Ambulance Services
I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase services as described in the Performance Work Statement (PWS), (Attachmen... I. GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase services as described in the Performance Work Statement (PWS), (Attachment 1). 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is FA3300-19-R-0004. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2019-03, effective 12 July 2019 and DFARS DPN change notice 20190628, effective 28 June 2018. A single award of a Firm Fixed Priced (FFP) contract will be made in accordance with the following: This acquisition is being solicited as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 621910, Ambulance Services, with a size standard of $15,000,000.00. The place of performance will be Maxwell Air Force Base, Montgomery, Alabama. II. NATURE OF ACQUISITION Maxwell AFB has a requirement to purchase the below services. This procurement will be awarded under Simplified Acquisition Procedures. If there are any questions, please email or call SSgt Mikel Sessions at (334) 953-9376 or Ms. Kimberly Knott at (334) 953-8552. All questions must be received 15 Aug 2019 4:00pm, CST. Proposals must be received by no later than 22 Aug 2019, 3:00pm, CST. Email proposals are required. Email proposals to both SSgt Mikel Sessions at mikel.sessions@us.af.mil and Ms. Kimberly Knott at kimberly.knott.1@us.af.mil. Fax proposals will not be accepted. Late proposals will be processed in accordance with FAR 52.212-1(f) "Late submission, modifications, revisions, and withdrawals of offers." It is the offeror's responsibility to ensure the proposal has been received by the contracting office by email confirmation. Receipt of your electronic submittal will be acknowledged via return email; if you do not receive an acknowledgement, you are advised to call for confirmation as firewall protections may block emails and/or strip attachments. Contact information is as follows: SSgt Mikel Sessions, Contract Specialist (CS), phone: 334-953-9376 email: mikel.sessions@us.af.mil Ms. Kimberly Knott, Contracting Officer (CO) phone: 334-953-8552, email: kimberly.knott.1@us.af.mil. Provide one (1) electronic proposal copy. The submission shall be logically assembled. Each section shall be clearly identified. All proposal documents shall be in English e-mailed to the POC's. (Note: periodically the Government e-mail system experiences delays, therefore, offerors are highly encouraged to contact the individuals identified in this combined synopsis/solicitation to confirm delivery and receipt). The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. The Contracting Officer has determined there is a high probability of adequate price competition for 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. 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 other than cost or pricing data to support a determination of price reasonableness. III. SCHEDULE OF SUPPLIES/SERVICES: All services are to be performed in accordance with (IAW) the attached Performance Work Statement (PWS), dated June 2019. Base Period: 1 Oct 2019 - 30 Sep 2020 Option Year 1: 1 Oct 2020 - 30 Sep 2021 Option Year 2: 1 Oct 2021 - 30 Sep 2022 Option Year 3: 1 Oct 2022 - 30 Sep 2023 Option Year 4: 1 Oct 2023 - 30 Sep 2024 The contractor shall provide the service listed below. Period of Performance (PoP) Base Year: 1 Oct 2019 - 30 Sep 2020 CLIN Number Description of Requirement MAX Quantity Unit Unit Price Total Price 0001 Ambulance Services - Provide three (3) state-certified ambulances, to include ambulance staff, etc. for patient transport services required for Government beneficiaries, to include the family campground and federal prison camp, 24-hours, seven days a week, to include all holidays in accordance with (IAW) the PWS 1.2.2. - 1.2.8. 12 Months 0002 Exercise/Special Events - Provide additional coverage as required to support special events, for example, Officer Training School (OTS), Squadron Officer School (SOS), Air show, health fairs, dedication ceremonies, etc. The contractor will preposition a Day-truck and paramedic at a mutually agreed location for all military sponsored special events and training IAW the PWS 1.9. Estimated annual workload projection is outlined in PWS, Appendix C. 450 Hours Total Base Year One: $_________________ Period of Performance (PoP) Option Year 1: 1 Oct 2020 - 30 Sep 2021 CLIN Number Description of Requirement MAX Quantity Unit Unit Price Total Price 1001 Ambulance Services - Provide three (3) state-certified ambulances, to include ambulance staff, etc. for patient transport services required for Government beneficiaries, to include the family campground and federal prison camp, 24-hours, seven days a week, to include all holidays IAW the PWS 1.2.2. - 1.2.8. 12 Months 1002 Exercise/Special Events - Provide additional coverage as required to support special events, for example, OTS, SOS, Air show, health fairs, dedication ceremonies, etc. The contractor will preposition a Day-truck and paramedic at a mutually agreed location for all military sponsored special events and training IAW the PWS 1.9. Estimated annual workload projection is outlined in PWS, Appendix C. 450 Hours Total Option Year One: $__________________ Period of Performance (PoP) Option Year 2: 1 Oct 2021 - 30 Sep 2022 CLIN Number Description of Requirement MAX Quantity Unit Unit Price Total Price 2001 Ambulance Services - Provide three (3) state-certified ambulances, to include ambulance staff, etc. for patient transport services required for Government beneficiaries, to include the family campground and federal prison camp, 24-hours, seven days a week, to include all holidays IAW the PWS 1.2.2. - 1.2.8.. 12 Months 2002 Exercise/Special Events - Provide additional coverage as required to support special events, for example, OTS, SOS, Air show, health fairs, dedication ceremonies, etc. The contractor will preposition a Day-truck and paramedic at a mutually agreed location for all military sponsored special events and training IAW the PWS 1.9. Estimated annual workload projection is outlined in PWS, Appendix C. 450 Hours Total Option Year Two: $___________________ Period of Performance (PoP) Option Year 3: 1 Oct 2022 - 30 Sep 2023 CLIN Number Description of Requirement MAX Quantity Unit Unit Price Total Price 3001 Ambulance Services - Provide three (3) state-certified ambulances, to include ambulance staff, etc. for patient transport services required for Government beneficiaries, to include the family campground and federal prison camp, 24-hours, seven days a week, to include all holidays IAW the PWS 1.2.2. - 1.2.8. 12 Months 3002 Exercise/Special Events - Provide additional coverage as required to support special events, for example, OTS, SOS, Air show, health fairs, dedication ceremonies, etc. The contractor will preposition a Day-truck and paramedic at a mutually agreed location for all military sponsored special events and training IAW the PWS 1.9. Estimated annual workload projection is outlined in PWS, Appendix C. 450 Hours Total Option Year Three: $___________________ Period of Performance (PoP) Option Year 4: 1 Oct 2023 - 30 Sep 2024 CLIN Number Description of Requirement MAX Quantity Unit Unit Price Total Price 4001 Ambulance Services - Provide three (3) state-certified ambulances, to include ambulance staff, etc. for patient transport services required for Government beneficiaries, to include the family campground and federal prison camp, 24-hours, seven days a week, to include all holidays IAW the PWS 1.2.2. - 1.2.8.. 12 Months 4002 Exercise/Special Events - Provide additional coverage as required to support special events, for example, OTS, SOS, Air show, health fairs, dedication ceremonies, etc. The contractor will preposition a Day-truck and paramedic at a mutually agreed location for all military sponsored special events and training IAW the PWS 1.9. Estimated annual workload projection is outlined in PWS, Appendix C. 450 Hours Total Option Year Four: $_____________ TOTAL (all years): $_____________ IV. PROPOSAL PREPARATION INSTRUCTIONS 52.212-1 ADDENDUM ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS •(b) Paragraph 52.212-1(c), Period for Acceptance of Offers, is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers. Offerors may specify a longer acceptance period than the Government's minimum requirement." •(c) The following is inserted as new paragraph (m) of the provision: (m) Proposal Preparation Instructions. A. This firm fixed-price solicitation is a 100% Small Business Set-aside. To assure timely and equitable evaluation of the proposal, the offeror must comply with the instructions contained herein. Proposals must be complete, self-sufficient, and respond directly to the requirements of this RFP. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The offeror must submit a dated proposal, bearing the signature or electronic certification of an official in the company authorized to bind the firm, with unit prices and extended prices in response to this solicitation. The completed Part I Technical, Part II Past Performance information and Part III Pricing, must be submitted electronically to all contact individuals listed above. Complete the necessary fill-ins and certifications in provisions and in the on-line Representations and Certifications at www.sam.gov. Return the provision FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, along with the proposal. For other provisions and clauses in the solicitation, the offeror is required to submit the pages that require an offeror fill-in. Submit an acknowledgment of the all solicitation amendments, i if issued. Offerors must provide a unit price and extended price for each Contract Line Item Number (CLIN X001, X002) including all option periods referenced in the "SCHEDULE OF SUPPLIES/SERVICES." The extended amount must equal the quantity multiplied by the unit price. To prevent rounding issues, unit prices are limited to two (2) decimal places and no rounding of the extended amount is allowed. Interested parties capable of providing the requirement must submit a written proposal to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFP, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit http://www.sam.gov or by calling 1-866-606-8220. B. Proposal Contents: Volume Page Limit # of Copies Description I 50 1 electronic Written Technical Proposal II N/A 1 electronic Past Performance Proposal III NA 1 electronic Price Proposal PART I - TECHNICAL PROPOSAL: General. The written technical volume shall be clear, concise, and include all the information required by this provision in sufficient detail for effective evaluation. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet these requirements. Offerors shall assume the Government has no prior knowledge of their capabilities, work processes, facilities, and experience and will base its evaluation on the information presented in the offeror's technical proposal. Offerors shall provide a detailed approach to accomplish/satisfy all subfactors listed below, and to allow the Government to evaluate the offeror's technical capability to perform the requirements outlined in the Performance Work Statement (PWS). (a) The Technical volume shall be organized according to the following general outline: (1) Table of Contents (2) Glossary (3) Summary Page (4) Sub factor 1 - Ability to Perform (5) Sub factor 2 - Qualifications and Experience (6) Sub factor 3 - Management Capability (7) Sub factor 4 - Mission Essential Contractor Services Plan (b) Summary Page(s). To aid the Government's understanding, provide a summary of the offeror's proposed technical approach and how the approach will efficiently and effectively meet the requirement. The summary page(s) shall not exceed two (2) pages. Sub Factor 1 - Ability to Perform: Offeror shall provide documentation or plan (i.e., run-time reports) demonstrating its capabilities to successfully meet the required timeline in the Department of Defense Instruction (DoDI) 6055.06 for on-scene arrival of twelve (12) minutes 90% of the time for emergency calls. Reference PWS para 1.2.4., 1.2.7., and 2.6.4. At a minimum the documentation must address the followings: •· The routes and travel times to locations on Maxwell AFB while keeping in mind that the twelve (12) minute response standard is based on arrival at the destination of the incident/event. Reference PWS para 2.6.4. •· Must take into consideration the fact that Maxwell AFB has only one (1) 24-hour access point. Reference PWS para 1.2.4. •· Submit detailed procedure for meeting the Government's requirement to establish and maintain a system to ensure back up support is provided in the event of simultaneous responses, equipment failures, or other unforeseen circumstances. Reference PWS para 1.2.7. Sub Factor 2 - Qualifications and Experience: •(a) State Certified Ambulances: Offeror shall include copies of the state-certified ambulances proposed for use under the resulting contract. Reference PWS para 1.2.2. •(b) Ambulance Drivers: Offer shall include current employees' licenses to operate an emergency ambulance in the state of Alabama, to include ambulance endorsement, or demonstrate the ability to obtain/provide the required licenses with ambulance endorsement prior to the required contract start date. Reference PWS para 1.5. Sub Factor 3 - Management Capability: Personnel and Management Plan: Offeror shall provide a personnel and management plan that describes its approach/process to ensure functional continuity. At a minimum the personnel and management plan shall address/include the followings: •· Identify contract manager and alternate with authority to make relevant contract decisions on behalf of the contractor. Reference PWS para 2.1. •· Ability to provide Paramedics and Emergency Medical Technicians (EMTs) with experienced in related work areas. The plan must discuss how offeror will ensure personnel staffing the ambulance will have all applicable paramedic certifications required by the law in the State of Alabama to include Advanced Cardiac Life Support (ACLS) and Pediatric Advanced Life Support (PALS), or demonstrate the ability to obtain/provide all certifications prior to the required contract start date. Reference PWS para 2.2. Sub Factor 4 - Mission Essential Contractor Services Plan. Mission Essential Contractor Services Plan. The Government has identified all of the contractor services performed under this contract as essential contractor services in support of mission-essential functions. Therefore, in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) provision 252.237-7024, Notice of Continuation of Essential Contractor Services, offerors shall provide with their offer, a written plan describing how the offeror will continue to perform the essential contractor services listed in the PWS. Reference PWS para 2.11. Per DFARS 252.237-7024, please provide the following in a stand-alone document; this document will be incorporated into the contract at time of award: (1) Identify provisions made for the acquisition of essential personnel and resources, if necessary, for continuity of operations for up to 30 days or until normal operations can be resumed; (2) Address in the plan, at a minimum- (i) Challenges associated with maintaining essential contractor services during an extended event, such as a pandemic that occurs in repeated waves; (ii) The time lapse associated with the initiation of the acquisition of essential personnel and resources and their actual availability on site; (iii) The components, processes, and requirements for the identification, training, and preparedness of personnel who are capable of relocating to alternate facilities or performing work from home; (iv) Any established alert and notification procedures for mobilizing identified "essential contractor service" personnel; and (v) The approach for communicating expectations to contractor employees regarding their roles and responsibilities during a crisis. PART II - PAST PERFORMANCE PROPOSAL: Offerors shall send blank Past Performance Questionnaires (Attachment 3) to present and/or past Government and/or industry customers for projects of similar scope performed within three (3) years of the RFP release date. If an offeror does not request past performance feedback from its customers on the basis that it does not possess a recent/relevant past performance record, then the offeror shall affirmatively state so in its proposal. Questionnaires regarding the offeror's own past performance as a prime, subcontractor, affiliate, or other teaming partner will be accepted. Offerors shall follow-up to ensure that the Government receives at least three (3) completed questionnaires. Forms submitted directly to the Government by the offeror will NOT satisfy the requirement for past performance information and will not be evaluated. It is the offeror's responsibility to ensure that their customers complete Attachment 3 Past Performance Questionnaire and the offeror completes Attachment 4 Past Performance List of References and return it DIRECTLY to SSgt Mikel Sessions, Contract Specialist (CS) at mikel.sessions@us.af.mil and Ms. Kimberly Knott, Contracting Officer (CO) at kimberly.knott.1@us.af.mil by the closing date and time set forth in this combined synopsis/solicitation. PART III - PRICE PROPOSAL The offeror shall submit a proposal with unit and extended prices in Section III (see above) of the RFP for CLINs 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, and 4002. The extended amount must equal the quantity multiplied by the unit price. To prevent rounding issues, unit prices are limited to two (2) decimal places and no rounding of the extended amount is allowed. It is imperative that mathematical calculation are correct. Note: It is the responsibility of each offeror to verify their calculations. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. It is the responsibility of the offeror to check FedBizOpps.Gov for any amendments to this combined synopsis/solicitation. V. BASIS FOR AWARD ADDENDUM TO 52.212-2, EVALUATION - COMMERCIAL ITEMS •(a) Basis for Contract Award. This is a competitive best value services acquisition conducted in accordance with Federal Acquisition Regulation (FAR) Parts 12 and 13.5 in which the Government intends to award one firm-fixed contract. Award will be made to the responsible contractor whose offer conforming to the solicitation, is determined to be the most advantageous to the Government, technical, past performance, and price considered. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by this solicitation. Unless specifically identified in the proposal, 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 sub factors. Failure to meet a requirement may result in a proposal being determined ineligible for award. It is the Government's intent to evaluate proposals and award a contract IAW FAR Part 13.106-2. FAR Part 15 based evaluations will NOT be used for this acquisition. The initial proposal should contain the offeror's best terms; however; the Government reserves the right to conduct exchanges if determined necessary by the Contracting Officer to resolve issues such as technical or price, or deal with contract documentation including any other matter in the evaluation process. The contracting officer reserves the right to award a contract without the opportunity to revise proposals. The following factors, in descending order of importance, shall be used to evaluate offers: 1. Technical 2. Past Performance 3. Price Technical and Past Performance are significantly more important than Price. (1) All technically acceptable offers shall be treated equally except for their prices and performance records. Initially, the government technical evaluation team shall evaluate the technical proposals on a pass/fail basis, assigning ratings of Acceptable, or Unacceptable as described in Table A.1 below. A rating of unacceptable in one or more technical subfactor will render that technical factor as Unacceptable in the Technical Evaluation and the proposal may be ineligible for award. (2) The following documents will be evaluated for completeness and compliance with the requirements of the RFP. Please refer to the instructions in 52.212-1 Addendum. Incomplete items may be a basis for rejection. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: TECHNICAL FACTOR: The offeror's proposal shall, at a minimum, address each of the subfactors outlined below as they apply to the Performance Work Statement (PWS), in Attachment 1. Detailed preparation instructions are included in the Addendum to FAR 52.212- 1(m), Proposal Preparation Instructions. The evaluation process shall proceed as follows: Sub Factor 1: Ability to Perform Sub Factor 2: Qualifications and Experience Sub Factor 3: Management Capability Sub Factor 4: Mission Essential Contractor Services Plan If an offeror's technical proposal is determined to be Technically Unacceptable, no further evaluation will be conducted. Offerors determined to be technically unacceptable may be eliminated from consideration for contract award. Table A.1 Technically Acceptable/Unacceptable Ratings TECHNICALLY ACCEPTABLE/UNACCEPTABLE RATINGS Rating Description Acceptable Proposal clearly meets the minimum requirement of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation Sub Factor 1 - Ability to Perform: The Government will evaluate the offeror's documentation or plan (i.e. run-time reports) demonstrating its capabilities to successfully meet the required timeline in the Department of Defense Instruction (DoDI) 6055.06 for on-scene arrival of twelve (12) minutes 90% of the time for emergency calls. Reference PWS para 1.2.4., 1.2.7., and 2.6.4. At a minimum the documentation or plan must address the followings: •· The routes and travel times to locations on Maxwell AFB while keeping in mind that the twelve (12) minute response standard is based on arrival at the destination of the incident/event. Reference PWS para 2.6.4. •· Must take into consideration the fact that Maxwell AFB has only one (1) 24-hour access point. Reference PWS para 1.2.4. •· How offeror will establish and maintain a system to ensure back up support is provided in the event of simultaneous responses, equipment failures, or other unforeseen circumstances. Reference PWS para 1.2.7. Sub Factor 2 - Qualifications and Experience: •(a) State Certified Ambulances: The Government will evaluate copies of the state-certified ambulances proposed for use under the resulting contract. Reference PWS para 1.2.2. •(b) Ambulance Drivers: The Government will evaluate the employees' licenses to operate an emergency ambulance in the state of Alabama, to include ambulance endorsement for currency or demonstrated ability to obtain/provide the required licenses with ambulance endorsement prior to the required contract start date. Reference PWS para 1.5. Sub Factor 3 - Management Capability: Personnel and Management Plan: The Government will evaluate the offeror's personnel and management plan as follows: •· Identify contract manager and alternate with authority to make relevant contract decisions on behalf of the contractor. Reference PWS para 2.1. •· The personnel and management plan must demonstrate the ability to provide Paramedics and Emergency Medical Technicians (EMTs) with experienced in related work areas. At a minimum, the plan must discuss how the offeror will ensure personnel staffing the ambulance will have all applicable paramedic certifications required by the law in the State of Alabama to include Advanced Cardiac Life Support (ACLS) and Pediatric Advanced Life Support (PALS), or demonstrated ability to obtain/provide all certifications prior to the required contract start date. Reference PWS, Paragraph 2.2. Sub Factor 4 - Mission Essential Contractor Services Plan. Mission Essential Contractor Services Plan. The Government has identified all of the contractor services performed under this contract as essential contractor services in support of mission-essential functions. Therefore, in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) provision 252.237-7024, Notice of Continuation of Essential Contractor Services, offerors shall provide with their offer, a written plan describing how the offeror will continue to perform the essential contractor services listed in the PWS para 2.11. Per DFARS 252.237-7024, please provide the following in a stand-alone document; this document will be incorporated into the contract at time of award: (1) Identify provisions made for the acquisition of essential personnel and resources, if necessary, for continuity of operations for up to 30 days or until normal operations can be resumed; (2) Address in the plan, at a minimum- (i) Challenges associated with maintaining essential contractor services during an extended event, such as a pandemic that occurs in repeated waves; (ii) The time lapse associated with the initiation of the acquisition of essential personnel and resources and their actual availability on site; (iii) The components, processes, and requirements for the identification, training, and preparedness of personnel who are capable of relocating to alternate facilities or performing work from home; (iv) Any established alert and notification procedures for mobilizing identified "essential contractor service" personnel; and (v) The approach for communicating expectations to contractor employees regarding their roles and responsibilities during a crisis. PAST PERFORMANCE FACTOR: Using questionnaires, the contracting officer shall seek relevant performance information on offerors based on the past and present efforts provided by the offeror. The Government reserves the right to use both the information provided in the offeror's Past Performance submittals and information obtained from other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), Contract Performance Assessment Reporting System (CPARS), or other databases; interviews with Program Managers, Contracting Officers, and commercial sources and/or non-Government sources, such as any commercial business or customers referenced by the offeror in any of the past performance information disclosed. Past performance will be evaluated for recency, relevancy, and quality based on customer feedback from the completed Past Performance Questionnaires (however see paragraph above) to establish a single performance confidence assessment rating as follows: Table B.1 Performance Confidence Assessment Ratings Rating Description Substantial Confidence Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort. Neutral Confidence No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort. No Confidence Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort. Recent past performance is defined as complete and/or ongoing Government and/or Industry projects performed within three (3) years of the RFP release date. Relevant past performance is defined as projects that demonstrate a record of providing services similar to those required by the PWS. Table B.2 Past Performance Relevancy Ratings Rating Definition Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort as this solicitation Relevant Present/past performance effort involved similar scope and magnitude of effort as this solicitation. Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort as this solicitation. Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort as this solicitation. In evaluating past performance, greater consideration may be given to information on those contracts deemed most relevant to the effort described in this solicitation. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in this solicitation, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment as described in Table B.1 above. Offerors with no relevant past or present performance history or with a performance record so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Neutral Confidence," meaning the rating is treated neither favorably nor unfavorably. Quality of past performance is defined as how well the offeror performed a particular project. If the Government receives more than three (3) Past Performance Questionnaires from one offeror, the Government will evaluate the three (3) Past Performance Questionnaires pertaining to the offeror's three (3) most recent projects. If an offeror does not request past performance feedback from its customers on the basis that it does not possess a recent/relevant past performance record, then the offeror shall affirmatively state so in its propos...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »