Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 6,2000 PSA#2615

Regional Contracting Department (Code 201), Fleet and Industrial Supply Center, 1942 Gaffney Street, Ste 100, Pearl Harbor, HI 96860-4549

V -- TRANSPORTATION OF PERSONNEL SOL N00604-00-T-A184 DUE 060900 POC Ms. Gail Caban, (808)473-7528 E-MAIL: POC, gail_a_caban@pearl.fisc.navy.mil. Solicitation number N00604-00-T-A184. This amendment is issued to extend the closing date to 09 June 2000. The following is hereby deleted in its entirety from the original combined synopsis/solicitation published on 19 May 2000. ***Addendum to Paragraph (b) (10), Past performance-delete entire paragraph. Substitute with "Past Performance will not be evaluated but will be used as a factor in determining responsibility. Offerors shall provide the name and numbers of three (3) references that you have provided same or similar services (reference sheets my be obtained from the POC stated herein.)*** FAR clause 52.212-2 Evaluation of Commercial Items. Addendum to Paragraph (a) is hereby deleted and replaced as follows: (a) EVALUATION FACTORS FOR AWARD 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 usedto evaluate offers: (1) Technical acceptability of the required mode of transportation. Technical acceptability will be determined by an on-site Government inspection of proposed modes of transportation. (2) Past Performance (i) Quality of Service (ii) Timeliness of Performance (iii) Customer Satisfaction (3) Price Past performance and technical acceptability are more important than price. In the event offerors are rated equal in past performance and technical acceptability, price will be the determining factor. (b) TECHNICAL FACTORS Each proposed mode of transportation will be evaluated to determine if it meets the technical requirements of the solicitation specified herein. Evaluation will result in a determination as to whether the proposal is either "technically acceptable" or "technically unacceptable." Technical acceptability will be determined on the proposals conformance to the specifications set forth in this solicitation, based on the following: On-site Government Inspection of proposed mode of transportation. The Government will conduct an on-site inspection of all proposed modes of transportation as part of the technical evaluation process. The modes of transportation should be suitable for the transport of senior government and high-ranking military personnel. The mode of transportation's interior shall be clean, unsoiled, and in good repair. Offerors will be notified of the exact date and time of the on-site inspection after the close of the solicitation. The Government reserves the right to judge which proposals show the required capability and the right to eliminate from further consideration those proposals which are considered unacceptable and not capable of being made acceptable with out major rewrite or revision. (c) PAST PERFORMANCE FACTORS (1) During the source selection process, the Government will assess the offeror's ability to perform on the instant contract, including the offeror's likelihood of achieving success in meeting the solicitation's requirement. Past Performance is assessed by the Source Selection Authority, and is assigned a narrative rating in the evaluation as follows: (i) NEUTRAL: No relevant past performance available for evaluation. Proposal receives no merit or demerit for this factor. (ii) EXCELLENT: The contractor's performance exceeds specified performance or capability. The contractor's performance demonstrates benefit to the Government based on no or minor quality problems. No potential exists for disruption of schedule, increases in cost or degradation of performance based on the offeror's past performance. (iii) GOOD: The contractor's performance exceeds some contractual requirements while meeting other contractual requirements. The contractor's performance demonstrates benefit to the Government based on minor quality problems that do not impact achievement of contract requirements, minimal potential exists for disruption of schedule, increase in cost or degradation of performance, based on theofferor's past performance. (iv) SATISTACTORY: The contractor's performance meets all contractual requirements. The contractor's performance demonstrates some quality problems that do not impact achievement of contract requirements. Some potential exists for disruption of schedule, increase in cost or degradation of performance based on the offeror's past performance. (v) MARGINAL: The contractor's performance meets some contractual requirements and fails in others. The contractor's performance demonstrates non-conformance requiring Agency monitoring to ensure achievement of contractual requirements. Significant potential exists for disruption of schedule, increase in cost or degradation of performance based on the offeror's past performance. (vi) NOT APPLICABLE (N/A): Not observed under the requirement. (2) Offerors will be rated favorably for good past performance. Offeror's will be rated unfavorably for poor past performance. In the event there is no past performance, the offeror will not be evaluated favorably or unfavorably, but will receive a neutral rating to maintain fairness of the evaluation process. A neutral rating means that the offeror has no past performance available for evaluation. (3) Past performance evaluations will be conducted by evaluating information specified in the Contractor's proposal. Offerors shall provide the name and numbers of three (3) references that you have provided same or similar services (reference sheets my be obtained from the POC stated herein.) (4) Past performance information will be evaluated in the following areas which are of equal importance: (i) Quality of Service (ii) Timeliness of Performance (iii) Customer Satisfaction (5) The offeror's record of conforming to specifications and standards of good workmanship, adherence to contract schedules, providing required reports and schedules, the administrative aspects of management, quality control process, and the offeror's reputation for reasonable and cooperative behavior will be considered in the areas listed above. Posted 06/02/00 (W-SN461080). (0154)

Loren Data Corp. http://www.ld.com (SYN# 0103 20000606\V-0001.SOL)


V - Transportation, Travel and Relocation Services Index Page