MODIFICATION
B -- Advanced Adaptive Restraint Program
- Notice Date
- 6/28/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Transportation, National Highway Traffic Safety Administration (NHTSA), National Highway Traffic Safety Administration HQ, 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTNH22-12-R-00534
- Archive Date
- 8/3/2012
- Point of Contact
- Ross S Jeffries, Phone: (202)366-6283, Lionel Johnson, Phone: (202)366-0498
- E-Mail Address
-
nhtsaoam@dot.gov, Lionel.Johnson.CTR@dot.gov
(nhtsaoam@dot.gov, Lionel.Johnson.CTR@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This modification is hereby made to DTNH22-12-R-00534 1. Questions to this solicitation must be submitted in writing via e-mail to Mr. Ross Jeffries at nhtsaoam@dot.gov, no later than 2:00pm, 6, July, 2012. Please ensure your subject line includes the following: "RFP Number DTNH22-12-R-00534; Attention Mr. Ross Jeffries. Questions and answers will be available on website www.fedbizopps.gov, entitled: "Questions and Answers", by no later than 3:00pm, 13, July, 2012. No inquiries by telephone, please. 2. Section L.1. is modified to add the following FAR clause incorporated by reference: [ X] 52.215 - 1 I ns t r u c tions to O ff e r o r s - C omp e titive A c quis i tion ( J AN 2004) 3. Section M.1.b. is deleted and replaced with the following: b. P HA S E T WO, E va l u a t ion of Cost P r o p osa l s - a. The Gov e r nm e nt will e v a lu a te the o ff e r o r' s p r o pos e d costs as set forth in M.3., COST EVALUATION and f o r re l a tive r ea son a bl e n e ss b y m ea ns of p r i c e a n a l y sis, a s p re s cr ib e d in F AR 15.404 - 1 ( b )( 1 ), P r i c e An a l y sis, a n d F AR 15.403 - 1 ( c)( 1 ), Ad e qu a te P r i c e C omp e tition. The o ff e r o r ' s p r opo s e d p r i c e a nd/or c osts will be c onsid e r e d. The re vi e w of t h e o f f er o r ' s p r i ce s will be m a de ind e p e n d e nt l y of the t ec hni c a l r e vi e w. b. N e g oti a tions m a y b e c ondu c t e d with those o ff e r o r s whose r e sponsive a n d t ec hni ca l l y a c ce pt a b l e p r opos a ls, c ombin e d with th e ir c ost p r opos a ls, pl ac e th e m in the c om p e titive ra n g e. N e g oti a tions will be c ondu c t e d to the e x t e nt d ee m e d n ece s s a r y b y the Go v er nm e nt. H o w e v er, o ff e r o r s a re ca ution e d to submit p r opos a ls on the most fa vo ra b le b a sis sin c e the g ov e r n m e nt re s er v e s the r i g ht to m a ke a n a w ar d witho u t dis c ussion, in acc o r d a n c e with F AR 52.215 - 1, i n st r u c tions to o ffer o r s - c omp e titive ac quisition. c. The Ev a l u a tion F a c to r s s e t f o r th in M.2 will be us e d in e v a lu a ti n g t ec hn i ca l p r opos a ls. T ec hni ca l c onsid era tions ar e p r im a r y. C osts will not be acc o r d e d a n y s p ec i f ic num er i ca l r a tin g. If th er e a r e no s i g ni f i ca nt t e c hni ca l p r opos a l di f fe r e n ce s, c ost m a y be t h e d e t e r mining f a c tor f or sou rc e s e l e c tion. An o f f er or who s e p r i c e is h i g h ( er ) m a y b e a c ce pt e d if t e c hni ca l c onsid e ra tions m a ke the o f f e r most a dv a nt a g e ous to the Gov er n m e nt. d. A n y c ont r a c t re sulting fr om this soli c it a tion will be a w a r d e d to th a t r e sponsible o ffer or whose o ffer, c on f o r mi n g to the soli c it a tion, represents the best value to the government. Best value will take into account the evaluated technical and cost proposals, amount of cost sharing, and the total cost of the project. The Ev a lu a tion F ac to r s ( a s a pp e a r i n g in S ec tion M.3) wh e n c ombin e d, a r e mo r e impo r t a nt th a n p r i ce. The fac t o r s b e low ar e list e d in d e s c e nding o r d e r of impo r t a n c e ( wh e r e the f i r st f a c tor is the most impo r t a nt a nd the thi r d fac tor is the l e a st. ). 4. Section M.3. is deleted and replaced with the following: M.3. COST EVALUATION (a) GENERAL The cost evaluation will include cost completeness and accuracy, cost realism, and total cost to the Government. (b) COST EVALUATION FACTORS 1. COST COMPLETENESS AND ACCURACY a. The Government will review the cost for completeness and accuracy. The Offeror's proposal will be checked for mathematical correctness to include the following: (1) Checking arithmetic; (2) Making sure that all prices/costs are summarized correctly; and b. A determination will be made regarding whether the cost appears unbalanced either for the total cost of the proposal or separately cost line items. An analysis will be made by item, resource, quantity and year to identify any irregular or unusual costing patterns. An unbalanced proposal is one that incorporates prices that are less than cost for some items and/or prices that are overstated for other items. 2. COST REALISM The Offeror is placed on notice that any proposal that is unrealistic in terms of technical commitment or unrealistically low in cost and/or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risk of contract requirements, and may be grounds for rejection of the proposal
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/NHTSA/NHTSAHQ/DTNH22-12-R-00534/listing.html)
- Place of Performance
- Address: 1200 New Jersey Avenue, SE, Washington, District of Columbia, 20590, United States
- Zip Code: 20590
- Zip Code: 20590
- Record
- SN02789485-W 20120630/120628235821-b00cab71f7c8497cae130c371b48f69f (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 |