Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2015 FBO #5039
SOLICITATION NOTICE

A -- Capability Maturity Model Integration (CMMI) Class B and A Appraisal Support - DD 1423s

Notice Date
9/8/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - New Jersey, BUILDING 10 PHIPPS RD, PICATINNY ARSENAL, New Jersey, 07806-5000, United States
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN15Q1087
 
Archive Date
9/30/2015
 
Point of Contact
Stephanie E. Milne, Phone: 9737248782, Joyce Tambini, Phone: 9737242574
 
E-Mail Address
stephanie.e.milne.civ@mail.mil, joyce.a.tambini.civ@mail.mil
(stephanie.e.milne.civ@mail.mil, joyce.a.tambini.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
CDRL's DD1423s This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested; a written solicitation will not be issued. Solicitation No. W15QKN-15-Q-1087 is issued as a request for quotation (RFQ) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-61. This requirement has been set-aside for small business under NAICS code 541611 with a small business size standard of $15,000,000.00. The U.S. Army Contracting Command (ACC-NJ), Picatinny Arsenal, NJ intends to award one (1) firm-fixed-price (FFP) purchase order, on a competitive basis, for Capability Maturity Model Integration (CMMI) Class B and A Appraisal Support. Below is this efforts Performance Work Statement (PWS): 1.BACKGROUND/SCOPE 1.1Background: The Armament Software Engineering Center (Armament SEC) organization within ARDEC, consisting of the Armament Software Engineering Center Directorate, Fire Control Systems and Technology Directorate, Business Transformation & E-Systems Directorate (BTES) Directorate, Quality Engineering and System Assurance (QE&SA) Directorate, and Tactical Effects, Protection & Interactive Technologies (TEPIT) Directorate, has successfully implemented a process improvement effort of re-engineering their processes of software acquisition, development and services based on the Capability Maturity Model Integration (CMMI). 1.2The Armament SEC uses standard CMMI Appraisal Method for Process Improvement (SCAMPI) v1.3 methodology for software appraisals. SCAMPI is a benchmarking appraisal method, developed by the CMMI Institute at Carnegie Melon University, to appraise CMMI best practices implementation, relies upon an aggregation of evidence that is collected via instruments, presentations, documents, and interviews. The appraisal team observes, hears, and reads information that is transformed first into notes, and then into statements of practice implementation gaps or strengths (where appropriate), and then into preliminary findings. These are validated by the organizational unit before they become final findings. The critical concept is that these transformations are applied to data reflecting the enacted processes in the organizational unit and the CMMI reference model, and this forms the basis for ratings and other appraisal results. 1.3Scope: The Government requires contract support in assessing its strengths and weaknesses relative to the CMMI and determining its CMMI maturity level. The ARDEC Armament SEC need to assure their software applications adhere to CMMI practices to effectively provide cradle-to-grave life cycle engineering for a broad spectrum of armament technologies and products. 1.4The ARDEC Armament SEC requires support to execute the following: (a) benchmark Armament SEC's process ratings relative to Capability Maturity Model Integration (CMMI) model using the Standard CMMI Appraisal Method for Process Improvement (SCAMPI) v1.3 methodology; (b) gain insight into ARDEC's engineering capability by identifying the strengths and weaknesses of its current processes; (c) relate these strengths and weaknesses to the CMMI model; and (d) derive CMMI capability level ratings as well as a maturity level rating. 2.APPLICABLE DOCUMENTS/TOOL: 2.1CMMI Institute Capability Maturity Model Integration, CMMI Version 1.3, Nov 2010 2.2Standard CMMI Appraisal Method for Process Improvement V1.3 (SCAMPI) Methodology, Nov 2010 2.3Appraisal Wizard V7.7.1 software 3REQUIREMENTS: The Contractor shall conduct a CMMI Class A and CMMI Class B appraisal in accordance with the SCAMPI V1.3 Methodology with one (1) person. The contractor shall provide personnel that have the CMMI Institute-Authorized SCAMPI Instructor/High Maturity Lead Appraiser credentials. All meetings, training and appraisal activities shall take place at Picatinny Arsenal, NJ. The Class A Appraisal and Class B Appraisal shall cover the CMMI process areas for Maturity Levels 2 through 5. The Government has been using Appraisal Wizard software for CMMI Appraisal Readiness Review and Appraisal events, the contractor shall use the same software or another tool that is compatible. 3.1Appraisal Planning 3.1.1Class B Appraisal Planning task shall be completed in three (3) days, consisting of two (2) day onsite meeting at Picatinny Arsenal and another one (1) day meeting via teleconference. Prior to the actual appraisal event, the contractor's CMMI Institute-Authorized SCAMPI Instructor/High Maturity Lead Appraiser shall travel to Picatinny Arsenal for a two (2) day Appraisal Planning with the appraisal sponsor to produce the draft plan for the appraisal and ascertain the scope of the organization to be appraised (actual projects or programs that will participate), applicability of Armament SEC processes to CMMI, and the scope within the CMMI model (process areas). Additionally, the contractor shall allocate one (1) day to finalize the Appraisal Plan (to be used for Requirements 3.3 and 3.4) with the appraisal sponsor via teleconference. 3.1.2Class A Appraisal Planning task shall be completed in two (2) days. Prior to the actual appraisal event, the contractor's CMMI Institute-Authorized SCAMPI Instructor/High Maturity Lead Appraiser shall collaborate with the Appraisal Sponsor to produce the Appraisal Plan (to be used for Requirements 3.5 and 3.6) for the appraisal and ascertain the scope of the organization to be appraised (actual projects or programs that will participate), applicability of Armament SEC processes to CMMI, and the scope within the CMMI model (process areas). 3.2Appraiser Training - Prior to the actual Class B appraisal event, the CMMI Institute-Authorized SCAMPI Instructor/High Maturity Lead Appraiser shall travel to Picatinny Arsenal for three (3) day and provide CMMI SCAMPI V1.3 Appraisal Method training using Appraisal Wizard or another tool that is compatible for up to nine (9) students. 3.3CMMI SCAMPI Class B Readiness Review: Prior to the actual appraisal event, the contractor's Lead Appraiser shall travel to Picatinny Arsenal for a five (5) day Readiness Review with the appraisal team based on the Appraisal Plan to complete the readiness review event for the projects participating in the appraisal. 3.4CMMI SCAMPI Class B Appraisal Event 3.4.1The contractor Lead Appraiser shall participate in a seven (7) day CMMI SCAMPI Class B Appraisal based on the Appraisal Plan at Picatinny Arsenal. At the start of the appraisal, the contractor shall provide an Initial Briefing which describes the appraisal purpose, schedule and activities. During the on-site period, the appraisal team shall verify and validate the objective evidence provided by the appraised organization to identify strengths and weaknesses relative to the CMMI reference model. The appraisal team shall focus on collecting data from the appraised organization via interviews and artifacts to judge the extent to which the model is implemented. The contractor shall ensure that data and information is collected on all the reference model practices for each process instantiation being appraised within the organizational unit. Upon determining that sufficient coverage of the reference model and organizational unit has been obtained, the appraisal team shall generate the appraisal findings and ratings. Goal ratings are determined within each process area, which collectively are used to determine a capability level rating for the individual process areas, as well as a risk rating for the organizational unit. 3.4.2Report Results: The contractor shall participate in the preparation and presentation of the draft findings to the organization. The appraisal team shall verify and validate the additional objective evidence provided by the organization after the draft findings. The contractor shall participate in the preparation and presentation of the final findings and ratings as appraisal results to the appraisal sponsor and the organization. These appraisal results become part of the appraisal record, which becomes protected data according to the desires of the sponsoring / appraised organization. 3.5CMMI SCAMPI Class A Readiness Review: Prior to the actual appraisal event, the contractor's Lead Appraiser shall travel to Picatinny Arsenal for a four (4) day Readiness Review with the appraisal team based on the Appraisal Plan to complete the readiness review event for the projects participating in the appraisal. 3.6CMMI SCAMPI Class A Appraisal Event 3.6.1The contractor Lead Appraiser shall participate in an eight (8) day CMMI SCAMPI Class A Appraisal based on the Appraisal Plan at Picatinny Arsenal. At the start of the appraisal, the contractor shall provide an Initial Briefing which describes the appraisal purpose, schedule and activities. During the on-site period, the appraisal team shall verify and validate the objective evidence provided by the appraised organization to identify strengths and weaknesses relative to the CMMI reference model. The appraisal team shall focus on collecting data from the appraised organization via interviews and artifacts to judge the extent to which the model is implemented. The contractor shall ensure that data and information is collected on all the reference model practices for each process instantiation being appraised within the organizational unit. Upon determining that sufficient coverage of the reference model and organizational unit has been obtained, the appraisal team shall generate the appraisal findings and ratings. Goal ratings are determined within each process area, which collectively are used to determine a capability level rating for the individual process areas, as well as a process maturity rating for the organizational unit. 3.6.2Report Results: The contractor shall participate in the preparation and presentation of the draft findings to the organization. The appraisal team shall verify and validate the additional objective evidence provided by the organization after the draft findings. The contractor shall participate in the preparation and presentation of the final findings and ratings as appraisal results to the appraisal sponsor and the organization. These appraisal results become part of the appraisal record, which becomes protected data according to the desires of the sponsoring / appraised organization. The appraisal results shall be submitted to the CMMI Institute, Carnegie Mellon University. 3.7General Requirements: 3.7.1Materials/Service - The Contractor shall provide three (3) days of training for Appraisal Team Member Training. 3.7.2Incidental Material and Property - Laptops, work space, and other material necessary to accomplish the required work will be furnished by the Government. The contractor will provide the licenses for Appraisal Wizard Software or another software that is compatible. 3.7.3Travel: The contractor shall be required to travel to Picatinny Arsenal and provide the meeting, training and appraisal support requirements. The trips required are as follows: 3.7.3.1Class B Appraisal Planning Meeting, per paragraph 3.1.1 and Appraiser training, pre paragraph 3.2 Meeting/Training Length: Five (5) business days Number of person: One (1) person 3.7.3.2CMMI SCAMPI Class B Readiness Review, per paragraph 3.3 Meeting Length: Five (5) business days Number of person: One (1) person 3.7.3.3CMMI SCAMPI Class B Appraisal, per paragraph 3.4.1 Appraisal Length: Seven (7) business days Number of person: One (1) person 3.7.3.4CMMI SCAMPI Class A Readiness Review, pre paragraph 3.5 Meeting Length: Four (4) business days Number of person: One (1) person 3.7.3.5CMMI SCAMPI Class A Appraisal, pre paragraph 3.6 Meeting Length: Eight (8) business days Number of person: One (1) person 3.7.4Period of Performance: The period of performance for this task is nine (9) months after contract award. 3.7.5Place of Performance: The work to be performed under this task shall be performed at the Picatinny Arsenal site. The contract will include travel from the contractor's site to Picatinny Arsenal, NJ and return for the appraisal method training, appraisal planning, readiness review and the appraisal event. 3.7.6Security: The Highest level of classification is Unclassified. 3.7.8.1 Information Subject to Export Control Laws/International Traffic in Arms Regulation (ITAR): Public Law 90-629, "Arms Export Control Act," as amended (22 U.S.C 2751 et. Seq.) requires that all unclassified technical data with military application may not be exported lawfully without an approval, authorization, or license under EO 12470 or the Arms Export Control Act and that such data required an approval, authorization, or license for export under EO 12470 or Arms Export Control Act. For purposes of making this determination, the Militarily Critical Technologies List (MCTL) shall be used as general guidance. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25. 3.7.7Data Rights: All reference material, documents, training support material, and other information obtained, produced, or developed by the contractor in support of this effort shall become the property of the Government, and shall be delivered to the Armament SEC team. The Government shall have the unlimited right to use, modify, reproduce, release, perform, display or disclose technical data, software and products for all work products developed and modified under this task order. 3.8Deliverables: 3.8.1The Contractor shall prepare and submit CMMI SCAMPI V1.3 Appraisal Method training (A001, DI-ADMN-81373). The training presentation shall be due to the Government at the Appraiser Training session and shall be presented in Contractor format. 3.8.2The Contractor shall prepare and submit an Appraisal Plan (A002, DI-ADMN-80477A) which details the approach, data and information to be collected, and how ratings shall be defined. The report shall be due to the Government NLT the beginning of the Appraiser Training, and shall be presented in Contractor format. 3.8.3The Contractor shall prepare and submit SCAMPI B Findings Briefing (A003, DI-ADMN-81373) which details the results of the CMMI SCAMPI Class B Appraisal. The briefing shall be due to the Government at the end of the CMMI SCAMPI Class B event, and shall be presented in Contractor format. 3.8.4The Contractor shall prepare and submit CMMI SCAMPI Class A Appraisal Initial Briefing (A004, DI-ADMN-81373) which defines the appraisal purpose, schedule and activities. The presentation shall be due to the Government at the beginning of the CMMI SCAMPI Class A Appraisal event and shall be presented in Contractor format. 3.8.5The Contractor shall prepare and submit SCAMPI A Findings Briefing (A005, DI-ADMN-81373) which details the results of the CMMI SCAMPI Class A Appraisal. The briefing shall be due to the Government at the end of the CMMI SCAMPI Class A event, and shall be presented in Contractor format. 3.8.6The Contractor shall document and submit the appraisal data including observations and documentation references. The appraisal data report (A006, DI-ADMN-80477A) shall cover both the CMMI SCAMPI B and SCAMPI A appraisals, and be presented in Contractor format. The report shall be due to the Government nine (9) months after contract award. 3.8.7Accident/Incident - The contractor shall report immediately any major accident/incident (including fire) resulting in any one or more of the following: causing one or more fatalities or one or more disabling injuries; damage of Government property exceeding $10,000; affecting program planning or production schedules; degrading the safety of equipment under contract, such as personnel injury or property damage may be involved; identifying a potential hazard requiring corrective action which are related to this contract. The contractor shall prepare an Accident/Incident report for each incident (A007, DI-SAFT-81563). 3.8.8 The contractor shall deliver the Contractor Administrative Space Report for all personnel anticipated to occupy administrative space at Picatinny Arsenal (A008, DI-MGMT-81596, Tailored). 4QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) QUALITY ASSURANCE SURVEILLANCE PLAN Performance RequirementPerformance MeasurePerformance Standard Acceptable Performance Level (APL)Method of SurveillanceCompliance (Exceeded, Met, or Partially Met) 3.4 Class B CMMI Appraisal Timeliness Completeness Quality Appraisal is to be performed in accordance with (IAW) an agreed upon (between the Government and Contractor) schedule. 100% of the CMMI (Levels 2-5) is to be evaluated according to the SCAMPI V1.3. The appraisal shall be performed in accordance with the SCAMPI V1.3 methodology. +/- ½ week 100% Compliance. Appraisal results are based in part on the expert judgment of the contractors performing the task.COR Monitoring COR ensure thoroughness Qualified Govt personnel evaluate results 3.6 Class A CMMI Appraisal Timeliness Completeness Quality Appraisal is to be performed in accordance with (IAW) an agreed upon (between the Government and Contractor) schedule. 100% of the CMMI (Levels 2-5) is to be evaluated according to the SCAMPI V1.3. The appraisal shall be performed in accordance with the SCAMPI V1.3 methodology. +/- ½ week 100% Compliance. Appraisal results are based in part on the expert judgment of the contractors performing the task.COR Monitoring COR ensure thoroughness Qualified Govt personnel evaluate results 5ACCOUNTING FOR CONTRACT SERVICES 5.1The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for ARDEC via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services. 5.2Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website. The following Federal Acquisition Regulation (FAR) and Defense FAR Supplement (DFARS) provisions/clauses are applicable and are incorporated by reference: FAR: 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.246-2, 52.212-1 (addenda below), 52.212-3, 52.212-4, and 52.246-2. FAR 52.212-5, 52.219-6, 52.219-8, and 52.225-13 applies along with the following additional clauses under FAR 52.212-5: 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-13, 52.232-33, 52.233-3, 52.233-4, 52.247-34 and DFARS: 252.203-7002, 252.204-7002, 252.212-7000, 52.215-4005, 252.212-7001, and 252.232-7010. The following additional DFARS clauses also apply to this acquisition; 252.203-7000, 252.232-7003 and 252.247-7023 Alt III. The following local clauses also apply: 52.246-4000 Acceptance 52.246-4001 Government Property Quality Assurance Actions 52.000-4000 Identification of Contractor Employees 52.224-4001 Disclosure of Unit Price Information 52.000-4002 Level 1 Anti-Terrorist Awareness Training (Oct 2010) 52.232-4002 Payment (Oct 2010) 52.252-2 -- Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): FAR - http://farsite.hill.af.mil/vffara.htm Local Clauses - http://procnet.pica.army.mil/reference/Clauses/locals.htm 52.212-1 Addenda - QUOTE SUBMISSION This section contains quote submission instructions as well as specific quote requirements for the solicitation. The offerors quote shall be labeled in a consistent manner with this document. All references to the Performance Work Statement (PWS) shall be clearly labeled with the appropriate PWS paragraph. Offerors are expected to submit a quote in sufficient detail to allow the Government evaluation without the need for further clarifications. The Government does not assume the duty to search for data to cure problems it finds in quotes. The burden of proving acceptability remains with the offerors. General: The quote shall be presented in sufficient detail to allow Government evaluation of the response to the requirements of the request for quote (RFQ). The Government will not assume offerors possess any capability, understanding, or commitment not specified in the quote. All inquiries/questions concerning this procurement, either technical or contractual, must be submitted via email to the Contracting Office, phone call inquiries will NOT be accepted. No direct discussion between the technical representative and a prospective offeror will be conducted. US Army Contracting Command-New Jersey ACC-NJ-JA, Stephanie Milne Picatinny Arsenal, NJ 07806-5000 E- mail: stephanie.e.milne.civ@mail.mil 1. Basis for Award 1.1 The Government will make one (1) award as a result of the Request for Quote (RFQ). The Government will utilize Best Value evaluation methodology for the award. 1.2 Discussions: The Government intends to evaluate quotes and award an order without discussions with offerors. Therefore, the offeror's initial quote should contain the offeror's best terms. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. 2. Evaluation Factors and Evaluation Approach: 2.1 Careful, impartial, and full consideration will be given to all quotes received pursuant to the RFQ and evaluations will be applied in the same manner. Factors against which quotes will be evaluated are set forth below. Each quote received will be evaluated by Government personnel knowledgeable in the respective field. 2.2 Relative Weighting of Criteria The selection of the best value proposal will be the result of an integrated assessment by the Contracting Officer considering three factors; Technical Approach, Personnel Experience and Price. For evaluation purposes, the relative order is as follows: Technical Approach is more important than Personnel Experience and Personnel Experience is more important than Price. When combined, Technical and Personnel Experience is significantly more important than Price. Award of this purchase order resulting from the RFQ being issued will be made to the responsible offeror whose proposal represents the best value to the Government based on an integrated assessment of the offeror's Technical Approach, Personnel Experience, and Price. The Government reserves the right to make an award to other than the lowest priced offeror(s) or to other than the offeror(s) with the highest adjectival rating if the Contracting Officer determines that to do so would result in the best value to the Government. The offeror's proposal is presumed to represent its best efforts to respond to the contemplation letter. Any inconsistency, whether real or apparent, between promised performance and price shall be explained in the proposal. Unexplained inconsistencies resulting from the offeror's lack of understanding of the nature of the scope of the work required may be grounds for rejection of the proposal. 2.3 Evaluation Factors Definitions: The following rating definitions will be utilized in the evaluation of Factor 1 - Technical Approach and Factor 2 - Personnel Experience: Deficiency - A material failure of a proposal to meet a Government requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful performance to an unacceptable level. Significant Weakness - A flaw that appreciably increases the risk of unsuccessful performance. Weakness - A flaw in the proposal that increases the risk of unsuccessful performance. Strength - Is an aspect of an offeror's proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during performance. Factor 1 - Technical Approach: The offeror's Technical Approach factor proposal will be evaluated on the following: The description for how the requirements for the CMMI SCAMPI Class B and A Appraiser Support will be met to determine the extent to which it demonstrates a clear understanding to meet all of the Performance Work Statement (PWS) requirements. The proposed allocation of labor categories and hours will be evaluated to determine acceptability to meet purchase order requirements. The following adjectival rating will be utilized in the evaluation of the Technical Approach: Color Rating Description Blue OutstandingProposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low. Purple GoodProposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low. Green AcceptableProposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate Yellow MarginalProposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high. Red UnacceptableProposal does not meet requirements and contains one or more deficiencies. Proposal is unawardable. Factor 2 - Personnel Experience: The offeror's Personnel Experience factor proposal will be evaluated on the following: 1) Personnel education, experience, and expertise relevant to CMMI SCAMPI Class B and A Appraiser Support requirements. Has held a similar position(s) in the past with the government and/or private industry. 2) Has experience related to Information Systems and Infrastructure support within the Department of Defense or private industry. 3) Demonstrates skilled technical support past experience to accomplish the requirements. Evaluators will rate the proposals in the Personnel Experience against the requirements, using the following definitions: ColorRatingDefinition BlueExcellentHas extensive knowledge and experience in subject matter and has directly supported similar programs. GreenGoodHas a good working knowledge and experience in subject matter and has directly supported similar programs. YellowFairHas a good working knowledge and experience in subject matter but has not directly supported similar programs. RedWeakHas little or no knowledge and experience in subject matter. Factor 3 - Price: The price proposal will be evaluated for reasonableness in accordance with FAR 15.404-1(b). Price will not be scored. Price reasonableness will be determined by comparing the offeror's proposal to the Independent Government Cost Estimate. A price analysis in accordance with FAR 15.404-1(b) will be conducted on the total price for this Order. The total price will be evaluated for fairness and reasonableness. Adequate competition is anticipated for this RFQ. However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis for other than labor rates such as: Hours, Material, Travel, Other Direct Costs and Use of Government Owned Production and Research Property (if applicable) IAW FAR 15.404-1(c). Other than cost or pricing data shall be provided upon request IAW FAR 15.403-3. Other than cost or pricing data provided for this Order, if applicable, will be evaluated for magnitude and reasonableness and may be adjusted from a technical and cost perspective using cost analysis to determine the most probable cost to the Government. Offerors shall utilize a Microsoft Excel file format with formals intact when submitting their price proposal (FAR 15.403-5(b)(1)). Price Inconsistencies: A proposal is presumed to represent an offeror's best effort to respond to the solicitation. Any performance and price should be explained in the Proposal. Any significant inconsistencies, if unexplained, raise a fundamental issue of the offeror's understanding of the nature and scope of work required and his financial ability to perform the contract, may be grounds for rejection of the proposal. Other Considerations. Proposals that are unrealistic in terms of technical, proposed labor categories or schedule commitments, or unrealistically low in price, will be considered indicative of a lack of understanding of the complexity and risk in the contract requirements. Offeror's are reminded that unsupported promises to comply with the contractual requirements will not be sufficient. Proposals must provide convincing documentary evidence in support of any conclusive statements relating to promised performance. Offerors are cautioned that the award may not necessarily bemade to the lowest price offered. The Government intends to make an award without discussions but reserves the right to hold discussions if they will benefit the Government. Please complete provision 52.212-3, Offeror Representations and Certifications- Commercial Items; OR indicate that your company's representation's and certifications are current and available via Sam.gov. Point of Contact: Stephanie Milne; stephanie.e.milne.civ@mail.mil. Quotes must be received No Later Than 15 September 2015. Confirmation of receipt of transmission by the Government by the date/time specified for receipt of quotation is the responsibility of the offeror.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/87d9297381c6dd07fd5c0d339c5aeefc)
 
Record
SN03876032-W 20150910/150908235920-87d9297381c6dd07fd5c0d339c5aeefc (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.