Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
MODIFICATION

R -- FAMILY READINESS SUPPORT SERVICES AMENDMENT EFFECTIVE 8 AUGUST 2002. SOLICIATION DUE DATE CHANGE TO 4 SEPTEMBER 2002, 2:00PM. INCORPORATING SUBMISSION REQUIREMENTS AND INSTRUCTIONS. NO OTHER CHANGES.

Notice Date
8/8/2002
 
Notice Type
Modification
 
Contracting Office
147 FW/LGC, BuildingG 1383, Ellington Field, 14657 Sneider Street, Houston, TX 77034-5586
 
ZIP Code
77034-5586
 
Solicitation Number
DAHA4102R0024
 
Response Due
9/4/2002
 
Point of Contact
DEBRA MCGOWAN, 281-929-2743
 
E-Mail Address
Email your questions to 147 FW/LGC
(debra.mcgowan@txelli.ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NA Submission Requirements and Instructions GENERAL INSTRUCTIONS ? PROPOSAL PREPARATION INSTRUCTIONS 1. These instructions prescribe the format of proposals, and describe the approach for the development and presentation of the proposal data. They are designed to ensure the submission of necessary information to provide for the understanding and comprehe nsive evaluation of proposals. An oral presentation will be required for certain portions of the proposal. Carefully review this section prior to commencing proposal preparation. All solicitation amendments must be acknowledged in accordance with FAR cl ause 52.212-1, Instructions to Offerors ? Commercial Items. 2. Offerors are cautioned to strictly comply with all instructions within this solicitation to ensure submission of a complete product. Failure to furnish a complete proposal, at the time of proposal submission, may result in the proposal being determined non-responsive and eliminated from further consideration for award. A proposal that merely reiterates or promises to accomplish the requirements of the RFP will be considered unacceptable. A proposal that is orderly and sufficiently documented will enab le the Government to easily understand and perform a thorough and fair evaluation. 3. After compiling all required written information, submit the information in accordance with the instructions and return the original and specified number of copies to the issuing office listed in Block 9 of the SF From 1449. Mark the front of the envel ope/box with the following: ?Proposal # DAHA41-02-R-0024 ? Commercial Acquisition? PROPOSAL FORMAT 1. The proposal may consist of 2 parts: a written proposal and oral presentations. The written submission is due not later than the date and time specified in Block 8 of the SF Form 1449. The Government will not accept any changes to the contractor?s wr itten proposal after the closing date of the solicitation. 2. Indexing: The written proposal shall consist of one volume and a ?Table of Contents? for that volume of the proposal. The ?Table of Contents? will identity major areas. Tab indexing will be used to identify sections as appropriate. Copies: Printed double-sided copies of each volume shall be submitted. The number of copies shall include the original and 2 copies (total of 3 copies). 3. The written proposal constitutes the offer/proposal, past performance, references and resumes information, which is obtained for evaluation purposes in performance rating. The oral presentation is obtained for evaluation purposes of technical ability a nd Performance of Work Statement (PWS) comprehension and compliance. WRITTEN PROPOSAL REQUIREMENTS 1. Analysis and evaluation of price/cost for the requirement set forth in the Statement of Work of this solicitation. The Contractor shall insert its proposed price/cost for the basic year in the area specified on the SF Form 1449 continuation sheets. Th e Government is not and does not intend on requesting certified cost or pricing data. Offeror may be required, during the evaluation process, to provide sufficient price/cost information that will enable the Government to perform an evaluation in accordan ce with FAR Clause 52.212-2. 2. If an offeror proposes an unusually low price, the offeror should also be prepared to provide rationale to justify the price. Complete in its entirety, the ?Offeror? portions of the SF Form 1449. An official having the authority to contractually bind your company must sign the SF Form 1449 in accordance with FAR Clause 4.102. One copy of the SF Form 1449 must bear an original signature. 3. Acknowledged amendments in accordance with FAR Clause 52.212-1, Instructions to Offeror-Commercial Items, if applicable. Completed required certifications and representations ? reference FAR Clause 52-212-3. 4. When addressing Present & Past Performance information, offeror shall submit with their proposal, a list identifying all businesses and Federal, State or Local Government agencies for whom the offeror has been awarded a contract during the past three (3) years for the period beginning 1 October 1999 through solicitation release date. If an offeror has more than 10 awar ded contracts during the past three year period, then identify only the last 10 consecutive contracts. Provide a minimum of five (5) references, for which the offeror has contracted similar services during the past three years. If the offeror does not ha ve government references, the offeror shall provide references from private industry sources that are not prohibited from furnishing information to the Government. The information must provide a point of contact at each of these agencies or business organ izations. The Government intends to contact these references and will consider this information as well as information obtained from any other sources when evaluating the offeror?s past performance. In selecting references, offerors should consider the c urrency and relevancy of the past performance information. Current performance may have greater impact than older performance. Offerors may include, with their proposals, information on problems encountered on the identified contracts and the offerors? c orrective actions. The Government may contact references other than those identified by the offeror with the information received in the evaluation of the offeror?s past performance. While the Government may elect to consider data obtained from other sou rces, the burden of providing current, accurate and complete past performance information rests with the offeror. Offerors lacking relevant present/past performance experience may submit information regarding predecessor companies, key personnel who have relevant experience, to include volunteer work experience or subcontractors that will perform major or critical aspects of the requirement if such information is relevant to this acquisition Such information shall, as a minimum, include for each reference : Company/Government Agency name and/or Name(s) of Predecessor Company/Subcontractor and/or Key Personnel Complete Address Point of Contact Telephone and Fax Number Contract Number Performance Period Total Dollar Value, including options Brief Description of Work a. Other Past Performance Consideration Offeror to include resumes for all personnel who will be involved in this contract Offeror may (optional) include: Professional/Industry awards (Identify award type, date of award and copy of certificate, if applicable) Offeror may (optional) include: Letters of Appreciation, Recognition or Commendations, etc., received on behalf of a customer. The Government will consider up to five (5) such documents. Unique skills and accomplishments. (Explain unique skills and/or accomplishments and provide supporting documentation for verification). b. In evaluating Past Performance, the following factors shall be considered with equal weight: Timeliness of Performance Cost Control Business Relations Customer Satisfaction Key Personnel Practices Experience c. If the offeror or the proposed employees for the offeror do not have a Past Performance history relating to this solicitation, the offeror will not be evaluated favorably or unfavorably. In such cases, the offeror having no Past Performance history wil l be rated ?neutral?. d. Required information, in addition to Past Performance includes execution and completion of the following: SF Form 1449 Bid Schedule Representations and Certifications Amendments ORAL PRESENTATIONS 1. An oral presentation will be required at the travel expense of the Contractor. Failure to provide an oral presentation may render an offeror?s proposal non-responsive and in eligible for award. The oral presentation shall be prepared in accordance wit h the instruction given in this section and will be evaluated in accordance with the evaluation criteria l isted in FAR Clause 52.212-2. Oral presentations shall not include price or pricing information. 2. The order of oral presentations shall be randomly selected. The Contracting Officer will notify offerors not later than five (5) calendar days prior to their required presentation date and time, which is anticipated to be not later than five (5) calend ar days after proposal closing date. Offerors will be required to acknowledge confirmation of scheduled presentation date and time in writing via fax or email within 48 hours. Five (5) complete sets of the presentation slides shall be submitted to the go vernment at the beginning of the oral presentations. Slides can be prepared in PowerPoint Slideshow version 4.0 or later. 3. The oral presentation shall be as follows: Presentation will begin promptly at the identified time on the selected date. PRESENTATIONS ARE LIMITED TO ONE HOUR At the end of the presentation, Contractors may be excused and required to return for questions and clarifications in accordance with FAR 15.306. 4. The location for presentations will be provided with the presentation date assignment. Early access to the presentation facility may be requested in advance through the Contracting Office. 5. The Government may provide available equipment to include a computer equipped with MS Software and a screen. Coordination prior to presenting an oral presentation and software availability is the responsibility of the Contractor in coordination with th e Contracting Officer as deemed necessary prior to giving the presentation. Additional equipment may be brought to the presentation location with prior approval of the Contracting Officer. 6. The Government may videotape the oral presentations. NOTE: No Department of Labor Wage classification exists for this job category. The contractor who obtains award of this contract will be required to file a conformance SF Form 1444 to the Department of Labor.
 
Place of Performance
Address: 147 FW/LGC Building 1383, Ellington Field, 14657 Sneider Street Houston TX
Zip Code: 77034-5586
Country: US
 
Record
SN00136329-W 20020810/020808213638 (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.