|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 4,1998 PSA#2151Fleet Industrial and Supply Center, DET Washington 901 M Street S. E.
Washington Navy Yard, Bldg 200-4, Washington D. C. 20374 V -- LODGING FOR NAVAL SCHOOL OF HEALTH SCIENCES SOL N00600-98-R-2601
DUE 081498 POC For additional Information Contact Ayo H. Johnson Code
02W2.2F at 202.433.2970 fax 202.433.5414 email
ayo_johnson@fmso.navy.mil This is the second modification to
solicitation number N00600-98-R-2601. The Submission Numbers are as
follows: Initial Solicitation # 218813 &218814 Modification #1 #229555
The solicitation is hereby changed as follows; Paragraphs VII FAR
52.212-1 Instructions to Offerors -- Commercial Items, and VIII
Contract Award/Evaluation (Best Value) -- Commercial Items
(FISCNORVADETWASH), are hereby replaced in their entirety by the
following: VII. FAR 52.212-1, Instructions to Offerors-Commercial
Items, is incorporated by reference and applies to this acquisition.
The following ADDENDUM applies to FAR 52.212-1: 1. The offeror agrees
to hold the prices in its offer firm for 50 days from the date
specified for receipt of offers. In addition to the information
required in FAR 52.212-1, which should sufficiently show that the
offeror can meet all of the Government's minimum requirements, offerors
shall provide: a. A clear identification of the number of facilities
the offeror is proposing for this effort; b. A written description of
how close the offeror's facility(ies) is/are, in terms of distance and
travel time during rush hour, to the National Naval Medical Center and
how close the facility(ies) is/are to the nearest Metro Station in
accordance with paragraph 10 of the Statement of Work listed above; c.
A written description of the measures, if any, that will be taken to
provide transportation service to and/or from the nearest Metro
Station. (If the contractor is located within 1/4 of a mile of the
nearest Metro and chooses not to provide any transportation, they
should affirmatively state this in their proposal); d. In addition to
the Past Performance information required by FAR 52.212-1(b)(10), the
offeror shall provide the fax numbers for the points of contact for all
references on previous or current contracts of similar magnitude. VIII.
The following evaluation factors apply: CONTRACT AWARD/EVALUATION (BEST
VALUE) -- COMMERCIAL ITEMS (FISCNORVADETWASH) (FEB 1996) (a) The
Government intends to evaluate proposals and award a contract without
discussions with offerors. However, the Government reserves the right
to conduct discussions if later determined by the Contracting Officer
to be necessary. Therefore each initial offer should contain the
offeror's best terms from a cost or price and technical standpoint. (b)
Proposals received in response to this solicitation will be evaluated
by the Fleet and Industrial Supply Center Norfolk Detachment Washington
pursuant to the Federal Acquisition Regulation (FAR) and the Department
of Defense Supplement. One contractor will be selected for award on the
basis of their proposal being the most advantageous to the Government,
price and other factors considered. (c) Each technical proposal will
be evaluated qualitatively and categorized as outstanding, better,
acceptable, marginal or unacceptable in relation to the technical
evaluation factors set forth in this solicitation. A finding of
unacceptable in one technical factor may result in the entire technical
proposal being found to be unacceptable. The past performance factor
will be evaluated qualitatively and categorized as neutral,
outstanding, better, satisfactory or marginal as set for in the clause
"Evaluation of Past Performance". (d) All technical evaluation factors
when combined are more important than price. Price is more important
than past performance. (e) Prospective offerors are forewarned that an
acceptable technical proposal and marginal past performance with the
lowest price may not be selected if award to a higher priced proposal
affords the Government a greater overall benefit. The Government may
elect to pay a price premium to select an offeror whose technical
proposal or technical proposal and past performance combined, are
superior. (f) Options. The Government will evaluate offers for award
purposes by adding the total price for all options (if included in the
RFP) to the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are
significantly unbalanced. Evaluation of options shall not obligate the
Government to exercise the option(s). (g) 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. 1. Offerors will be evaluated based on how well they meet
the technical requirements of the statement of work (including how they
address paragraphs (a) and (b) in the Instructions to Offerors) listed
above) in accordance with paragraph (c) above. The Government will be
evaluating the following items as follows (which are listed from
highest level of importance to lowest importance): a) Offerors will be
evaluated on their ability to propose one Hotel facility (as opposed
to two or more hotels combining for one effort) for the entire
requirement. Offerors proposing one Hotel facility will receive a
higher technical rating than offerors proposing multiple hotels. This
is the Government's most critical technical evaluation factor. b)
Offerors will be evaluated on how close in terms of distance their
facility is to the nearest metrorail station. The Government will give
all offerors that are within a 1/4 of a mile distance from the nearest
metrorail station the same technical rating for this factor. If an
offeror is outside of this distance, then their proposal for on-demand
transportation service or shuttle service will be evaluated on how
well it meets the needs of the Government as defined in the statement
of work. Offerors proposing a hotel within 1/4 of a mile to the nearest
subway station will receive a higher technical rating than offerors
outside of this distance proposing transportation service. An offeror
inside of the 1/4 mile distance that also proposes on-demand or shuttle
service, will receive the same technical rating as an offeror inside of
the 1/4 mile distance. This is the Government's second most important
technical evaluation factor. c) Offerors will be evaluated on how
close, in terms of time by surface commute during rush hour, their
facility is to the National Naval Medical Center in Bethesda. Offerors
with shorter surface commutes during rush hour will receive a higher
technical rating for this factor. The rating intervals will be from: 1
-- 10 minute surface commute during rush hour and 11 -- 20 minute
surface commute during rush hour. The Government reserves the right to
adjust this time factor (in accordance with such information as Metro
time schedule for commutes, etc..) if it determines the contractor's
estimate is unrealistic. This is the Government's third most important
technical factor. 2. Offerors will be evaluated on their price, 3.
Offerors will be evaluated on their past performance in accordance
with"EVALUATION OF PAST PERFORMANCE" clause that follows. The
Government reserves the right to visit the contractor's facility to
inspect it for compliance with the technical requirements of this
procurement and to help determine the technical rating for an offeror.
EVALUATION OF PAST PERFORMANCE, FISCNORVADETWASH M22 ALTERNATE I (OCT
1995) (a) In relation to the evaluation of other non-cost factors, the
evaluation of past performance will consider past performance as less
important than any of the technical factors. (b) The Government will
evaluate the quality of the offeror's past performance. This evaluation
is separate and distinct from the Contracting Officer's responsibility
determination. The assessment of the offeror's past performance will
be used to evaluate the relative capability of the offeror and other
competitors to successfully meet the requirements of the RFP. Past
performance of significant and/or critical subcontractors will be
considered to the extent warranted by the subcontractor's involvement
in the proposed effort. Past performance of "key personnel", if any,
shall not be considered. (c) The Government reserves the right to
obtain information for use in the evaluation of past performance from
any and all sources including sources outside of the Government.
Offerors lacking relevant past performance history will receive a
neutral rating for past performance. However, the proposal of an
offeror with no relevant past performance history, while rated neutral
in past performance, may not represent the most advantageous proposal
to the Government and thus, may be an unsuccessful proposal when
compared to the proposals of other offerors. The offeror must provide
the information requested above for past performance evaluation or
affirmatively state that it possesses no relevant directly related or
similar past performance experience. The Government reserves the right
not to evaluate or consider for award the entire proposal from an
offeror which fails to provide the past performance information orwhich
fails to assert that it has no relevant directly related or similar
past performance experience. (d) Contracting Officers will use the
following adjectival definitions as guidelines in evaluating past
performance: NEUTRAL: No relevant past performance available for
evaluation. Offeror has asserted that it has no relevant directly
related or similar past performance experience. Proposal receives no
merit or demerit for this factor. OUTSTANDING: No risk anticipated with
delivery of quality product, on time, or of any degradation of
performance or lack of customer satisfaction (or cost growth if
applicable) based upon offeror's past performance. BETTER: Very little
risk anticipated with delivery of quality product, on time, or of
degradation of performance of lack of customer satisfaction (or cost
growth if applicable) based upon the offeror's past performance.
SATISFACTORY: Some potential risk anticipated with delivery of quality
product, on time, and of degradation or lack of customer satisfaction
(or cost growth if applicable) based upon the offeror's past
performance. MARGINAL: Significant potential risk anticipated with
delivery of quality product, on time, and of degradation of performance
based upon the offeror's past performance. (A rating of marginal does
not by itself make the proposal ineligible for award. The closing date
for this solicitation remains 14 August 1998 as specified in
Modification 1 to this solicitation. Posted 07/31/98 (W-SN231005).
(0212) Loren Data Corp. http://www.ld.com (SYN# 0138 19980804\V-0002.SOL)
V - Transportation, Travel and Relocation Services Index Page
|
|