Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 04, 2010 FBO #3144
MODIFICATION

R -- Methodology Analysis for Weighting of Historical Experience

Notice Date
7/2/2010
 
Notice Type
Modification/Amendment
 
Contracting Office
GovPay Electronic Invoicing at http:www.govpay.gov e-mail: HelpDesk@govpay.gov Phone: 703-964-8802 99999
 
ZIP Code
99999
 
Solicitation Number
1406N10PS18269
 
Response Due
7/19/2010
 
Archive Date
7/2/2011
 
Point of Contact
Don Abamonte Contracting Officer 7039643645 donald.abamonte@aqd.nbc.gov;
 
E-Mail Address
Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
Amendment 4 to Solicitation Number N10PS18269 This amendment reflects the following: This amendment replaces in its entirety FAR Clause 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) located on page 12 of the solicitation. The previous version of FAR 52.212-2 that was posted on Amendment Number 3, is to be disregarded and inserted with the revised version as stated below: 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: (i) Technical approach to meet the Government requirement; (ii) Project Management (WBS Delivery Schedule and Quality Control Plan); (iii) Past performance; (iv) Price Technical Evaluation Factors (in descending order of importance): Technical Approach: The government will use the offeror's technical approach discussion (see Attachment 1, Proposal Instructions), the Government will evaluate the offeror's planned approach for reviewing the factors that RMA is considering including in the historical experience of the Actual Production History (APH) yields under the Federal Crop Insurance Program along with the originality of factors to examine with consideration made to RMA's current operating procedures. The contractor's proposal should outline their plan to include the following crops in the analysis: wheat, cotton, corn, soybeans, grain sorghum, barley, rice, apples, and potatoes. Key Personnel will be evaluated based on the individual skills, education, the techniques the offeror will utilize to assess and quantify the risk associated with covering this topic specifically in anticipation of a limited data scenario, implementation feasibility, concerns, and experience of the key personnel proposed for this project. Past Performance: The Government will evaluate the quality of previous work products the Offeror and its key personnel have produced on efforts similar to the size, scope and complexity of requirements within this statement of work and the organizations history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget. The organization's specific experience working with clients in the business of developing crop insurance programs or similar programs. Aspects to be considered include the customer's perspective on: Usefulness and value of the services and products delivered (e.g., recommendations in previous work products were generally adopted); The key objectives and initial intent of the contracts were met (customer expectations); Previous work products contained relatively few substantial deficiencies; and the requested corrections were quickly and correctly made or satisfactorily explained; and Previous work products contained detailed, logical, and insightful analysis and recommendation, use of appropriate statistical methods, insight into potential program vulnerabilities, etc. Project Management Plan (WBS, delivery schedule & Quality Control Plan): Proposals will be evaluated on the work breakdown structure, the proposed delivery schedule and the Contractor's Quality Control Plan. The government is looking for the Contractor that demonstrates the most effective, efficient and optimal technique to meet the solicitation's goals, objectives, and requirements. Selection of the firm to perform this task order will be based on the Government's assessment of the best overall value. Technical quotes will be given adjective ratings. This amendment reflects changes located on page 45 of the Solicitation to read as shown below: Section 2.3 specifically paragraph 6 is changed to the following: However, the investigation need not be limited to these variables or approaches. Additional variables or approaches may be presented in the proposal for consideration. The contractors report shall include the following crops: wheat, cotton, corn, soybeans, grain sorghum, barley, rice, apples, and potatoes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ccddd43dd90a39e80dcaccc8b328466)
 
Place of Performance
Address: At Contractor's Facility
Zip Code: 64133
 
Record
SN02195714-W 20100704/100702234600-3ccddd43dd90a39e80dcaccc8b328466 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.