Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
MODIFICATION

10 -- Mortars 60/81MM Inconel 718 (AMS 5662M)

Notice Date
12/6/2007
 
Notice Type
Modification
 
Contracting Office
M67854 Quantico, VA
 
ZIP Code
00000
 
Solicitation Number
M6785407R1166
 
Response Due
12/18/2007
 
Archive Date
2/18/2008
 
Point of Contact
Crystal Caputo 703-432-4945
 
Description
This Amendment is adding the Instructions to Offerors as follows, and the Past Performance Questionnaire. INSTRUCTIONS FOR THE SUBMISSION OF PROPOSALS Offerors shall not submit more than one (1) offer in response to this solicitation. Therefore, the Offeror?s submission should demonstrate the optimal capability in response to the requirements. The terms solicitation and RFP are used synonymously in this document. Offerors shall be required to provide both technical and business information, as well as past performance references. Specific instructions to Offerors shall be delineated in the RFP. Offerors shall prepare proposals in accordance with FAR 52.212-1, Instructions to Offerors, and the solicitation. Preparation Instructions. Offerors should read the terms and conditions of the solicitation carefully and refer any questions to the Procuring Contracting Officer (PCO). Proposals shall be prepared using Arial or Times New Roman 11-point font style on 8? x 11 inch white paper. Tables and illustrations may use a reduced font style, not less than 8 point. Foldouts are not allowed. Margins shall be one (1) inch on all sides. All material submitted may be single-spaced. Offerors should ensure that each page provides identification of the submitting Offeror in the header or footer. Page count for the Technical Volume shall not exceed fifty (50) total pages, inclusive of product literature. Proposals shall be scanned and electronically sent to Ms. Crystal Caputo, email address: crystal.m.caputo@usmc.mil by 12:00 pm, local time, on 18 December 2007. The proposal transmission must include a cover letter that is on company letterhead and signed by an individual that is empowered to sign on behalf of the company. The offeror?s proposal shall consist of a Technical Volume (not to exceed 15 pages), Business Volume (not to exceed 15 pages) and Past Performance criteria (not to exceed 15 pages). Files shall not contain classified data. Technical Volume Content. The Offeror shall describe in sufficient depth their ability to provide the items identified in Section B and Section C, compliant with the solicitation. Discussion shall address conformance to the statement of work and all other parts of this solicitation. At a minimum, ensure your proposal addresses the following criteria (Offerors shall submit documentation that provides evidence of the evaluation criteria below that is in the relative order of importance, Technical being the most important): Business Volume Content. Offerors shall be required to provide price information for the 60mm/81mm Mortar Cannon Assemblies as delineated in the RFP and past performance information (as indicated below) in their Business Volume. Past Performance. The Past Performance evaluation will assess the relative risks associated with an Offeror's likelihood of success in performing the solicitation's requirements as indicated by that Offeror's record of past performance. In this context, ?Offeror? refers to the proposed prime contractor and all proposed major subcontractors. A major subcontractor is defined as one who will be providing critical hardware or whose subcontract is for more than 20% of the total proposed price. In either case, the prime contractor and proposed major subcontractors will be assessed individually and the results will then be assessed in their totality to derive the Offeror?s Past Performance rating. The Past Performance and Price sections shall ensure that all elements of the Schedule of Supplies, and appropriate representations and certifications are completed. Ensure Annual Representations and Certifications have been completed in ORCA as required by FAR 52.204-8. Failure to provide a complete business submission can result in disqualification of your proposal from competition. The price proposal shall use the pricing structure included in Section B of this solicitation. Factor 1. Understanding and Approach (Technical Capability) Demonstrate an understanding of the management and technical requirements of the 60mm/81mm Mortar Cannon Assemblies program. The respective sub-factors should be discussed so as to offer an integrated solution that articulates the Offeror?s approach to the 60mm/81mm Mortar Cannon Assemblies program. Management techniques, controls, subcontractor and vendor management, quality provisions, and overall ability to accomplish an integrated business strategy that provides assurance of consistent quality support are essential. FAR 52.212-2 shall be incorporated in the Solicitation. The specific attributes (factors), used to determine technical capability, and which will therefore be utilized to evaluate proposals received in response to the solicitation, are included in the 60mm/81mm Mortar Cannon Assemblies Statement of Work (SOW). The proposal shall identify a suitable level of technical understanding of the issues affecting the 60mm/81mm Mortar Cannon Assemblies program. The Offeror should present a cohesive approach, sufficiently backed by quantifiable evidence of their capability to execute the management and business strategy set forth in their solution within acceptable risk constraints. The subfactors to Technical Capability are listed below: a. Manufacturing Approach and Processes b. Manufacturing Capability, Production Flexibility, Ability to Meet Delivery Dates c. Quality System Plan d. Statement of Work and Proposal requirements Factor 2. Past Performance Demonstrated performance history employing management and technical capabilities similar to those required to perform all phases of the program as defined in the solicitation. Past Performance Reference Matrix. The Government will conduct a past performance assessment based on the quality, relevancy and recentness of the offeror's past performance, as well as that of its major subcontractors, as it relates to the probability of successful accomplishment of the required effort. When assessing past performance, the Government will focus its inquiry on the past performance of the offeror and its proposed major subcontractors as it relates to all solicitation requirements. These requirements include all aspects of schedule, performance and supportability, including the offeror?s record of: 1) conforming to specifications and standards of good workmanship; 2) adherence to contract schedules, including the administrative aspects of performance; 3) ability to resolve technical problems quickly and effectively; 4) quality of product as reflected by returns of product to the vendor for repair; and 5) business-like concern for the interest of its custome rs. Offerors are cautioned that in conducting the past performance assessment, the Government may use data provided in the offeror's proposal and data obtained from other sources. Since the Government may not necessarily interview all of the sources provided by the offerors, it is incumbent upon the offerors to explain the relevance of the data provided. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of proving low past performance rests with the offerors. The Government will evaluate the past performances of each DoD contract to determine which will be able to complete the task at hand most proficiently. Past Performance is a measure of how well an offeror has satisfied its DoD customers in recent works, and complied with Federal, State, and Local laws and regulations. The government will take into account any past work experiences that are related to this task as well as any key personnel who have relevant experience. Provide credible examples of past performance occurring within the past two years for all DOD contracts. Past performance is based on the offeror?s ability to substantiate credible examples of relevant past performance associated with their offering. Offerors with no relevant past performance should indicate this in their proposals. Offerors with no past performance will receive a neutral rating for this factor. Offerors shall provide a Past Performance Reference Matrix with accurate and concise information for each reference, including: ? Title of contract, contract number, sponsoring organizations ? Name, mailing address, and telephone numbers for the tech POC and contracting officer ? Type of contract, contract value, award, and completion dates ? Brief description of the services performed, problems identified, and corrective action taken, awards/recognition received. Past Performance Questionnaire: The SSAC will provide a Past Performance Questionnaire to selected references cited in the Offeror?s Past Performance Matrix. Therefore, it is essential that Offerors provide accurate information to the evaluation panel. Incorrect information provided in the Matrix will be noted and the Government will not take extraordinary measures to verify accuracy. Offerors are advised to take steps to ensure that individuals identified as references are aware of the fact that they have been so identified, and that their attention to completing the questionnaire is essential. The Government may use information from sources other than those identified in the proposal to develop evaluations of the Offeror?s past performance. Price: Price will be evaluated but not rated. Price will be evaluated by the SSAC. A proposal may be deemed unbalanced if the pricing methodology illustrates unreasonable variances in the establishment of the unit, or quantity price ranges. An offer may be deemed unbalanced if the mathematical approach is unreasonable. As such, an offer, inclusive of all options may have the lowest evaluated price, however, the Offeror?s methodology used to arrive at the price may not be in the best interest of the Government. Offers that are materially unbalanced, unrealistically low, or otherwise not in the Government?s best interest may be rejected. In evaluating price, the Government reserves the right to consider life cycle costs, which include but are not limited to O&M. The Government shall evaluate the Offeror?s proposed price, at both the contract line item level, and as a total proposed price, to determine if the offered price is reasonable. All dollar amounts provided in proposal summaries shall be rounded to the nearest dollar.
 
Record
SN01465350-W 20071208/071206230551 (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.