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