dept Of Defense
    The Defense Logistics Agency (DLA) is conducting a Commercial Solutions Opening (CSO) for the fiscal year 2026, inviting proposals for innovative solutions to enhance its logistics support activities. The primary objective is to solicit Solution Briefs that address various Areas of Interest (AOIs), particularly focusing on developing Engineering Support Activities (ESA) approvable Level 3 Technical Data Packages (TDPs) for hard-to-procure or non-procurable parts, which are critical for maintaining the readiness of military services and other authorized customers. Interested offerors must submit unclassified Solution Briefs by March 13, 2026, using the provided template, and are encouraged to frequently check for updates on the AOIs. For inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil; please note that no funding is available for proposal submissions, as funds will only be disbursed after a signed contract.
    Biomedical Research Application Evaluation and Support Services (BRAES)
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking information regarding Biomedical Research Application Evaluation and Support Services (BRAES) as part of a market research initiative. The objective is to support the Congressionally Directed Medical Research Programs (CDMRP) by managing biomedical research funding, which includes a two-tier review process and the development of a Quality Control Plan. This opportunity is crucial for ensuring the integrity and efficiency of the application evaluation process, utilizing government-furnished systems for application processing and award management. Interested parties must submit their responses to the Request for Information (RFI) by 12:00 p.m. Eastern Time on December 15, 2025, to Ms. Deanna S. Moose at deanna.s.moose.civ@health.mil, adhering to the specified guidelines and page limits.
    SPRRA1-26-R-0002/NSN: 1615-01-141-7532/ NOUN: COUPLING ASSY,SERVO
    Dept Of Defense
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for the acquisition of 371 Coupling Assembly, Servo units (NSN 1615-01-141-7532, Part Number 70400-06100-042) as part of Solicitation Number SPRRA1-26-R-0002. This procurement includes critical requirements such as Contractor First Article Test, Production Lot Test, and compliance with The Army Maintenance Management System-Aviation (TAMMS-A), as the item is classified as a Critical Safety Item. Proposals must be submitted in writing by December 5, 2025, to the primary contacts, Stacy Hood and Christopher Butler, who can be reached at their respective emails and phone numbers for further inquiries. Certified Cost and Pricing Data is required for non-commercial items exceeding $2,500,000, and proposals should include a simulated delivery schedule and acknowledge all RFP terms.
    DLA Ozone Depleting Substances (ODS) And Hydrofluorocarbons (HFC) Support Services
    Dept Of Defense
    The Defense Logistics Agency (DLA) is soliciting proposals for Ozone Depleting Substances (ODS) and Hydrofluorocarbons (HFC) Support Services, aimed at providing essential contractor support for its Reserve Program Office located in Richmond, Virginia. The procurement encompasses logistics, warehousing, leak monitoring, and IT functions, with a focus on managing ODS/HFC products and ensuring compliance with environmental regulations. This contract will be awarded as a firm-fixed-price agreement for a base year with four additional option years, emphasizing the importance of technical capabilities and past performance in the evaluation process. Proposals are due by December 18, 2025, with questions accepted until December 1, 2025; interested parties should contact Derek Willis at derek.willis@dla.mil for further information.
    Enterprise Occupation Structure and Standards Development Support Services
    Dept Of Defense
    The Department of Defense, through the Washington Headquarters Services (WHS), is seeking qualified firms to provide Enterprise Occupation Structure and Standards Development Support Services for the Office of the Under Secretary of Defense for Intelligence and Security (OUSD(I&S)) Human Capital Management Office (HCMO). The objective of this procurement is to develop and validate an enterprise occupation structure and standards for intelligence, security, and law enforcement work roles within the Defense Intelligence and Security Enterprise (DISE), which includes creating a work role taxonomy, defining tasks and competencies, and establishing minimum qualifications through job analysis. This contract, anticipated to start in January 2026, will be a firm-fixed-price agreement with a base period of 12 months and four additional option periods, requiring interested firms to possess a Top Secret Facility Clearance and submit a Capabilities Statement by October 15, 2025. For further inquiries, interested parties may contact Chrissandra Smith at Chrissandra.smith.civ@mail.mil or Brandon Johnson at brandon.n.johnson24.civ@mail.mil.
    Solicitation/Request for Proposal (RFP) for Subsistence Prime Vendor (SPV) Support for Republic of Korea
    Dept Of Defense
    The Defense Logistics Agency (DLA) Troop Support is soliciting proposals for Subsistence Prime Vendor (SPV) support to provide food and related services to military and federally funded customers in the Republic of Korea. The procurement aims to establish a Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract for the supply and delivery of a wide range of food items, including perishable and semi-perishable goods, as well as non-food items, with a focus on supporting various military facilities and operations in the region. The estimated contract value is $217.5 million, with a maximum potential value of $435 million, and proposals are due by December 3, 2025, at 3:00 PM Philadelphia time. Interested parties can find more details and submit their proposals via the DLA Internet Bid Boards System (DIBBS) and should direct inquiries to Gwen Garcia or Donovan Mahoney at the provided email addresses.
    Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) Contracts for Leasing Multi-Functional Devices (MFDs) for CONUS and Non-Foreign OCONUS DLA Customers
    Dept Of Defense
    The Defense Logistics Agency (DLA) is seeking qualified sources for Multiple Award Indefinite Delivery Indefinite Quantity (MA IDIQ) contracts to lease Multi-Functional Devices (MFDs) and provide associated services for DLA customers within the Contiguous United States (CONUS) and non-foreign Outside of the Contiguous United States (OCONUS). The procurement aims to secure MFDs, accessories, maintenance, training, and network services at a flat rate for up to 60 months, with a focus on compliance with stringent security requirements and operational capabilities. Interested companies must submit a capabilities package by December 22, 2025, detailing their qualifications, business size, and relevant experience, while questions regarding the draft Performance Work Statement are due by November 13, 2025. For further inquiries, contact Matthew O’Brien at matthew.obrien@dla.mil or Jennifer DeWease at jennifer.dewease@dla.mil.
    Customer Care Prototyping - Commercial Solution Opening (Notice of Availability)
    Dept Of Defense
    The Defense Health Agency (DHA) is seeking innovative solutions through its "Customer Care Prototyping 2025-2026" initiative, aimed at enhancing customer care within the Military Health System (MHS). This opportunity invites prototype projects under the authority of 10 U.S.C. § 4022, focusing on developing a foundational platform that prioritizes agile development, self-service support, and data-driven insights to improve mission effectiveness and customer sentiment while reducing costs. Interested vendors should monitor SAM for updates regarding submission instructions and evaluation criteria, with the first "Season Notice" expected in Q1 FY26. For inquiries, contact Gabriela Hurte at gabriela.y.hurte.civ@health.mil or Sonya Edom at sonya.m.edom.civ@health.mil.