Cost-of-Living Data Collection and Analysis
ID: H9821025R0001Type: Combined Synopsis/Solicitation
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, through the Defense Human Resources Activity, is seeking proposals for a Cost-of-Living Data Collection and Analysis contract, aimed at supporting the Overseas Cost-of-Living Allowance (OCOLA) and Continental United States Cost of Living Allowance (CONUS COLA) programs. The contractor will be responsible for gathering and analyzing non-housing cost data and market basket prices across various locations, ensuring that service members are fairly compensated in high-cost areas. This initiative is crucial for enhancing the quality of life for over one million military personnel and their families. Proposals are due by March 24, 2025, and interested parties should contact Tameka Laws at tameka.j.laws.civ@mail.mil or 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 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 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.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Solicitation for the Defense Commissary Agency (DeCA) Syndicated Data Core Services Capabilities to Continental United States (CONUS) and Overseas Continental United States (OCONUS) Support
    Buyer not available
    The Department of Defense, through the Defense Information Systems Agency (DISA), is soliciting proposals for the Defense Commissary Agency (DeCA) Syndicated Data Core Services, aimed at providing comprehensive grocery retail metrics for both the Continental United States (CONUS) and Outside Continental United States (OCONUS). The procurement seeks qualified contractors to deliver various data services, including point-of-sale (POS) scan information and access to retail grocery panel databases, with a focus on technical compliance and cost-effectiveness. This initiative is critical for enhancing the operational capabilities of DeCA in managing grocery retail data, which supports military personnel and their families. Proposals are due by March 27, 2025, and interested parties should direct inquiries to Holly Sanders at holly.e.sanders.civ@mail.mil or R. DeAnn Mooney at rebecca.d.mooney.civ@mail.mil for further information.
    DRAFT Solicitation for Fiscal Year 2025 Cost Analysis Services (CAS) Indefinite Delivery Indefinite Quantity (IDIQ)
    Buyer not available
    The Department of Defense, specifically the U.S. Army Contracting Command, is seeking proposals for Cost Analysis Services (CAS) through a Draft Solicitation for a Fiscal Year 2025 Indefinite Delivery Indefinite Quantity (IDIQ) contract. The objective is to provide non-personal services that include cost, economic, and technical analyses for major weapon systems, supporting various Program Executive Offices (PEOs) within the Department of Defense. This contract is crucial for enhancing the Army's analytical capabilities and ensuring effective resource allocation in military acquisitions. Interested small businesses must adhere to the submission guidelines outlined in the solicitation documents, including a completed pricing matrix and experience matrix, and can contact Ashley Treier at ashley.s.treier.civ@army.mil for further information.
    DLA Commercial Solutions Opening (CSO) FY2025
    Buyer not available
    The Defense Logistics Agency (DLA) is soliciting proposals for the DLA Commercial Solutions Opening (CSO) FY2025, aimed at enhancing procurement capabilities for hard-to-find parts through the development of Engineering Support Activities (ESA) approved Level 3 Technical Data Packages (TDPs). This initiative is critical for addressing supply chain vulnerabilities during conflicts and requires innovative methods to create TDPs compliant with established military standards. Interested parties must submit unclassified Solution Briefs by March 11, 2025, detailing their approaches and capabilities, with no funding provided until a contract is awarded. For further inquiries, contact Thomas J. Walsh at Thomas.walsh@dla.mil or Lauren Runowski at Lauren.Runowski@dla.mil.
    DLPT5 Full Range Test Item Development
    Buyer not available
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command at Fort Eustis, is soliciting proposals for the development of test items for the Defense Language Proficiency Test 5 (DLPT5), focusing on reading and listening comprehension. The contract aims to procure a minimum of 35,000 test items over a five-year period, from April 25, 2025, to April 24, 2030, with a minimum guarantee of $7,500. This initiative is crucial for assessing the language proficiency of military and government personnel, ensuring that evaluations are based on authentic materials and aligned with established proficiency standards. Interested contractors must submit their proposals by March 19, 2025, and can direct inquiries to Edward Wojtan III at edward.w.wojtan2.Civ@army.mil or Jayson Dillard at jayson.l.dillard.civ@army.mil.
    eCommerce Doorstep Delivery Service
    Buyer not available
    The Defense Commissary Agency (DECA) is seeking proposals for an eCommerce Doorstep Delivery Service to enhance the delivery of commissary supplies to various military bases across the United States. This solicitation, identified as HQC00525R0004, requires contractors to provide delivery services in compliance with federal regulations, including the Federal Acquisition Regulation (FAR), and emphasizes the inclusion of small businesses, particularly those owned by service-disabled veterans and economically disadvantaged women. The contract will cover a base year with several option years, running from May 1, 2025, to April 30, 2030, and includes detailed requirements for delivery schedules, pricing structures, and operational logistics to support military supply chain efficiency. Interested parties must submit their proposals by March 31, 2025, and can contact Ronald Mosley at ronald.mosley@deca.mil or Kristine Castelow at Kristine.castelow@deca.mil for further information.
    Lodging-in-Kind and Meals for Home Station Active Duty for Mobilization to support Military Service Members of the 377th Military Police Company
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking contractors to provide lodging-in-kind and meals for the 377th Military Police Company during their mobilization from March 29 to April 1, 2025, in Cincinnati, OH. The contract requires securing double occupancy lodging within a 30-mile radius of the unit's location, along with the provision of 171 meals across breakfast, lunch, and dinner for 19 personnel, adhering to Army Regulation guidelines and accommodating dietary restrictions. This procurement is crucial for ensuring the logistical support and operational readiness of military personnel during their mobilization period. Interested vendors can contact Polia Quiles at polia.m.quiles.civ@army.mil or 520-687-1420, or Katie J. Lyons at katie.j.lyons.civ@mail.mil or 609-562-3535 for further details.
    Alaska Prime Vendor (DLA Troop Support Subsistence)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking proposals for the Alaska Prime Vendor contract (Solicitation SPE300-25-R-0011) to supply subsistence food products necessary for military operations in Alaska. The procurement encompasses a wide range of food items, including sauces, soups, frozen foods, fresh produce, and dairy products, with specific pricing tiers and logistical considerations outlined for distribution across two zones in the region. This initiative is crucial for ensuring efficient food supply management to support military personnel, reflecting the government's commitment to effective logistics and supplier engagement. Interested vendors must submit their proposals by March 13, 2025, and can direct inquiries to Matt DePetris at matthew.depetris@dla.mil or Veronica Faso at veronica.faso@dla.mil.
    Massage Therapy Services - Concessionaire DLA Columbus
    Buyer not available
    The Defense Logistics Agency (DLA) is issuing a Request for Proposal (RFP) for massage therapy services at the Defense Supply Center in Columbus, Ohio, under solicitation number NAFUA1-25-R-0002. Qualified contractors are invited to provide a range of massage services, including Swedish Massage, Acupressure, and Reflexology Therapy, requiring licensed personnel to ensure compliance with health regulations and service quality. This initiative underscores the DLA's commitment to enhancing wellness services for its personnel and their families, with proposals due by April 3, 2025. Interested parties can contact Michael Thompson at michael.3.thompson@dla.mil or call 571-643-3754 for further information.
    Berets, Men, Wool (Various Colors)
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Troop Support, is conducting market research for the procurement of various wool berets intended for military use. The initiative aims to gather information on industry capabilities and pricing to formulate an acquisition strategy that meets military requirements, with plans to issue two separate contracts: a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity contract for multiple beret styles and a Firm-Fixed Price, Definite Quantity contract for specific models. These berets are crucial for military uniforms, ensuring compliance with established quality and durability standards as outlined in the specifications document A-A-55184A. Interested suppliers are encouraged to submit their responses to the market survey by March 11, 2025, and can reach out to Erin Maher at erin.maher@dla.mil or 215-737-2791 for further information.
    Solicitation HT942525R0037 - Human Subjects Protection Personnel Mgmt and Support Services - USAMRDC OHARO
    Buyer not available
    The Department of Defense, through the Army Medical Research Acquisition Activity, is soliciting proposals for Human Subjects Protection Personnel Management and Support Services under Solicitation HT942525R0037. The primary objective is to provide comprehensive personnel and non-personal services to support the Office of Human and Animal Research Oversight (OHARO), ensuring compliance with federal and Department of Defense regulations regarding human subjects in research. This initiative is crucial for maintaining high ethical standards and operational efficiency in research involving human subjects, reflecting broader federal commitments to research safety and ethics. Interested contractors can reach out to Alana M. Sowers at alana.m.sowers.civ@health.mil for further details, with the contract structured over a 12-month base period and optional extensions, emphasizing fixed firm pricing for various support services.