SILICA SAND
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 anno... 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. Proposals are being requested; a written solicitation will not be issued. Solicitation No. W15QKN-19-R-07TP is issued as a request for proposal (RFP) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-61. This requirement shall be competed on full and open basis under NAICS 212322 with a small business standard of 500 employees. The U.S. Army Contracting Command - New Jersey (ACC-NJ), Picatinny Arsenal, New Jersey intends to award one (1) firm-fixed-price (FFP) contract, on a competitive basis, consisting of a base quantity of 400 tons of silica base sand and four (4) options (to be exercised within three (3) years), for the supply of four hundred (400) tons of silica sand per option, in accordance with the following Statement of Work (SOW): 1.0 SCOPE 1.1 The contractor shall provide four hundred (400) tons of silica base sand conforming to the specifications outlined in the requirements section of this statement of work. The contractor will also provide delivery of this material to Picatinny Arsenal, NJ. 2.0 APPLICABLE CODES, STANDARDS, AND DOCUMENTS 2.1 American National Standards Institute (ANSI) 2.2 American Society for Testing and Materials (ASTM) 2.3 Occupational Safety and Health Administration (OSHA) Standards 2.4 American National Standard for Industrial Wire Cloth (ASTM-E11) 3.0 MATERIAL REQUIREMENTS 3.1 The contractor shall provide 400 tons of silica based sand conforming to the below mentioned sieve size breakdown. This purchase order will cover an initial delivery, and up to four additional options at a maximum of 400 tons (each option) of material to purchase the conforming material and provide delivery. ASTM-E11 Mesh Size Individual % Retained 5 0 6 0-1 7 0-1 8 3-10 10 15-30 12 30-45 14 45-80 16 70-100 18 95-100 20 100 4.0 PLACE OF PERFORMANCE (PICATINNY ARSENAL) 4.1 Material will be delivered to: Commander US ARMY CCDC Armaments Center C/O Aaron Rider FCDD-ACM-XE Building 636 Picatinny Arsenal NJ 07806 PH# 973-724-2134 Cell# 862-219-8253 5.0 PERIOD OF PERFORMANCE/DELIVERY REQUIREMENTS 5.1 Period of Performance: All material must be delivered within 5 business days of option exercise. 5.2 Delivery must be scheduled with the individual referenced in item 4 to allow access to site. 5.3 Delivery trucks may be delayed on site for material placement. 5.4 Delay will be no greater than 1 hour after arrival to site. 6.0 SECURITY REQUIREMENTS 6.1 This effort is UNCLASSIFIED. 6.2 For contractors requiring access for less than 180 days, a visitor pass will be required. Passes will be issued for specific dates access is required, not to exceed 30 days at a time. The Wide Area Workflow Approver (WAWA) must complete the Visitor Registration Form applications on the Picatinny Intranet (PICAWEB) prior to the contractor employee arriving at Picatinny Arsenal. 6.3 A criminal background check is required and can be accomplished by each employee completing the NCIC III form. This form should be collected by the WAWA and turned over to the Physical Security Office so the check can be completed at least 14 days in advance of the contract start date. The Criminal Background check will establish that neither the Contractor, nor individual's state or nation of permanent residence, has any record or credible information that the individual has a "criminal history". In this context, "criminal history" will be defined as adjudicated guilt or pending adjudication of a crime as defined under New Jersey law, or equivalent offense under the applicable laws of another jurisdiction. If the contractor has doubt about the applicability of an offense to this definition, the circumstances must be reported to USAG Picatinny. 6.4 Lawful employability will be verified by means of Employment Eligibility Form, INS Form I-9 (if applicable), or by other applicable INS documentation approved for a specific non-citizen status. 6.5 The identification badge or pass issued to each employee of the contractor is for their own use only. Misuse of the badge or pass, such as permitting others to use it will result in criminal charges under Title 18 USC 499 and 701; and barring the employee from Picatinny Arsenal. Should the employee lose the badge or pass, the contractor may be charged for the cost of re-issuance of the badge or pass. Additionally, the employee and the contractor must submit a sworn affidavit as to the circumstances of the loss before a new badge or pass is issued. 6.6 AT Level I Training (A001): All contractor employees, including subcontractor employees, requiring access to Department of Defense installations, facilities, or controlled access areas shall complete AT Level I awareness training within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies and within 12 months prior to travel outside of the US, then annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jkodirect.jten.mil/ . 6.7 Access and General Protection/Security Policy and Procedures (A001): All contractor employees, including subcontractor employees, shall comply with all installation and facility access and local security policies and procedures (provided by the Government representative), and security/emergency management exercises. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. During FPCONs Charlie and Delta, services/installation access may be discontinued/postponed due to higher threat. Services will resume when FPCON level and or threat is reduced to an acceptable level as determined by the Installation Commander. Contractor personnel working on an installation are required to participate in the Installation Random Antiterrorism Measures Program as directed. Contractors may be subject to and must comply with vehicle searches, wearing of ID badges, etc. Failure to comply with policies and procedures could result in barred access onto the installation. 6.8 iWATCH (See Something, Say Something) Training (A001): All contractor employees, including subcontractor employees, shall receive training and participate in the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel." Slides available to COR at https://www.milsuite.mil/book/docs/DOC-284984. 6.9 Requirement to Access a DoD Facility or Installation: Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations. 6.10 Export Control Laws/International Traffic in Arms Regulation: DFARS Clause 252.225-7048, Export-Controlled Items applies to this effort. 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. 6.11 OPSEC Standing Operating Procedure/Plan (A001): The contractor is subject to compliance with the CCDC Armaments Center Operations Security Plan, per AR 530-1 (or DoDM 5205.02-M),. This SOP/Plan will specify the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. 6.12 OPSEC Training (A001): Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial (Level I) OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designated OPSEC level II trained OPSEC Officer/Coordinator. The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request CCDC Armaments Center OPSEC training from CCDC Armaments Center OPSEC POC e-mail: usarmy.pica.rdecomardec.mbx.ardec-opsec@mail.mil. 6.13 Public Release of Information: Per AR 530-1 (or DoDM 5205.02-M), an OPSEC review is required prior to all public releases. All government information intended for public release by a contractor will undergo a government OPSEC review prior to release. 7.0 WIDE AREA WORKFLOW APPROVER 7.1 TBD 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, 52.204-18, 52.212-1 & 52.212-2 (addenda below), 52.212-3, 52.212-4, 52.212-5; 52.217-7; 52.225-2; 52.233-3, 52.233-4, 52.246-2 and 52.247-34. FAR 52.212-5 applies along with the following additional clauses under FAR 52.212-5: 52.219-1, 52.219-6, 52.219-28, 52.222-3, 52.222-4, 52.222-19, 52.222-21, 52.222-22, 52.222-23, 52.222-25, 52.222-26, 52.222-40, 52.222-50, 52.223-18; 52.225-13, 52.232-19, 52.232-33, 52.233-1, 52.233-3 and DFARS: 252.203-7002, 252.204-7002, and 252.232-7010. 252.203-7000, 252.203-7005; 252.204-7012, 252.204-7015, 252.211-7003, 252.225-7000, 252.225-7001, 252.225-7012, 252.225-7036, 252.225-7048, 252.232-7003, 252.244-7000 and 252.247-7023 Alt II. The following local information also applies: 1. Responses must set forth full, accurate and complete information as required by this solicitation (including attachments). "Fill-ins" are provided on Standard Form SF33, and other solicitation documents. Examine the entire solicitation carefully. The penalty for making false statements is prescribed in 18 U.S.C. 1001. 2. Responses must be plainly marked with the Solicitation Number and the date and local time set forth for bid opening or receipt of proposals in the solicitation document. 3. Information regarding the timeliness of response is addressed in the provision of the solicitation entitled either "Late Submission, Modification and Withdrawal of Bid" or "Instructions to Offerors - Competitive Acquisitions". 4. Procurement Information: This Procurement is unrestricted. The applicable NAICS code is: 212322. 5. Issuing Office U.S. Army Contracting Command - New Jersey ATTN: Klaudia A. Grabias Office Symbol: ACC-NJ-JA Picatinny Arsenal, NJ 07806-5000 Email: klaudia.a.grabias.civ@mail.mil 6. Point of Contact for Information: Name: Klaudia A. Grabias Title: Contract Specialist Email: klaudia.a.grabias.civ@mail.mil DISCLOSURE OF UNIT PRICE INFORMATION This constitutes notification pursuant to Executive Order 12600, Pre-Disclosure Notification Procedures for Confidential Commercial Information (June 23, 1987), of our intention to release unit prices in response to any request under the Freedom of Information Act, 5 USC 552. Unit price is defined as the contract price per unit or item purchased. We consider any objection to be waived unless the contracting officer is notified of your objection to such posting prior to submission of initial proposals. COMMERCIAL PACKAGING REQUIREMENTS 1. Packaging - Preservation, packaging, packing, unitization and marking furnished by the supplier shall provide protection for a minimum of one year, provide for multiple handling, redistribution and shipment by any mode and meet or exceed the following requirements. 1.1 Cleanliness - Items shall be free of dirt and other contaminants which would contribute to the deterioration of the item or which would require cleaning by the customer prior to use. Coatings and preservatives applied to the item for protection are not considered contaminants. 1.2 Preservation - Items susceptible to corrosion or deterioration shall be provided protection such as preservative coatings, volatile corrosion inhibitors, desiccants, water-proof and/or water-vapor-proof barriers. 1.3 Cushioning - Items requiring protection from physical and mechanical damage (e.g. fragile, sensitive, critical material) or which could cause physical damage to other items, shall be protected by wrapping, cushioning, pack compartmentalization, or other means to mitigate shock and vibration and prevent damage during handling and shipment. 2. Unit package 2.1 Unit Package - A unit package shall be so designed and constructed that it will contain the contents with no damage to the item(s), and with minimal damage to the unit pack during shipment and storage in the shipping container, and will allow subsequent handling. The outermost component of the unit package shall be a container such as a sealed bag, carton or box. 2.2 Unit Package Quantity - Unless otherwise specified, the unit package quantity shall be one each part, set, assembly, kit, etc. 3. Intermediate Package 3.1 Intermediate Packaging - The use of intermediate packaging is required whenever one or more of the following conditions exist: a. The quantity is over one (1) gross of the same national stock number. b. Use enhances handling and inventorying. c. The exterior surface of the unit pack is a barrier bag. d. The unit pack is less than 64 cubic inches. e. The weight of the unit pack is less than five (5) pounds and no dimension is over twelve (12) inches. Intermediate container shall be limited to a maximum of 100 unit packs, a net load of 40 pounds, or a maximum volume of 1.5 cubic feet, whichever occurs first. 4. Packing 4.1 Unit packages and intermediate packages not meeting the requirements for a shipping container shall be packed in shipping containers. All shipping containers shall be the most cost effective and shall be of the minimum cube to contain and protect the items. 4.2 Shipping Containers - The shipping container (including any necessary blocking, bracing, cushioning, or waterproofing) shall comply with the regulations of the carrier used and shall provide safe delivery to the destination at the lowest tariff cost. The shipping container shall be capable of multiple handling, stacking at least ten feet high, and storage under favorable conditions (such as enclosed facilities) for a minimum of one year. 5. Unitization: Shipments of identical items going to the same destination shall be palletized if they have a total cubic displacement of 50 cubic feet or more unless skids or other forklift handling features are included on the containers. Pallet loads must be stable, and to the greatest extent possible, provide a level top for ease of stacking. A palletized load shall be of a size to allow for placement of two loads high and wide in a conveyance. The weight capacity of the pallet must be adequate for the load. The preferred commercial expendable pallet is a 40 x 48 inch, 4-way entry pallet although variations may be permitted as dictated by the characteristics of the items being unitized. The load shall be contained in a manner that will permit safe handling during shipment and storage. 6. Marking All unit packages, intermediate packs, exterior shipping containers, and, as applicable, unitized loads shall be marked in accordance with MIL-STD-129, Revision R, Date 18 February 2014 including bar coding. The contractor is responsible for application of special markings as discussed in the Military Standard regardless of whether specified in the contract or not. Special markings include, but are not limited to, shelf-life markings, structural markings, and transportation special handling markings. The marking of pilferable and sensitive materiel will not identify the nature of the materiel. NOTE: Passive RFID tagging is required in all contracts that contain DFARS clause 252.211-7006. Contractors must check the solicitation and/or contract for this clause. For details and most recent information, see http://www.acq.osd.mil/log/rfid/index.htm for the current DoD Suppliers' Passive RFID Information Guide and Supplier Implementation Plan. If the item has Unique Item Identifier (UII) markings then the UII needs to be 2D bar coded and applied on the unit package, intermediate and exterior containers, and the unit load. 7. Hazardous Materials 7.1 A hazardous material is defined as a substance which has been determined by the Department of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce and which has been so designated. (This includes all items listed as hazardous in Title 49 CFR and other applicable modal regulations effective at the time of shipment.) Ammunition and explosives (Hazard Class 1) are special cases and must be properly hazard classified and registered with the competent authority of the United States (Department of Transportation). 7.2 Packaging and marking for hazardous material shall comply with the requirements for the mode of transport and the applicable performance packaging contained in the following documents: a. International Air Transport: International Civil Aviation Organization (ICAO) Technical Instructions for the Safe Transport of Dangerous Goods by Air b. International Vessel Transport: International Maritime Dangerous Goods Code (IMDG) c. Domestic Transport: Code of Federal Regulations (CFR) Title 49 d. Military Air Transport: Joint Service Regulation AFMAN24-204/TM38-250/NAVSUP PUB 505/MCO P4030.19/DLAM 4145.3. 7.3 If the shipment originates from outside the continental United States, the shipment shall be prepared in accordance with the regulations of the Competent Authority of the nation of origin and in accordance with regulations of all applicable carriers. 7.4 A Product Material Safety Data Sheets (MSDS) is required to be included with every unit pack and intermediate container and shall be included with the packing list inside a waterproof sealed pouch attached to the outside of the package. 8. Wood Packaging Materials - Heat Treatment and Marking of Wood Packaging Materials: In accordance with the requirements of International Standards for Phytosanitary Measures (ISPM) 15, the following commercial heat treatment process has been approved by the American Lumber Standards Committee (ALSC) and is required for all Wood Packaging Material (WPM). WPM is defined as wood pallets, skids, load boards, pallet collars, wooden boxes, reels, dunnage, crates, frames, and cleats. Packaging materials exempt from the requirements are materials that have undergone a manufacturing process such as corrugated fiberboard, plywood, particleboard, veneer and oriented strand board. All WPM shall be constructed from Heat Treated (HT to 56 degrees Centigrade for 30 continuous minutes) lumber and certified by an accredited agency recognized by the ALSC in accordance with Wood Packaging Material Policy and Wood Packaging Material Enforcement Regulations (see URL: http://www.alsc.org). All materials must include certification markings in accordance with ALSC standards and be placed in an unobstructed area that will be readily visible to inspectors. Pallet markings shall be applied to the stringer or block on diagonally opposite sides and ends of the pallet and be contrasting and clearly visible. All dunnage used in configuring and/or securing the load shall also comply with ISPM 15 and be marked with an ALSC approved DUNNAGE stamp. Failure to comply with the requirements of this restriction may result in refusal, destruction, or treatment of materials at the point of entry. 9. Quality Assurance -The contractor is responsible for establishing a quality system. Full consideration to examinations, inspections, and tests will be given to ensure the acceptability of the commercial package. PACKAGING AND MARKING Commercial Packaging shall apply to this procurement (see below). BAR CODE REQUIREMENT: 2D Bar Codes Not Required DELIVERY ADDRESS: TBD, Picatinny Arsenal, New Jersey 07806 ESTIMATED WEIGHT OF THE ITEM IN ITS SHIPPING CONTAINER: Greater than 2,500 pounds but less than 30,000 pounds SECURITY CLASSIFICATION OF THE ITEM TO BE SHIPPED: Unclassified DOT CONTAINER MARKING: Non Hazardous (No DOT Marking Required) TRANSPORATION SECURITY CATEGORY FOR ARMS, AMMUNITION OR EXPLOSIVES (AA&E) AS CATEGORIZED IN DOD 5100.76-M: Item is not AA&E GOVERNMENT FURNISHED PROPERTY (GFP): No GFP Provided GOVERNMENT PROCUREMENT QA ACTIONS: INSPECTION Government Procurement Quality Assurance (PQA) actions will be accomplished by the Government Quality Assurance Representative (QAR) at: DESTINATION GOVERNMENT PROCUREMENT QA ACTIONS: ACCEPTANCE Acceptance of supplies will be at: DESTINATION DELIVERY SHALL BE FOB DESTINATION HQ AMC-LEVEL PROTEST PROGRAM If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the contracting officer) to: • Address: Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 • Fax: (256) 450-8840 • Email: usarmy.redstone.usamc.mbx.protests@mail.mil • The AMC-level protest procedures are found at: Web Address: http://www.amc.army.mil/amc/commandcounsel.html If Internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. 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/references/Clauses/locals.htm FAR 52.212-1 - INSTRUCTIONS TO OFFERORS This section contains proposal submission instructions as well as specific proposal requirements for the solicitation. The offeror's proposal shall be labeled in a consistent manner with this document. All references to the Statement of Work (SOW) shall be clearly labeled with the appropriate SOW paragraph. Offerors are expected to submit a proposal 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 proposals. The burden of proving acceptability remains with the offerors. Per FAR 52.212-1(d), offeror's shall submit a product sample of their proposed silica base sand to be evaluated with their proposal to meet solicitation requirements. The offeror shall submit, at no expense to the Government, a one (1) pound sample to the address/POC detailed in SOW 4.0 before the proposal submission deadline. Samples may be returned at the offeror's request/expense. General: The proposal shall be represented in sufficient detail to allow Government evaluation of the response to the requirements of the request for proposal (RFP). The Government will not assume offerors possess any capability, understanding, or commitment specified in the proposal. 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. U.S. Army Contracting Command - New Jersey (ACC-NJ) ATTN: Klaudia A. Grabias Picatinny Arsenal, New Jersey 07806-5000 Email: klaudia.a.grabias.civ@mail.mil FAR 52.212-2 - EVALUATION 1.0 Basis for Award The Government's selection for an awardee will be made on the basis of the lowest priced proposal (including product sample) meeting or exceeding the acceptability standards for the non-cost factors in accordance with FAR 15.101-2, lowest price technically acceptable source selection process. The purchase order will be awarded to the offeror who is deemed responsible by the Contracting Officer, in accordance with the General Standards for contractor responsibility at FAR 9.104-1, and whose proposal conforms to all of the solicitation's requirements (including stated terms, conditions, representations, certifications, and all other information) and is assessed, based on the evaluation factors below, to represent the lowest price technically acceptable. 2.0 Evaluation Factors & Evaluation Approach All proposals (including product samples) will be evaluated in a fair and consistent manner. All proposals will be subject to evaluation by a team of Government personnel. The offeror whose proposal is determined to provide the lowest priced proposal that meets the acceptability standards for non-cost factors will be awarded the purchase order. The Government may reject any proposal that is evaluated to be unrealistic in terms of program commitments, including contract terms and conditions, or unrealistically high or low priced when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program. The Government reserves the right to award based on initial proposals. The Government intends to evaluate proposals and award the purchase order without discussions with the offerors (except clarifications as described in FAR 15.306). However, the Government reserves the right to conduct discussions and request proposal revisions if it is determined to be in the best interest of the Government. Factor 1 - Technical The proposals (including product sample) will be evaluated based on the criteria established in this solicitation as follows. In order to achieve an Acceptable rating in the Technical factor, the offeror's proposal must clearly meet the following minimum requirements: a. Technical Approach: The offeror's proposal shall demonstrate a thorough understanding of the requirements as defined in the Statement of Work to include: i. The contractor shall meet the following requirements in accordance with the Statement of Work (SOW): The contractor shall provide 400 tons of silica based sand conforming to the below mentioned sieve size breakdown. This purchase order will cover an initial delivery, and up to four additional options at a maximum of 400 tons (each option) of material to purchase the conforming material and provide delivery. ASTM-E11 Mesh Size Individual % Retained 5 0 6 0-1 7 0-1 8 3-10 10 15-30 12 30-45 14 45-80 16 70-100 18 95-100 20 100 ii. The Contractor shall deliver materials within the delivery schedule specified in the SOW or best delivery schedule. Proposals will be evaluated to determine an offeror's Understanding of the Requirements and Feasibility of Approach. (1) Understanding the Requirements - The proposal will be evaluated to determine the extent to which it demonstrates a clear and complete understanding of all requirements involved including offeror's existing capabilities, knowledge and expertise in providing the requested items and meeting the requirements presented by the SOW. (2) Feasibility of Approach - The proposal and product sample will be evaluated to determine whether the offeror's methods and approach to meeting the SOW requirements provide the Government with a high level of confidence of successful completion within the required schedule. ADJECTIVAL RATING DEFINITION ACCEPTABLE Proposal clearly meets the minimum requirements of the solicitation. UNACCEPTABLE Proposal does not clearly meet the minimum requirements of the solicitation. Factor 2 - Price 1. The Total Evaluated Price will be determined by summing the price proposed on each Line Item. This Total Evaluated Price will then be evaluated for reasonableness in accordance with price analysis techniques at FAR 15.404-1(b). Price will not be scored. 2. An offeror must propose on all Line Items to be considered for award. Unit pricing shall be listed with extended costs for each item. 3. Adequate competition is anticipated for this purchase order. However, in the event that only one offer is received, the Government reserves the right to perform a cost analysis IAW FAR 15.404-1(c). Therefore, in instances when only one offer is received and the proposal is $2,000,000 or more, the Contracting Officer shall obtain Certified Cost or Pricing Data. Offers under $2,000,000.00 require cost or pricing data, but such cost or pricing data is not required to be certified by the offeror. Cost or Pricing Data or Other than certified cost or pricing data shall be provided upon request IAW FAR 15.403. This information 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 formulas intact when submitting their Price/Cost proposal (FAR 15.403-5(b)(1)). 4. Price/Cost Inconsistencies: A proposal is presumed to represent an offeror's best effort to respond to the solicitation. Each initial proposal should contain the offeror's best terms for award for this purchase order. Any inconsistencies in performance or 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 its financial ability to perform the contract, and may be grounds for rejection of the proposal. Please complete provision 52.212-3, Of...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »