Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
MODIFICATION

U -- EXECUTIVE MANAGEMENT TRAINING SERVICESR

Notice Date
9/2/2005
 
Notice Type
Modification
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
Reference-Number-N0005206RC001CS
 
Response Due
9/19/2005
 
Archive Date
10/4/2005
 
Small Business Set-Aside
Total Small Business
 
Description
SUBMITTAL REQUIREMENTS: SUBMITTAL REQUIREMENTS (a) The offeror shall submit the following information: (1) 1 completed signed solicitation package, with all representations and certifications executed, and with prices in the solicitation space provided (unit prices shall reflect the price for each course, extended prices shall reflect the unit price x quantity = extended amount for each contract line item) Please submit Email address. (2) 1 copy of Past Performance Information, hereafter referred to as Section I (3) 4 copies of the Technical Offer (key personnel & management plan), hereafter referred to as Section II SECTION I- PAST PERFORMANCE/CORPORATE EXPERIENCE FACTOR PAST PERFORMANCE. Include evidence of successful efforts in similar work, to verify that the Offeror has an established professional reputation in the full integration of managing, developing, conducting and administering training programs of a similar nature (including course development, course maintenance and presentation). This must also clearly indicate whether the experience was gained as a prime contractor or as a subcontractor. The experience may include work accomplished for Government and non-Government entities. (USE ATTACHED SURVEY FORM TO BE COMPLETED BY PREVIOUS CUSTOMER) Provide a chronological matrix of recent corporate experience within the last five (5) years, in which performance has occurred of a comparable nature and complexity. It is not sufficient to state that an effort is comparable n magnitude and scope. Rationale must be provided to convince the Government that the experience is indeed comparable. Include relevant experience of major subcontractors, but list them separately. Such subcontractor experience must clearly indicate the extent of the involvement of the subcontractor experience is relevant considering the subcontractor personnel proposed. For current or previous contracts include: Title of Contract Contract Number and Type Description of Product or Service Period of Performance (Beginning and Completion Dates) Dollar Value of Contract Agency/Company for which Performed Agency/Company Point of Contract and Telephone Number Contracting Officer, Government Program Manager or Contracting Officer Representative For each contract describe: 1. Relevancy of the contract to this proposed requirement 2. Products/Services delivered and/or results achieved 3. Performance in terms of (a) meeting, (b) exceeding, or (c) not meeting contract requirements in terms of acceptable deliverables and time. 4. Performance in terms of prices/costs and how the final (or current, if not completed) cost/price compared to the original cost/price and the reason for any substantial change. The Government will evaluate past performance as a factor for award. The Government reserves the right to review other relevant past performance information contained in either local files or from other Government sources. General trends in a contractor?s evaluation of the quality and content of the Offeror?s past performance are separate and distinct from the Contracting Officer?s responsibility determination. Evaluation will be based on the extent to which the Offeror has demonstrated through recent past performance under contracts of similar nature; it?s ability to successfully meet the requirements of the Request for Proposal (RFP). The evaluation will consider the Offeror?s history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule and commitment to providing quality products and services at fair and reasonable prices. Evaluation of relevant experiences shall be based on the extent to which the Offeror?s past experience demonstrates the ability to provide the services past experience demonstrates the ability to provide the services similar to that described in the statement of work. Companies lacking in relevant past performance history will be evaluated on past performance information regarding predecessor companies or subcontrators that will perform major or critical aspects of the requirement when such information is relevant to the instant acquisition. SECTION I is limited to total of three single-sided 8 ?? x 11? pages. The Government reserves the right to verify information under Past Performance/Corporate Experience. SECTION II- TECHNICAL FACTOR (KEY PERSONNEL & MANAGEMENT PLAN) All Sub factors under Section Volume II are equal in importance PART I. KEY PERSONNEL. Must contain an introductory summary on key personnel including their availability to fulfill the requirements of the contract. Section II must contain resumes in the quantity shown, for all key personnel being offered for performance of this contract. All key personnel must be available when required. KEY PERSONNEL Program Coordinator (1) Instructors (Number and type of instructors available for the course offering) Personnel resumes submitted by the Offeror must meet or exceed the personnel qualifications set forth in paragraphs 12.0 through 12.05 of Section C, Statement of Work. Resumes are limited to three single-sided 8 ?? x 11? pages. The Government may verify credentials and information listed on resumes. Each resume submitted must be accompanied with a letter of commitment. PART II. MANAGEMENT PLAN. The Offeror must provide a detailed management plan that will be followed during contract execution. The Offeror?s management plan must be clearly identify the proposed lines if responsibility, authority, and communication through which the tasks will be accomplished and managed. The Offeror?s management plan must indicate qualified staff size for contract performance in the areas of program management and course instruction. The management plan must also include a contingency or backup plan for performance of the contract in case of illness or other emergencies. The plan must further describe the Offeror?s proposed recruiting/hiring program for staffing the contract with qualified personnel over the life of the contract, with examples of previous successful recruiting/hiring/staffing efforts. The Offeror?s technical offer (Part I & II) is limited to one single-sided 8 ?? x 11? page, excluding resumes and letters of commitment. 52.212-2 EVALUATION- COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Past Performance, Technical, and Price. Technical and Past Performance, when combined are significantly more important than price. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve slightly superior technical or corporate experience features. (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 specified expiration time, the Government may accept as 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. WAGE DETERMINATION: In accordance with the Service Contract Act, a wage determination applies and can be viewed at http://www.wdol.gov. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: PAST PERFORMANCE, TECHNICAL AND PRICE. Technical and Past Performance, when combined are significantly more important than price. However, the Government will not make an award at a significantly higher overall cost to the Government to achieve slightly superior technical or corporate experience features. Quotations must be received no later than 1600 Sep 19 2005 (See Submittal Requirements above). Quotations must be in writing and may be faxed or mailed to the following. One Copy to: Arleen L. Starks, Contracting Dept, Fleet Industrial Supply Center, FISC JAX BLDG, 110 3rd Floor Naval Station Jacksonville FL 32212. Fax 904-542-1095 Telephone 904-542-0471, EMAIL: Arleen.Starks@navy.mil. One Copy to: LCDR Elizabeth Beaty/Mr. Richard Smith Navy Supply Corps School, 1425 Prince Ave Athens, GA 30606 Phone: 706-355-7501 X7609 Fax:706-354-7235 Email. Elizabeth.Beaty@navy.mil. CONTRACTOR PERFORMANCE EVALUATION SURVEY COVER SHEET Name and address of offeror questionnaire is being completed for: _____________________ Name of company completing questionnaire: Contract Number: _____________________________________________________________ Contract Type: ______________________________________________________________ Contract Amount: ______________________________________________________________ Contract Period of Performance ___________________________________________________ (including all options) Product/Service Description: _____________________________________________________ Name, title and phone number of person completing questionnaire: _______________________ _______________________ _______________________ Length of time your firm has been involved with this company:___________________________ Submit completed Cover Sheet and Survey via facsimile or e-mail to: CONTRACTING DEPARTMENT Fleet & Industrial Supply Center Attn: Arleen L. Starks, Code 200 Phone: (904) 542-0471 Fax: (904) 542-1095 e-mail: Arleen.Starks@navy.mil Request return by 1600 on: 19 Sep 2005 CONTRACTOR PERFORMANCE EVALUATION SURVEY RATING SHEET RATING SCALE Please use the following ratings to answer the questions. If you are unable to rate an item because it was not a requirement, never an issue, or you have no knowledge of the item in question, then you should mark ?NA?. EVALUATION CRITERIA Excellent - The company?s performance was consistently superior. Performance was entirely favorable and you wouldn?t hesitate to do business with them again. Good - The company?s performance was better than average, and you would willingly do business with them again. The contractual performance was mostly favorable and corrective actions taken by the contractor were effective. Neutral - No record exists. Average - The company?s performance was satisfactory and you would consider doing business with them again. There were minor performance problems which were satisfactorily corrected. Poor - The company?s performance was entirely unsatisfactory and you would not do business with them again under any circumstances. There were serious performance issues with the contractor for which the contractor?s corrective actions were ineffective. NOTE: For statements indicating ?Poor? or ?Excellent?, please provide an explanation in the comments section of the survey. CONTRACTOR PERFORMANCE EVALUATION SURVEY POOR AVERAGE NEUTRAL GOOD EXCELLENT A. QUALITY OF PRODUCT OR SERVICE: (1) The Contractor provided a product or service that conformed to contract requirements, specifications, and standards of good workmanship. (2) The Contractor submitted accurate reports. (3) The Contractor utilized personnel that were appropriate to the effort performed. B. COST CONTROL: (1) The Contractor performed the effort within the estimated cost/price. (2) The Contractor submitted accurate invoices on a timely basis. (3) The Contractor demonstrated cost efficiencies in performing the required effort. (4) The actual costs/rates realized closely reflected the negotiated costs/rates. C. SCHEDULE: (1) The tasks required under this effort were performed in a timely manner and in accordance with the period of performance of the contract. (2) The Contractor was responsive to technical and/or contractual direction. D. BUSINESS RELATIONSHIPS: (1) The Contractor demonstrated effective management over the effort performed. (2) The Contractor maintained an open line of communication so that the Contracting Officer?s Representative (COR) and/or Technical Point of Contact (TPOC) were apprised of technical, cost, and schedule issues. (3) The Contractor presented information and correspondence in a clear, concise, and businesslike manner. POOR AVERAGE NEUTRAL GOOD EXCELLENT (4) The Contractor promptly notified the COR, TPOC, and/or Contracting Officer in a timely manner regarding urgent issues. (5) The Contractor cooperated with the Government in providing flexible, proactive, and effective recommended solutions to critical program issues. (6) The Contractor made timely award to, and demonstrated effective management of, its subcontractors. (7) The Contractor demonstrated an effective small/small disadvantaged business subcontracting program. E. CUSTOMER SATISFACTION: (1) The products/services provided adequately met the needs of the program. (2) The Contractor was able to perform with minimal or no direction from the COR or the TPOC. (3) I am satisfied with the performance of the Contractor under this effort. F. KEY PERSONNEL: (1) The labor turnover in key personnel labor categories was minimal and did not adversely affect Contractor performance. (2) The Contractor proposed qualified personnel to fulfill the requirements of the contract. G. OTHER: (1) Would you award this firm another contract? ( ) Yes ( ) No If you answered ?No? provide an explanation.______________________________________________________________________ __________________________________________________________________________________ (2) Was the contract terminated for default? ( ) Yes ( ) No If you answered ?Yes?, provide an explanation. ___________________________________________ __________________________________________________________________________________ COMMENTS: (Required for ALL Poor and Excellent Ratings) ___________________________________________________________________________________________________ ___________________________________________________________________________________________________ ___________________________________________________________________________________________________ ___________________________________________________________________________________________________ ________________________________________________________________________________________________
 
Place of Performance
Address: Navy Supply Corps School, 1425 Prince Ave, Athens, GA
Zip Code: 30606
Country: USA
 
Record
SN00886258-W 20050904/050902212542 (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.