Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2025 SAM #8560
SOLICITATION NOTICE

70 -- 58--RELAY MODULE ASSY

Notice Date
5/2/2025 12:49:25 AM
 
Notice Type
Solicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NAVSUP WEAPON SYSTEMS SUPPORT MECH MECHANICSBURG PA 17050-0788 USA
 
ZIP Code
17050-0788
 
Solicitation Number
N0010424RUF38
 
Response Due
6/2/2025 11:00:00 AM
 
Archive Date
06/17/2025
 
Point of Contact
Telephone: 7176053918
 
E-Mail Address
KATHLEEN.J.BYRNE@NAVY.MIL
(KATHLEEN.J.BYRNE@NAVY.MIL)
 
Description
CONTACT INFORMATION|4|N711.11|AHF|717-605-6464|kathleen.j.byrne.civ@us.navy.mil| ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)|19|||||||||||||||||||| INSPECTION OF SUPPLIES--FIXED-PRICE (AUG 1996)|2||| TIME OF DELIVERY (JUNE 1997)|20|0001AA|20|365|||||||||||||||||| STOP-WORK ORDER (AUG 1989)|1|| WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)|16|COMBO||TBD|N00104|TBD|TBD|W25G1U|TBD|||TBD|||||| NAVY USE OF ABILITYONE SUPPORT CONTRACTOR - RELEASE OF OFFEROR INFORMATION (3-18))|1|| SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS)- BASIC (DEC 2019)|2||| INTEGRITY OF UNIT PRICES (NOV 2021)|1|| SMALL BUSINESS SUBCONTRACTING PLAN (JAN 2025)|4||||| EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)|2||| LIST OF SOLICITATION ATTACHMENTS|5|||||| BUY AMERICAN-BALANCE OF PAYMENTS PROGRAM CERTIFICATE-BASIC (FEB 2024)|1|| ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2025)(DEVIATION 2025-O0003 AND2025-O0004))|13|334290|800|||||||||||| TYPE OF CONTRACT (APR 1984)|1|Firm Fixed Price| NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PERPARDENESS, AND ENRGY PROGAM USE (APRIL 2008))|2||| Accelerated delivery is encouraged and accepted before the delivery date(s) listed in the schedule. ^^ A. Electronic submission of any quotes, representations, and any necessary certifications shall be accomplished via an email directed to KATHLEEN.J.BYRNE.CIV@US.NAVY.MIL. B. General Requirements: MIL-STD Packaging, Government Source Inspection Required. C. All freight is FOB Origin. D. This RFP is for a BUY/Procurement. The resultant award of this solicitation will be issued bilaterally, requiring the contractors written acceptance prioor to execution. Verify nomenclature, part number, and NSN prior to responding. E. Must adhere to IUID requirements of DFARS 252.211-7003 F. The ultimate awardee of the proposed contract action must be an authorized source. Award of the proposed contract action will not be delayed while an unauthorized source seeks to obtain authorization. G. Your quote should include the following information for justification purposes: - New procurement unit price____________________ - Total Price _____________________ - Procurement delivery lead time (PTAT) _________________ days - Award to CAGE _______________ - Inspection & Acceptance CAGE, if not at Award to CAGE _____________ - Cost breakdown requested, including profit rate (if feasible). - Quote expiration date _______________ (90 Days minimum is requested). - Delivery Vehicle (If Delivery Order requested)(e.g. if your CAGE has a current BOA/IDIQ) H. Important Traceability Notice: If you are not the manufacturer of the material you are offering, you must provide an official letter and/or email from the OEM confirming that your company is an authorized distributor of their items. SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS SUBMISSION OF OFFERS Offerors may email proposals for this solicitation electronically as follows: To: Kathleen Byrne - kathleen.j.byrne.civ@us.navy.mil CC: Devon Hensel - devon.c.hensel.civ@us.navy.mil SUBJECT LINE: Proposal (insert name of Offeror) N00104-24-R-UF38 Offerors are responsible for confirming with the Contracting Officer (KO) and/or Contracting Specialist (CS) that the proposal submitted has, in fact, been received by the KO and/or CS. The completion and submission of the below items will constitute the offeror's initial proposal and will indicate the offeror's unconditional consent to thhe terms and conditions of this RFP and any attachments hereto. The Government intends to award a contract without discussions, but reserves the right to conduct discussions if the contracting officer later determines them to be necessary. Since offers that take exception or object to terms of this solicitation may be rendered ineligible for award, offerors are cautioned to address solicitation exceptions, objections, or questions to the contracting officer prior to the time set for receipt of initial proposals. The Government reserves the right to require the submission of Other Than Certified Cost or Pricing Data as is deemed necessary to arrive at a fair and reasonable price. PROPOSAL PREPARATION INSTRUCTIONS: 1. The Offeror's proposal shall consist of two volumes: General Information/Price and Past Performance. 2. Proposal Format a. Offerors shall submit electronically one copy of the proposal b. Exceptions. Offerors are required to meet all solicitation requirementsm such as terms and conditions, representations, and certifications, and technical requirements, in addition to those identified as evaluation factors. Failure to meet a requirement may result in an offer being ineligible for award. If the offeror finds it necessary to take exception to any of the requirements specified in this solcitation, the exception must be raised prior to solicitation closing. Offerors are cautioned that taking an exception in their proposal may render the offer ineligible for award. c. The proposal shall be organized into two volumes. d. The proposal shall remain valid for 45 days. 3. Proposal Content: VOLUME I - General Information/Price 1. Solicitation, Offer and Award - The SF 33 shall be submitted fully completed. The offeror is cautioned that the SF 33 must contain an original signature in block 17 of the form. The contractor shall acknowledge any amendments to the RFP in accordance with the instructions on the SF 33 and with Section L, FAR 52.215-1(b), Instruction to Offerors - CompetitiveAcquisition. The offeror shall pprovide the name, title and telephone number of the company/division point of contact regarding decisions made with respect to your proposal and who can obligate your company contractually. Also, identify those individuals authorized to negotiate with the Government 2. Section B (Supplies or Services and Prices/Costs) - Section B shall be submitted fully completed and error free. It shall contain the offeror's price for the established Contract Line Items Numbers (CLINS). 3. Section K (Representation, Certifications, and Other Statements of Offerors) - The offeror shall ensure that Section K is submitted thoroughly completed with all blocks in each certification/representation completed truthfully and completely. 1. Offerors shall submit documentation showing their Quality System meets the Volume II - Past Performance The Government considers past performance a predictor of future contract performance. The Government bases its degree of confidence the Offeror will complete the requirements in accordance with the contract term on the Offeror's demonstrated record of recent, relevant performance. Each Offeror shall submit its past performance information including no more than two (2) contract examples with its initial proposal representing recent, relevant performance under Government and/or commercial contracts. 1. The Past Performance information submitted in this Volume shall include contract descriptions with at least the following information: (a) Contract number, Award date, Total contract dollar value. (b) Item description, nomenclature, NSN, Part Number, quantity, and period of performance. (c) Name and reference point of contact at the government or commercial entity for where the contract was performed. (d) Original delivery date of the contract at time of award as well as the final delivery date and an explanation of any difference between these two dates. 2. Offerors should limit examples to those involving its performance as a prime or first tier subcontractor only. The Government is not required to interview any points of contact identified by Offerors. The Government reserves the right to use data provided in the Offeror??s proposal and data obtained from any otheer sources of information to evaluate Past Performance including the ContractorPerformance Assessment Reporting System (CPARS) or the Federal Awardee Performance and Integrity Information System (FAPIIS). The Government does not assume the duty to search for data to cure the problems it finds in the information provided by the Offeror. The burden of providing thorough and complete past performance information remains with the Offeror. 3. Recent contracts are those that have been on-going with at least six (6) months of performance history or produced deliverables under prime contracts, taskorders, delivery orders, or subcontracts, within three (3) years prior to issuance of this solicitation, as well as contracts that continue today. The Government reserves the right to consider any significant past performance after the solicitation closing date and prior to award. 4. Relevant means performance that demonstrates the Offeror's successful perfoormance on current and/or prior efforts involving the same or similar manufacturing and quality assurance processes. Other factors of potential consideration to determine relevance include the degree to which the contracts are comparable with regard to the complexity of the manufacturing processes, size of the production quantities or total dollar value to the solicited effort. In-house performance holds greater relevance and therefore, a greater predictor of success than outsourcing. 5. The Government determines which information is relevant for evaluation purposes, though the Offeror may highlight those efforts it feels are most similar in scope and magnitude of effort and complexities to the requirements of this solicitation. CLAUSES INCORPORATED BY REFERENCE 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.214-34 Submission of Offers in the English Language (APR 1991) 52.214-35 Submission of Offers in U.S. Currency (APR 1991) CLAUSES INCORPORATED BY FULL TEXT 52.211-2 - Availability of Specifications, Standards, and Data Item DescriptionsListed in the Acquisition Streamlining and Standardization Information System (ASSIST) (JUL 2021) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (https://assist.dla.mil/online/start/); (2) Quick Search (http://quicksearch.dla.mil/). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by - (1) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); (2) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. 52.211-14 - Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. (Apr 2008) Any contract awarded as a result of this solicitation will be DO Rated Order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR700), and the Contractor will be required to follow all of the requirements of this regulation. 52.215-1 - Instructions to Offerors-Competitive Acquisition (NOV 2021) (a) Definitions. As used in the provision - Discussions are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its proposal. In writing, ""writing,"" or ""written"" means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information. Proposal modification is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award. Proposal revision is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations. Time, if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day. (b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). (c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or fascimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision. (2) The first page of the proposal must show - (i) The solicitation number; (ii) The name, address, and telephone and fascimile numbers of the offeror (and electronic address if available); (iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all itemls upon which prices are offered at the price set opposite each item; (iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and (v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. (3) Submission, modification, revision, and withdrawal of proposals. (i) Offerors are responsible for submitting proposals, and any modifications or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due. (ii) (A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is ""late"" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offerwould not unduly delay in the acquisition; and - (1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (3) It is the only proposal received. (B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stampof that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony, or statements of Governemnt personnel. (iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified forreceipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award. (4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items. (5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and inU.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation. (6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award. (7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer. (8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer. (d) (d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror). (e) (e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall- (1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed-in whole or in part-for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of-or in connection with-the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets ?insert numbers or other identification of sheets?; and (2) Mark each sheet of data it wishes to restrict with the following legend: Use of disclosure of data contained on this sheet is subject to the restrictionon the title page of this proposal. (f) Contract Award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. (2) The Government may reject any or all proposals if such action is in the Government's interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficent competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficent competition among the most highly rated proposals. (5) The Government reserves the right to make an award of any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal. (6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. (7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government. (8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. (10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party. (11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (i) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (ii)The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performanceinformation on the debriefed offeror. (iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (iv) A summary of the rationale for award. (v) For acquisitions of commercial products, the make and model of the product to be delivered by the successful offeror. (vi) Reasonable responses to relevant questions posed by the debriefed offeror as the whether source selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. 52.216-1 - Type of Contract (APR 1984) The Government contemplates award of a Firm-Fixed-Price contract resulting from this solicitation. 52.233-2 - Service of Protest (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Counsel for the Naval Supply Weapon Systems Support - Mechanicsburg, Code N0GC, 5450 Carlisle Pike, Mechanicsburg, PA 17050-2411; (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: https://www.acquisition.gov/browse/index/far/ DFARS Clauses: http://www.acq.osd.mil/dpap/dars/dfarspgi/current/ 252.215-7008 - Only One Offer (DEC 2022) (a) Cost or pricing data requirements. After initial submission of offers, if the Contracting Officer notifies the Offeror that only one offer was received, the Offeror agrees to - (1) Submit any additional cost or pricing data that is required in order to determine whether the price is fair and reasonable (10 U.S.C. 3705) or to comply with the statutory requirement for certified cost or pricing data (10 U.S.C. 3702 and FAR 15.403-3); and (2) Except as provided in paragraph (b) of this provision, if the acquisition exceeds the certified cost or pricing data threshold and an exception to the requirement for certified cost or pricing data at FAR 15.403-1(b)(2) through (5) does not apply, certify all cost or pricing data in accordance with paragraph (c) of DFARS provision 252.215-7010 , Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data, of this solicitation. (b) Canadian Commercial Corporation. If the Offeror is the Canadian Commercial Corporation, certified cost or pricing data are not required. If the Contracting Officer notifies the Canadian Commercial Corporation that additional data other than certified cost or pricing data are required in accordance with DFARS 225.870-4 (c), the Canadian Commercial Corporation shall obtain and provide the following: (1) Profit rate or fee (as applicable). (2)Analysis provided by Public Works and Government Services Canada to the Canadian Commercial Corporation to determinea fair and reasonable price (comparable to the analysis required at FAR 15.404-1). (3) Data other than certified cost or pricing data necessary to permit a determination by the U.S. Contracting Officer that the proposed price is fair and reasonable ?U.S. Contracting Officer to provide description of the data required in accordance with FAR 15.403-3(a)(1) with the notification?. (4) As specified in FAR 15.403-3(a)(4), an offeror who does not comply with a requirement to submit data that the U.S. Contracting Officer has deemed necessary to determine price reasonableness or cost realism is ineligible for award unless the head of the contracting activity determines that it is in the best interest of the Government to make the award to that offeror. (c) Subcontracts. Unless the Offeror is the Canadian Commercial Corporation, the Offeror shall insert the substance of this provision, including this paragraph (c), in all subcontracts exceeding the simplified acquisition threshold defined in FAR part 2. WSSTERMLZ05 - Review of Agency Protests (FEB 2013) - In accordance with FAR Subpart 33.103(d)(4), interested parties may request an independent review of their protest at a level above the contracting officer. The request for an independent review may be made in lieu of a protest to the contracting officer, or as an appeal of a contracting officer decision on a protest. If an agency appellate review of the contracting officer's decision on a a protest is requested, it will not extend GAO's timeliness requirements.. Any subsequent protest to the GAO must be filed within 10 days of knowledge of the initial adverse agency action. The individual who will conduct the independent review is the Chief of the Contracting Office (CCO). Interested parties requesting to have an independent review of a protest or to appeal a contracting officer protest decision shall address their correspondence to: Independent Protest Review Official NAVSUP WSS Code N7 Building 410, South End, Bay A30 5450 Carlisle Pike, PO Box 2020 Mechanicsburg, PA 17055-0788 WSSTERMLZ06 - CONSIGNMENT INSTRUCTIONS Consignment Addresses are readily available electronically at the DoD Activity Address Codes (DODAAC) website https://home.daas.dla.mil/daashome/daasinq.asp. Contractors are to enter a specific DODAAC Code (i.e. N63126), then select ""Scan Query."" Three addresses will appear: TAC1=Mailing Address TAC2=Shipping Address TAC3=Billing Address The TAC2 Shipping Address should always be used. If it is missing for whatever reason, the contractor is authorized to use the TAC1 Mailing Address. For Mobile Units and Ships, call the Naval Operational Logistics Support Center(NOLSC) Fleet Locator at: Commercial 757-443-5434 or DSN 646-5434 (10-22) SECTION M - EVALUATION FACTORS FOR AWARD 252.204-7024 - Notice on the Use of the Supplier Performance Risk System (MAR 2023) EVALUATION FOR AWARD Basis for Contract Award - This is a best value negotiated acquisition conducted in accordance with Federal Acquisition Regulation (FAR) 15.3, Source Selection, as supplemented by the Defense FederalAcquisition Regulation Supplement (DFARS). The Government may award the contract to an offeror that does not offer the lowest price. Selection decisions consider an evaluation of the factors indicated above using an adjectival rating system that grades an offeror's non-price factors. Price will be evaluated, but not adjectivally rated. The Government will perform an initial assessment of the Offerors proposals agaainst the submittal requirements of Section L ?instructions to offerors?. Failure to submit the required documentation in theformat specified in Section L of this solicitation may render the Offerors proposal unevaluatable and the proposal will be eliminated from the competition without further consideration. Responsibility: Pursuant to FAR 9.103, the Contracting Officer will award all contracts to the contractor(s) he or she deems a responsible contractor. Separate from the best value source selection criteria,each Offeror must be able to demonstrate it meets the standards of responsibility set forth in FAR 9.104. (a) The Government reservesthe right to conduct a pre-award survey on any Offerors considered for award, to assist in the Contracting Officers determination of Contractor responsibility. The Contracting Officer may also either make a responsibility determination without requesting any information from an Offeror or require theOfferor provide information to substantiate that it satisfies the general responsibility standards of FAR 9.104-1. The Contracting Officer considers an Offerors ability to respond too his or her r request(s) for information promptly as an indication of the Offerorss level of responsibility. (b) Nothing in this provision limits the Contracting Officers discretion to rel(e.g., past performance databases, discussions with other entities familiar witin FAR 9.1 when determining whether the Offeror satisfies the FAR 9.104-1 general responsibility standards. All evaluation factors other than price when combined are significantly more important than price. There is one non-price factor: past performance. Within the non-price factors, the past performance factor is the most important. The Government reserves the right to make the award to an Offeror other than the Offeror that submits the lowest overall evaluated price, using a Best Value trade-off analysis method of procurement. Offerors must receive a rating of Acceptable or better on all factors to be eligible for award. Evaluation criteria consists of the following factors: FACTOR 1 - PAST PERFORMANCE The Government considers past performance information a predictor of future contract performance. The Government bases its degreeof confidence it has that the offeror will successfully complete the requirements in accordance with the contract terms on the offeror's demonstrated record of recent and relevant performance. This evaluation is separate and distinct from the Contracting Officerss responsibility determination. Assessment of the offerors past performance transslates a means of evaluating the relative capability ofthe offeror(s) to...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ea856d607f0e4ef3a6b4bd61a20de07a/view)
 
Record
SN07429724-F 20250504/250502230059 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.