Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2014 FBO #4481
MODIFICATION

V -- UK Mail Haulage

Notice Date
2/28/2014
 
Notice Type
Modification/Amendment
 
NAICS
484110 — General Freight Trucking, Local
 
Contracting Office
Department of the Air Force, United States Air Force Installation Contracting Agencies - Europe, 501 CSW RCO - Alconbury, RAF Alconbury, PSC 47, Unit 5720, RAF Alconbury, 09470-5720, United States
 
ZIP Code
09470-5720
 
Solicitation Number
FA5570-14-R-0003
 
Point of Contact
Samuel A. Lopez, Phone: 011441480843040, 501 CSW/RCO,
 
E-Mail Address
samuel.lopez.4@us.af.mil, 501CSW.RCO@us.af.mil
(samuel.lopez.4@us.af.mil, 501CSW.RCO@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation UK Mail Haulage - Reference FA5570-14-R-0003 SOLICITATION DATE: 27 January 2014 QUOTES DUE: 3:00PM GMT, 6 March 2014 Purchasing Agency: 501 Regional Contracting Office RAF Alconbury, Huntingdon Cambridgeshire, United Kingdom PE28 4DA This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation IAW FAR Part 12 and 13. Submit written quotes in reference to Request for Quote (RFQ) reference number FA5570-14-R-0003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-71 effective 25 Nov 2013. Due to the overseas location of this solicitation, no set-aside will be used. The NAICS code for this requirement is 484110, Bulk mail truck transport ation. Potential bidders are to provide a quote for the services outlined in the Performance Work Statement (PWS), which is included as an attachment to this solicitation. SITE VISIT: A site visit will not be conducted. Quote shall include a unit price and total price for the following bid schedule: BID SCHEDULE CLIN Description Qty Unit Of Issue Unit Price Total Price 0001 Vehicle - Round Trip Deliveries 1 Apr 2014 - 30 Sep 2014 157 Each 0002 Vehicle - One Way Trip Deliveries 1 Apr 2014 - 30 Sep 2014 26 Each 0003 Additional Vehicle - One Way Trip Deliveries 1 Apr 2014 - 30 Sep 2014 4 Each 0004 LHR Labor Force 1 Apr 2014 - 30 Sep 2014 6 Months 1001 Vehicle - Round Trip Deliveries 1 Oct 2014 - 30 Sep 2015 313 Each 1002 Vehicle - One Way Trip Deliveries 1 Oct 2014 - 30 Sep 2015 52 Each 1003 Additional Vehicle - One Way Trip Deliveries 1 Oct 2014 - 30 Sep 2015 18 Each 1004 LHR Labor Force 1 Oct 2014 - 30 Sep 2015 12 Months 2001 Vehicle - Round Trip Deliveries 1 Oct 2015 - 30 Sep 2016 313 Each 2002 Vehicle - One Way Trip Deliveries 1 Oct 2015 - 30 Sep 2016 52 Each 2003 Additional Vehicle - One Way Trip Deliveries 1 Oct 2015 - 30 Sep 2016 18 Each 2004 LHR Labor Force 1 Oct 2015 - 30 Sep 2016 12 Months 3001 Vehicle - Round Trip Deliveries 1 Oct 2016 - 30 Sep 2017 313 Each 3002 Vehicle - One Way Trip Deliveries 1 Oct 2016 - 30 Sep 2017 52 Each 3003 Additional Vehicle - One Way Trip Deliveries 1 Oct 2016 - 30 Sep 2017 18 Each 3004 LHR Labor Force 1 Oct 2016 - 30 Sep 2017 12 Months 4001 Vehicle - Round Trip Deliveries 1 Oct 2017 - 30 Sep 2018 313 Each 4002 Vehicle - One Way Trip Deliveries 1 Oct 2017 - 30 Sep 2018 52 Each 4003 Additional Vehicle - One Way Trip Deliveries 1 Oct 2017 - 30 Sep 2018 18 Each 4004 LHR Labor Force 1 Oct 2017 - 30 Sep 2018 12 Months TOTAL o Prices shall be all inclusive (i.e. all material, transportation, labor, etc.). o Prices shall be valid for a minimum of 60 days. The Defense Priorities and Allocation System (DPAS) assigned rating is: none. Federal Acquisition Regulations (FAR) Provisions: 52.212-1 Instructions to Offerors - Commercial Items ( see addenda below ) 52.212-2 Evaluation-Commercial Items (see addendum below) 52.212-3 Offeror Representations and Certifications-Commercial Items Alt I 52.214-34 Submission of Offers in the English Language 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-5 Authorized Deviations in Provisions Defense Federal Acquisition Regulations (DFAR) Provisions: 252.233-7001 Choice of Law (Overseas) Federal Acquisitions Regulation (FAR) Clauses: 52.201-1 Definitions 52.203-3 Gratuities 52.203-6 Restrictions On Subcontractor Sales To The Government - Alternate I 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52-204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-7 Information Regarding Responsibility Matters 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders 52.222-29 Notification Of Visa Denial 52.222-36 Affirmative Action for Workers with Disabilities. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. 52.229-6 Taxes--Foreign Fixed-Price Contracts 52.232-1 Payments 52.232-39 Unenforceability of Unauthorized Obligations 52.233-1 Disputes 52.233-2 Service of Protest 52.237-2 Protection of Govt Bldgs, Eq, and Vegetation 52.242-13 Bankruptcy 52.246-25 Limitation Of Liability--Services 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-5 Authorized Deviations in Provisions 52.252-6 Authorized Deviations in Clauses Clauses included in 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders: 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment 52.222-3 Convict Labor 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. Defense Federal Acquisition Regulations (DFAR) Clauses: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 System for Award Management Alternate A 252.205-7000 Provision Of Information To Cooperative Agreement Holders 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country 252.222-7002 Compliance With Local Labor Laws (Overseas) 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials 252.225-7012 Preference For Certain Domestic Commodities 252.225-7031 Secondary Arab Boycott Of Israel 252.225-7041 Correspondence in English 252.225-7042 Authorization to Perform 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States 252.229-7000 Invoices Exclusive of Taxes or Duties 252.229-7001 Tax Relief 252.229-7006 Value Added Tax Exclusion (United Kingdom) 252.229-7008 Relief From Import Duty (United Kingdom) 252.229-7010 Relief From Customs Duty on Fuel (United Kingdom) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7008 Assignment of Claims (Overseas) 252.232-7010 Levies on Contract Payments 252.233-7001 Choice of Law (Overseas) 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Request for Equitable Adjustment 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea Alternate III Air Force Federal Acquisition Regulations (AFFAR): 5352.223-9001 Health and Safety on Government Installations 5352.242-9000 Contractor Access to Air Force Installations The full text of the FAR, DFAR, and AFFARS can be accessed on the Internet at http://farsite.hill.af.mil 52.212-1 Instructions to Offerors-Commercial Items Addenda As prescribed in FAR 12.301 the following addenda is provided for solicitation provision FAR 52.212-1 and hereby amends any language therein: Instructions to VENDORS -- Commercial Items (JUN 2008) *the term "solicitation" hereby references this combined synopsis solicitation* (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 484110, Bulk mail truck transportation, contract, local. However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of quotations. Submit quotations to the office specified in this solicitation on or before the date specified in this solicitation. Quotations may be submitted on this document (page 1), letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number (2) The date specified in the solicitation for receipt of quotations; (3) The name, address, and telephone number of the vendor; (4) A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3 (b) for those representations and certifications that the bidder shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Vendors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for validity of quotations. The vendor agrees to establish a firm timeframe in which the proposed price is good for. (d) Multiple quotations. Vendors are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. (1) Any quote, modification, revision, or withdrawal of a quote received at the Government office designated in the solicitation after the exact time specified for receipt of quotes is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late quote would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of quotes; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of quotes and was under the Government's control prior to the time set for receipt of quotes; or (C) If this solicitation is a request for quotation, it was the only quote received. (2) However, a late modification of an otherwise successful quote, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the quote, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that quotes cannot be received at the Government office designated for receipt of quotes by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Quote may be withdrawn by written notice received at any time before the exact time set for receipt of quotes. Oral quotes in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile quotes, quotes may be withdrawn via facsimile received at any time before the exact time set for receipt of quotes, subject to the conditions specified in the solicitation concerning facsimile quotes. A quote may be withdrawn in person by a vendor or its authorized representative if, before the exact time set for receipt of quotes, the identity of the person requesting withdrawal is established and the person signs a receipt for the quote. (e) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate quotations as described in FAR 13.106-2. Therefore, the vendor's initial quote should contain the vendor's best terms from a price, technical acceptability, and past performance standpoint. The Government may accept other than the lowest quote and waive informalities and minor irregularities in quotes received. (f) Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding $3,000, and quotations of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The vendor shall enter, in the block with its name and address on the cover page of its quotation, the annotation ''DUNS'' or ''DUNS +4'' followed by the DUNS or DUNS +4 number that identifies the vendor's name and address. The DUNS +4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the vendor to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11 ) for the same concern. If the vendor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A vendor within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A vendor located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The vendor should indicate that it is a vendor for a Government contract when contacting the local Dun and Bradstreet office. (g) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of a quotation, the vendor acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the vendor does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered vendor. Vendors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. ADDENDA TO 52.212-1 PROPOSAL PREPARATION INSTRUCTIONS A. To assure timely and equitable evaluation of the proposal, the offeror must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts; Part I - Price Proposal, Part II - Technical Proposal, Part III - Past Performance. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists offerors may be required to submit information other than cost or pricing data to support a determination of price reasonableness. C. Specific Instructions: 1. PART I - PRICE PROPOSAL - Submit original and one (1) copy. (a)Insert quoted unit and extended prices in the above price schedule. All pricing must remain valid from the date of submission for 60 days. Quotations must be priced and submitted for the entire performance period. (b)Complete the necessary fill-ins and certifications in FAR 52.212-3 Alt I. (c)The contracting officer has determined in response to this solicitation, there is a high probability that adequate price competition will be achieved. Upon initial examination of offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, additional price information will not be required or requested. If however the contracting officer determines that adequate price competition does not exist¹, communications may be conducted to a limited extent with interested vendors to determine the reasonableness of quoted pricing. [1] Inadequate price competition is not specifically subject to only one (1), or a very limited number of quotes being received in response to the solicitation. A determination of inadequate price competition may also result if quoted pricing by a vendor is found considerably higher or lower either with relation to the medium range of quotes received and/or with comparison to independent Government price estimates. Therefore, price analysis may include communications with vendors to a sufficient extent for the contracting officer to determine a fair and reasonable price. 2. PART II - TECHNICAL PROPOSAL - Submit original and one (1) copy. Offeror shall submit a technical proposal to convey how they intend to meet the requirement. The technical proposal shall contain a full description of methods to be utilized during performance of cargo/mail haulage services under the resulting contract. This shall be limited to no more than 10 pages, title page and table of contents excluded. In the event that a technical proposal received in response to this solicitation exceeds 10 pages, only the first 10 pages will be evaluated for technical acceptability. a) Transition Plan. Describe your plan for transitioning to new contract performance. Include a description and completion timeline of all activities necessary to begin successful performance on the contract start date. Identify key staffing positions during transition and site specific operating manpower estimates that will be utilized to obtain adequate numbers of qualified personnel to accommodate the projected workload. Contractors shall submit a plan that supports no more than a 15 day transition time frame. (b) Staff Management Plan - Identify key positions and describe the staffing qualifications used to obtain qualified personnel and approach to retaining staff in these critical positions. Include any professional certifications/training required to meet specific performance objectives as outlined in the PWS. 3. PART III - PAST PERFORMANCE Submit original and one (1) copy. Offeror must provide no more than five (5) contract references of recent and relevant contract performance. This shall be limited to no more than 10 pages. This page count will not include completed past performance questionnaires. a) To be considered recent, services must have been performed within the last three (3) years from the issuance date of solicitation. To be considered relevant, past performance has to be similar in scope. Scope is defined as providing cargo/mail haulage services of similar size and complexity to the work requirements outlined in this solicitation and associated Performance Work Statement for a minimum of one (1) year of performance. b) In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." c) Each past performance contract reference should include the following information: (i) Company/Division name/Contracting Agency/Customer Name (ii) Description of service provided. In addition, provide any information currently available (metrics, audits, independent surveys, etc.) which demonstrates customer satisfaction with overall job performance and quality of completed product for same or similar type contract. In addition, explain corrective actions taken in the past, if any, for substandard performance and any current performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc. (iii) Contract Number/Title (iv) Annual Contract Dollar/GBP Value(s) (v) Period of Performance (vi) Location (vii) Verified, up-to-date names, address, email, & telephone number of the customer (primary and alternate) point of contact NOTE: If a customer point of contact cannot be reached, the Government may contact the offeror again and request an additional point of contact. d) The offerors shall complete Attachment 1, section 1, the Past Performance Questionnaires (PPQs) and submit them to the Government with their past performance proposal submission. The offerors shall also send the PPQs to their current/former customers (as listed in the contract reference submittals) for completion of sections B and D. The customers shall forward the completed PPQs directly to the 501 CSW/RCO, Bldg 516, RAF Alconbury, Huntingdon, Cambridgeshire PE28 4DA, UK or e-mailed to samuel.lopez.4@us.af.mil and 501csw.rco@us.af.mil. Note e-mail instructions and restrictions as listed under paragraph F. below. Note: Any copies of completed questionnaires submitted by offeror's with their proposal will be discarded and not considered in the Government's evaluation. e) In the evaluation of Present and Past Performance, the Government will consider the information provided through the questionnaires, as well as information obtained from other sources, such as, but not limited to, the Past Performance Information Retrieval System (PPIRS). When a completed PPQ does not match the Contractor Performance Assessment Report (CPAR) rating, CPAR will take precedence. D. Documents submitted in response to this RFP must be fully responsive to and consistent with the following: 1. Requirements of the RFP (CLINs & PWS) and Government standards and regulations pertaining to the PWS. 2. Evaluation Factors for Award in provision 52.212-2, Evaluation-Commercial Items (Addendum). 3. Any limitation on the number of pages. Pages exceeding the page limitations set forth in this solicitation provision will not be read or evaluated, and will be removed from the quote. (a) Format for proposal Parts II and III shall be as follows: (i) The quotes will be 8 1/2‖ x 11‖ paper, or European equivalent, except for fold-outs used for charts, tables, or diagrams, which may not exceed 11‖ x 17‖ or European equivalent. (ii) A page is defined as one face of a sheet of paper containing information. (iii) Typing shall not be less than 10 pitch. (iv) Elaborate formats, bindings or color presentations are not desired or required. (v) The technical proposal is limited to no more than 10 pages. (vi) Past Performance proposal is limited to no more than 10 pages. E. REQUESTS FOR INFORMATION All requests for information (RFI) shall be submitted to the 501st Regional Contracting Office no later than 1500hrs, 10 February 2014. RFIs shall be submitted to samuel.lopez.4@us.af.mil and 501csw.rco@us.af.mil F. GENERAL INFORMATION INFORMATION REGARDING SUBMISSION OF PROPOSAL: Mailed and hand carried proposals must be delivered to 501 CSW/RCO, Bldg 516, RAF Alconbury, Huntingdon, Cambridgeshire PE28 4DA, UK. The sealed envelope or package used to submit your proposal must show the time and date specified for receipt, the Solicitation Number, and the name and address of the offeror. E-mailed proposals should be sent to samuel.lopez.4@us.af.mil and 501csw.rco@us.af.mil. If submitting proposal by e-mail, only submit one copy. Maximum size of email shall not exceed 4MB. Proposal can be split over multiple e-mails. If sending multiple e-mails, ensure subject line contains how many emails have been sent. Text to be used as follows: "E-mail X of Y" (1 of 4, 2 of 4, etc) Please ensure receipt of e-mail by contacting +44 1480 843040 or +44 1480 843122. Facsimile proposals will not be accepted. Offerors are cautioned that RAF Alconbury has visitor control procedures requiring individuals not affiliated with the installation to obtain a visitor pass prior to entrance. SOME DELAY SHOULD BE ANTICIPATED WHEN HANDCARRYING PROPOSALS. Offerors should allow sufficient time to obtain a visitor pass and arrive at the 501st Regional Contracting Office PRIOR to the time specified for receipt. Late proposals will be processed in accordance with FAR 52.212-1(f) -Late submission, modifications, revisions, and withdrawals of offers.‖ (End of Addenda) ADDENDA TO 52.212-2 EVALUATION--COMMERCIAL ITEMS BASIS FOR CONTRACT AWARD As allowed by FAR 13.106-2(b)(1), the Lowest Price Technically Acceptable (LPTA) selection process shall be utilized in accordance with FAR PART 15.101-2 for purpose of the Government's evaluation of proposals and resultant award determination. Under the LPTA evaluation process, Technical Capability and Past Performance will be evaluated and rated on an acceptable/unacceptable-basis (pass/fail), and trade-offs with relation to Price will NOT be permitted. An ordered evaluation process will be conducted as further defined in the below addendum to this clause whereby the Government will award to the lowest evaluated priced proposal meeting the acceptability standards for Technical Capability and Past Performance By submission of its offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. All technically acceptable offers shall be treated equally except for their prices. Failure to meet a requirement may result in an offer being determined technically unacceptable. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A. Price Evaluation. Offers shall be ranked according to price. An offeror's proposed prices will be determined by multiplying the quantities identified by the proposed unit price for each Contract Line Item Number (CLIN) to confirm the extended amount for each. Offers are to only be submitted in British Pounds Sterling (GBP). B. Technical Acceptability. Next, the government shall evaluate the technical proposal submitted by the lowest priced offeror on an acceptable/unacceptable basis, assigning a rating of Acceptable or Unacceptable. Table A-1.Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. The proposals shall be evaluated against the following subfactors: (1) Transition Plan: The transition plan will be evaluated in order to determine the contractors' demonstrated ability to begin successful performance on the contract start date. To be acceptable the contractor will discuss his detailed approach to: i. A detailed description and complete timeline of all transition activities necessary to begin successful performance on the performance start date of 1 Apr 2014. ii. Identify key positions, responsibilities, and their roles with respective schedules for transition and successful contract performance on the contract start date. iii. Provide the site specific estimated operating manpower and how proposed operatives will accommodate the projected workload under the solicitation. iv. A list of vehicles with specifications to be used in support of the contract and v. A detailed description of the means as to how the contractor is to obtain the required vehicles for use under the contract. (2) Staff Management Plan : The Staff Management Plan must demonstrate the contractor's ability to obtain and retain personnel in key positions identified. To be acceptable, offerors must submit a contract management structure identifying key positions. The offeror is to describe the staffing qualifications used to obtain qualified personnel and approach to retaining staff in these critical positions. In addition, the contractor must address all professional certifications/training required to meet specific performance objectives as outlined in the PWS. C. Past Performance Once the technical proposal of the lowest priced offer has been evaluated as Acceptable, the offerors Past Performance will be evaluated. The government will use all questionnaires received from the offeror's referenced customers and data independently obtained from other government and commercial sources to determine Past Performance acceptability. If the past performance data is determined to be recent (contract performance within three (3) years of the date of this solicitation) and relevant (similar in scope) the Government will assess whether or not the offeror had successfully demonstrated the ability to perform. Similar in scope means that the work must have been providing cargo/mail haulage services similarly described in the PWS, with a minimum of 1 year performance in each key area. Past performance evaluation performed in support of this requirement does not establish, create, or change the existing record and history of the vendor's past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts/projects. Offerors may be asked to clarify the relevance of past performance information. In addition, communications may be conducted regarding adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports an unacceptable rating or any unfavorable comments received from sources without a formal rating system. These communications will not constitute discussions and the contracting officer reserves the right to award a contract without the opportunity for proposal revisions. NOTE: If a customer point of contact cannot be reached, the Government may contact the offeror again and request an additional point of contact. The evaluation of past performance information will result in an overall assessment of acceptable or unacceptable as follows: Table A-2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Evaluation Process If the lowest priced proposal is also technically acceptable with acceptable Past Performance then the evaluation process will be stopped. Award shall be made to that offeror without further consideration of any other offers. If the lowest priced proposal is deemed not technically acceptable then the next lowest priced proposal will be evaluated for technical acceptability. If the lowest priced offer with an Acceptable technical proposal has past performance that is determined to be "Unacceptable," the Government will evaluate the technical proposal of the next lowest offeror. This process will continue, as needed, until an offeror is rated Acceptable for both Technical and Past Performance. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. (End of Addenda) In accordance with FAR 13.004 -- Legal Effect of Quotations the following information is provided in regards to quotations. A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (End of Provision) 52.217-8 -- Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.217-9 -- Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. (End of Clause) 5352.201-9101 Ombudsman (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: Primary Command Ombudsman: Ms Tara Petersen HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: tara.petersen@ramstein.af.mil Tel: (49)-6371-47-2209, Fax: (49)-6731-47-2025 Alternate Command Ombudsman: Ms Heidi Hohn HQ USAFE/A7K, UNIT 3050, Box 10, APO AE 09094-0110 HQ USAFE/A7K, Flugplatz Ramstein, 66877 Ramstein Germany E-mail: heidi.hoehn@ramstein.af.mil Tel: (49)-6371-47- 9330 Fax: (49)-6731-47-2025 Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/USAFE/423OCF/FA5570-14-R-0003/listing.html)
 
Place of Performance
Address: 501 Combat Support Wing, RAF Alconbury, PE28 4DA, United Kingdom
 
Record
SN03300169-W 20140302/140228235049-deab933bd05e3681856c335ee163dd6f (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.