MODIFICATION
V -- K Street Parking - Attachment D
- Notice Date
- 3/25/2015
- Notice Type
- Modification/Amendment
- NAICS
- 812930
— Parking Lots and Garages
- Contracting Office
- Department of Education, Contracts & Acquisitions Management, Contracts (All ED Components), 550 12th Street, SW, 7th Floor, Washington, District of Columbia, 20202
- ZIP Code
- 20202
- Solicitation Number
- ED-OOM-15-R-0002
- Archive Date
- 4/18/2015
- Point of Contact
- Holly Le, Phone: 202-245-6070, Desandre Woodard, Phone: 2022456175
- E-Mail Address
-
Holly.Le@ed.gov, desandre.woodard@ed.gov
(Holly.Le@ed.gov, desandre.woodard@ed.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment D - Contractor Performance Information Description: The purpose of this Amendment is to include the following information: 1) Submission of Clarification Questions, 2) Revised Proposal Instructions, and 3) Attachment D - Contractor Performance Information. SUBMISSION OF CLARIFICATION QUESTIONS Clarification questions regarding this solicitation must be submitted electronically via e-mail NO LATER THAN MARCH 27, 2015 at 4:00 PM EST. Clarification questions must be e-mailed to Holly Evan at Holly.Evan@ed.gov. REVISED PROPOSAL INSTRUCTIONS Proposals may be submitted on a company letterhead. Proposals must include the solicitation number, company name, point of contact, address, phone number, email, fax number, tax identification number, DUNS number, and business size status (e.g., Other than Small, 8(a), Small Disadvantaged Business, HUB Zone, Woman Owned Small Business, Etc.). Offer must be valid for forty-five (45) calendar days after submission. Proposals are limited to five (5) pages, including a cover page. Each offer must consist of three (3) separate volumes: (1) a Technical Volume, (2) a Business Volume, and (3) a Past Performance Volume. Technical Volume The Offeror is expected to show a thorough understanding of the requirement as specified in the SOW. The proposal should address the requirements in the SOW, not simply repeat the language. The proposal should be written in enough detail so that a review panel can adequately judge its full merits. The Offeror is encouraged to exercise independent judgment with respect to the best methods of attaining the objectives of this contract. All information necessary to judge the technical soundness and management capabilities of the Offeror will be contained in the technical proposal. The technical proposal will not contain any reference to specific costs, but resource information (e.g. staff hours) may be included so that the Offeror's understanding of the scope of the work may be evaluated. Business Volume Offerors must submit pricing for each anticipated performance period to include a twelve (12) month base period and two (2) twelve (12) month option periods. The Offeror must include the following price information: Base Period - June 1, 2015 to May 31, 2016 Base Period Amount per Space: $[Insert Amount Per Space Here] Base Period Monthly Amount: $[Insert Monthly Amount Here] Base Period Annual Amount: $[Insert Annual Amount Here] Option Period 1 - June 1, 2016 to May 31, 2017 Option Period 1 Amount per Space: $[Insert Amount Per Space Here] Option Period 1 Monthly Amount: $[Insert Monthly Amount Here] Option Period 1 Annual Amount: $[Insert Annual Amount Here] Option Period 2 - June 1, 2017 to May 31, 2018 Option Period 2 Amount per Space: $[Insert Amount Per Space Here] Option Period 2 Monthly Amount: $[Insert Monthly Amount Here] Option Period 2 Annual Amount: $[Insert Annual Amount Here] Total Base and Option Periods: $[Insert Total Amount for Base and Option Periods Here] The Offeror must submit a Conflict of Interest Plan, providing details on its policies and procedures to identify and avoid potential organizational or personal conflicts of interest (or apparent conflicts of interest). The Plan should also address procedures taken to neutralize or mitigate such conflicts, if they have not been or cannot be avoided. The Plan should indicate that such policies and procedures are operative throughout the period of performance of the contract. The policies should address, at a minimum, gifts, outside activities financial interests, or other significant connections or identifications that would establish, or give the appearance of establishing, a conflict of interest. A method for periodically reviewing financial interests of employees, subcontractors and consultants, and their immediate families, in order to assess actual or apparent conflicts of interest should be included in the plan. In this clause, the term "potential conflict" means reasonably foreseeable conflict of interest. The Conflict of Interest Plan does not count toward the page limit and can be attached as an Appendix. The Offeror must complete the Conflict of Interest Certificate contained within the solicitation. Past Performance Volume Offerors are instructed to identify no less than three (3) but no more than five (5) relevant customers that can provide insight into the declared past performance. The declared past performance must be similar in size, scope and complexity. "Relevant" is defined as any work that has been performed within the last three (3) years. For each declared project/program, the Offeror must identify the following: 1) Name of Customer 2) Point of Contact (Name of Project Manager / Contracting Officer, etc., Phone Number, Email Address, and Mailing Address) 3) Contract Name and Number 4) Period of Performance 5) Place of Performance 6) Dollar Value 7) Synopsis of the work performed 8) An explanation of how the work is similar in size scope and complexity 9) An explanation of any problems encountered and how the problems were overcome 10) An explanation of notable successes Attachment D - Contractor Performance Information, will be used by the company/individual evaluating the Offeror's past performance. Completed evaluations should be delivered directly by the company/individual evaluating the Offeror to Holly Evan, Contract Specialist, U.S. Department of Education, e-mail address: Holly.Evan@ed.gov prior to the submission date of proposals for evaluation/consideration. The proposal must be signed by a person with the legal authority to enter into legally binding agreements. Three (3) separately-bound proposals should be submitted electronically as separate documents (Microsoft Word Document (.doc) or Adobe Portable Document Format (.pdf) format) to Holly.Evan@ed.gov and Desandre.Woodard@ed.gov no later than 12:00 P.M. (Eastern Standard Time), April 3, 2015. Emailed proposals must not exceed twenty (20) megabytes (MB) due to the likelihood that the Microsoft Exchange server will reject the email, or the proposal could be held up in the Department's spam software. If the proposal exceeds 20 MB, the Offeror must divide the submission into multiple emails. The basis for the award will be best value through tradeoffs; therefore, the Department may award to other than the lowest-priced offeror. The Government will conduct a tradeoff analysis based on technical approach, price, and past performance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ED/OCFO/CPO/ED-OOM-15-R-0002/listing.html)
- Place of Performance
- Address: U. S. Department of Education, Washington, DC, Washington, District of Columbia, 20202, United States
- Zip Code: 20202
- Zip Code: 20202
- Record
- SN03679413-W 20150327/150325235854-a3dc7258a918e955ac22c567d91e59ac (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 |