Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
MODIFICATION

V -- Reburhishment of two Nelcon container cranes

Notice Date
6/3/2004
 
Notice Type
Modification
 
NAICS
488310 — Port and Harbor Operations
 
Contracting Office
Other Defense Agencies, Coalition Provisional Authority, Republican Presidential Compound, Republican Presidential Compound APO, Baghdad, Iraq, AE, 09335
 
ZIP Code
09335
 
Solicitation Number
W914NS-04-Q-0172
 
Response Due
6/20/2004
 
Archive Date
7/5/2004
 
Point of Contact
Richard Nalwasky, Contracting Officer, Phone 703-343-9216, Fax null,
 
E-Mail Address
nalwaskyr@orha.centcom.mil
 
Description
THE PURPOSE OF THIS AMENDMENT TO W914NS-04-Q-0172 IS TO CLARIFY THE PROCESS THE OFFEROR IS TO USE IN PROVIDING PAST PERFORMANCE INFORMATION TO THE GOVERNMENT FOR ITS EVALUATION AND INSERT THE PROCESS THE GOVERNMENT WILL USE TO EVALUATE THE QUOTES. ALL OTHER TERMS AND CONDITIONS OF THE COMBINED SYNOPSIS / SOLICITATION, AS AMENDED REMAINS UNCHANGED. 1. In other to better evaluate your past performance the Government requests the offeror to reproduce the following list of questions and instructions; send them to your customers that represent your relevant past performance; request that they answer the questions and that they send the information to the e-mail address provided below no later than 25 June 2004. INSTRUCTIONS SOLICITATION NUMBER W914NS-04-Q-0171 1. Please complete this questionnaire. Handwritten responses are sufficient. Explanation of codes: CODE PERFORMANCE LEVEL Blue EXCEPTIONAL - The contractor?s performance meets contractual requirements and exceeds many requirements. Green VERY GOOD ? The contractor?s performance meets contractual requirements and exceeds some requirements. Yellow SATISFACTORY - No problems exist or only minor problems for which solutions are in hand. Black MARGINAL - Problems exist for which there is doubt whether the identified solution is adequate but the problem appears to be within the contractor?s ability to solve. Red UNSATISFACTORY - Serious problems exist which may be outside the contractor?s ability to solve. The contractor is in danger of not being able to satisfy contractual requirements and timely recovery is not likely. Grey NOT APPLICABLE - Unable to provide a score. 2. Circle the appropriate letter for each item on the questionnaire and provide narrative justification. 3. Turn Questionnaire in to: LCDR Richrd M. Nalwasky, Contracting Officer CPA- Contract Activity Republican Presidential Compound Baghdad, Iraq APO AE 09316 Email: charles.clements@cpa-iq.org DSN (318) 239-9218 Comm'l (703) 343-9218 PRESENT/PAST PERFORMANCE EVALUATION SOLICITATION NUMBER W914NS-04-Q-0172 Evaluator please compete. A. Contractor: ________________________________________________ B. Contract number: __________________________________________ C. Estimated contract dollar amount: ______________________________ D. Period of Performance: ____________________________________ E. Describe product acquired________________________________________________ F. Contract type __________________________ [Note: Remarks are requested for any rating other than "satisfactory"] EVALUATION AREAS 1. Contractor quality control E VG S M U N ________________________________________________________________________________________________________________________________________________________________________________________________________________________ 2. Quality of product/service E VG S M U N ________________________________________________________________________________________________________________________________________________________________________________________________________________________ 3. Major discrepancies, cure or show cause notices E VG S M U N ________________________________________________________________________________________________________________________________________________________________________________________________________________________ 4. Quality of Warranty work E VG S M U N ________________________________________________________________________________________________________________________________________________________________________________________________________________________ 5. Timely Delivery/Completed work Delivered on Time E VG S M N ________________________________________________________________________________________________________________________________________________________________________________________________________________________ 6. Overall rating of contractor?s performance E VG S M U N ________________________________________________________________________________________________________________________________________________________________________________________________________________________ If more comment space needed, write on back, or attach pages and identify numbered item. Name/title of Evaluator. ____________________________________________ ____________________________________________ ____________________________________________ Phone FAX____________________ SECTION M ? EVALUATION FACTORS FOR AWARD 52.212-2 -- Evaluation -- Commercial Items (Jan 1999) (a) This acquisition will utilize the Technically Acceptable-Performance/Price Tradeoff (TA-PPT) source selection procedure to make an integrated assessment for a best value award decision. A decision on the technical acceptability of each offeror?s proposal will be made. For those offerors who are determined to be technically acceptable, tradeoffs will be made between past performance and price, with past performance being considered equal to price. While the Government will strive for maximum objectivity, the tradeoff process, by its nature, is subjective; therefore, professional judgment is implicit throughout the selection process. Award will be made to the responsible offeror whose proposal conforms to all solicitation requirements, such as required delivery dates, terms and conditions, representations and certifications, and technical requirements, in addition to those included in paragraph (b)(1) below. (b) The TA-PPT evaluation process will be accomplished as follows: (1) Technical. Each offeror?s technical proposal, who meets the government?s required delivery dates, will be evaluated to determine if the offeror provides a sound, compliant approach to meeting the government?s minimum requirements as described in the Schedule of Supplies. Offeror?s proposals meeting the government?s minimum requirements will determined to be technically ?acceptable?. (2) Performance. For technically acceptable proposals, the past performance assessment will assess the confidence in the offeror?s ability (which includes, if applicable, the extent of its critical subcontractors? or teaming partners? involvement) to successfully accomplish the proposed effort based on the offeror?s demonstrated present and past work record. The Government will evaluate the offeror?s demonstrated record of contract compliance in supplying products and services that meet users? needs including cost and schedule. The currency and relevancy of the information, the source of the information, context of the data and general trends in the contractor?s performance will be considered. The Government will perform an independent determination of relevancy of the data provided or obtained. A relevancy determination of the offeror?s present/past performance (which includes, if applicable, the extent of its critical subcontractors? or teaming partners? involvement) will be made. The Government is not bound by the offeror?s opinion of relevancy. The Government may consider an offeror?s contracts in the aggregate in determining relevancy, should the offeror?s present and past performance lend itself to this approach. For example, an offeror?s work experience on three contracts may, by definition, represent only a semi-relevant effort when each contract is considered as a stand-alone effort. However, when these contracts are performed concurrently (in part or in whole) and are assessed in the aggregate, the work may more accurately reflect a very relevant effort. The following relevancy criteria apply: VERY RELEVANT: Present/past performance programs involved the magnitude of effort and complexities which are essentially what this solicitation requires. RELEVANT: Present/past performance programs involved less magnitude of effort and complexities, including most of what this solicitation requires. SEMI-RELEVANT: Present/past performance programs involved much less magnitude of effort and complexities, including some of what this solicitation requires. NOT RELEVANT: Did not involve any significant aspects of above. In assessing present and past performance, the Government will employ several approaches, including, but not limited to: (i). Information utilized may be obtained from the references listed in the proposal, as well as from other sources known to the Government. Data from previous source selections may be used if the data is recent and relevant. Evaluation of present and past performance will include consideration of overall customer satisfaction and conclusions of informed judgment. (ii). Offerors will be given an opportunity to address adverse past performance information if the offeror has not had a previous opportunity to respond to the information. Recent contracts will be examined to ensure that corrective measures have been implemented. The confidence assessment will consider issues including, but not limited to, the number and severity of the problems, the appropriateness and/or effectiveness of any corrective actions taken (not just planned or promised), and the offeror?s overall work record. Prompt corrective action in isolated instances may not outweigh overall negative trends. (iii). Past performance information will also be considered regarding any critical subcontractors and key personnel. If an offeror, or the proposed key employees of the offeror, do not have a past performance history deemed relevant to this solicitation, the offeror will receive a neutral confidence rating. The neutral confidence rating will be considered in the overall assessment for a best value decision. (iv) An overall confidence assessment rating will be made. The following confidence assessment ratings apply: Rating Definition Blue Based on the offerors record of performance there is exceptional/high confidence that they will perform successfully on this contract. Green Based on the offerors record of performance there is very good/significant confidence that they will perform successfully on this contract. Yellow Based on the offeror?s record of performance there is satisfactory/confidence that they will perform successfully on this contract. Grey Based on the offeror?s record of performance there is neutral/unknown confidence that they will perform successfully on this contract. Black Based on the offeror?s record of performance there is marginal/little confidence that they will perform successfully on this contract. Red Based on the offerors record of performance there is unsatisfactory/no confidence that they will perform successfully on this contract. (3) Price. (a) IAW FAR Part 15.305 (a)(1) Cost or Price Evaluation, this competitive procurement will establish the basis for price reasonableness. (b) Total evaluated price, for award purposes, will be based upon the total price proposed (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 3 The quote / proposal is due at 1700 hours, Baghdad time, on 20 June 2004. The CPA contracting POC is Charles T. Clements, 703-343-9218, charles.clements@cpa-iq.org. The address is CPA Contracting, Republican Presidential Compound, Room S. 106A, Baghdad, Iraq. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 04-JUN-2004. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Place of Performance
Address: Port of Umm Qasr
Country: Iraq
 
Record
SN00598885-W 20040606/040606112852 (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.