SOLICITATION NOTICE
70 -- Mapping Software
- Notice Date
- 8/29/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, Texas, 78150-4525
- ZIP Code
- 78150-4525
- Solicitation Number
- F3PT678203AG01
- Response Due
- 9/8/2008
- Archive Date
- 9/23/2008
- Point of Contact
- Kerry E Kelly, Phone: 210-652-5117, Linda M Johnson,, Phone: 210-652-5117
- E-Mail Address
-
kerry.kelly@randolph.af.mil, linda.johnson1@randolph.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- The 12th Contracting Squadron, Randolph AFB, TX has a requirement to purchase Flash-Based Mapping Software to include maintenance for HQ Air Force Recruiting Services (AFRS). This is a streamlined combined/synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (F3PT678203AG01). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-26. The NAICS Code is 541511; size standard $25.0M. NATURE OF ACQUISITION: HQ AFRS has a requirement for custom web-base ZIP Code mapping program for recruiting zones. The web-based ZIP Code mapping program will be required to define recruiting zones for three (3) groups and 24 squadrons manned with 1200+ recruiters using five-digit U.S. ZIP Codes. Recruiters must be able to familiarize themselves with their new areas as quickly as possible. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.252-1 -- Solicitation Provisions 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 address: http://farsite.hill.af.mil. FAR 52.212-3Offeror Representations and Certifications—Commercial Items. Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. The following clauses apply: 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Feb 2007). 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. FAR 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause.(i) 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(ii) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246).(iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212).(iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements ``(Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Nov 2007) (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2). While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. 52.252-2 – CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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 adress(es): http://farsite.hill.af.mil (End of clause) 52.203-3 -- Gratuities 52.203-6 – Restriction on Subcontractor Sales to the Government 52.203-6 Alt I – Restriction on Subcontractor Sales to the Government—Alternate I 52.212-1 – Instructions to Offerors – Commercial Items 52.217-5 – Evaluation of Options 52.219-28 – Post-Award Small Business Program Rerepresentation. 52.222-3 -- Convict Labor. 52.222-19 -- Child Labor—Cooperation with Authorities and Remedies. 52.222-21 -- Prohibition of Segregated Facilities. 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. 52.225-1 – Buy American Act -- Supplies 52.225-13 – Restrictions on Certain foreign Purchases 52.232-18 – Availability of Funds 52.232-34 -- Payment by Electronic Funds Transfer--Other Than Central Contractor Registration. 52.233-3 -- Protest After Award 52.233-4 – Applicable Law for Breach of Contract Claim 252.225-7001 Buy American Act and Balance of Payments Program. 252.225-7002 Qualifying Country Sources as Subcontractors. 252.225-7031 -- Secondary Arab Boycott of Israel 252.227-7015 – Technical Data—Commercial Items 252.227-7037 – Validation of Restrictive Markings on Technical Data 252.232-7003 – Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 -- Levies on Contract Payments. 252.243-7001 -- Pricing on Contract Modifications. 252.247-7023 Transportation of Supplies by Sea Alternate III (Mar 2000) 52.252-6 -- Authorized Deviations in Clauses (Apr 1984) The use in this solicitation or contract of any FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Jun 2008) deviation (48 CFR 2001-O0002/2004-o0002) clause with an authorized deviation is indicated by the addition of “(DEVIATION)” after the name of the regulation. (End of Clause) 52.212-2 – EVALUATION—COMMERCIAL ITEMS (JAN 1999) (i) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluaate offers: (a) technical capability (b) price (c) past performance. (ii) Technical and past performance, when combined, are equal (iii) Options. The Govenrment will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is u naccepable if the option prices are significantly unabalanced. Evaluations of options shall not obligate the Government to exercise the option(s). (iv) A written notice of award or acceptance of an offer mailed or other furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), wheter or not there are negotiations after its receipt, unless a written notice of withdrawal is received. 52.217-8 – OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performanc of any services within the limits and at rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates sprovided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 calendar days prior to expiration of the contract. 52.217-9 – OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 calendar days prior to expiration of the contract; provided that the Government gives the Contractor preliminary written notice of its intent to extend at least 60 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. ( c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five (5) years. 252.212-7000 – OFFEROR REPRESENTATIONS AND CERTIFICATIONS – COMMERCIAL ITEMS -- (a) Definitions. As used in this clause - (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it - ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. If the Offeror represents that it will not use Ocean transportation, the resulting contract will also include Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 5352.201-9101 -- OMBUDSMAN -- (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES Invoices for supplies/services rendered under the contract resulting from this solicitation shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer of contracting officer that they are ready to start using WAWF. Vendor training is available on the Internet at http://wawftraining.com. For more information call 1-866-618-5988. Select the Create Invoice and Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to the customer or by attachment to COMBO. Back-up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. Additional Information regarding completion of invoices in WAWF will be provided upon contract award. Note: the following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d). 1. Software applications and operating systems 2.Web-based Internet and Internet information and applications 3.Telecommunications products 4.Video and multimedia products 5.Self contained, closed products 6.Desktop and portable computers Further information and guidance can be found at http://www.section508.gov Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Electronically transmitted orders are complete for payment purposes only. Additional or supplemental instructions provided to the contractor under separate cover are non-payment affecting items and are applicable to this order with the same force and effect as all other terms and conditions of the order. The items sold to the Government should be properly marked with manufacturer’s name and part number. DOD Policy on Elimination of Use of Class I Ozone-Depleting Substances. No DOD contract awarded on or after June 1, 1993 may include a specification or standard requiring the use of an ozone depleting chemical. The supply or service being procured by this contract has been certified as a non ODC item. If to your knowledge the product or service contains or will require the use of ozone depleting chemicals in the performance of this contract, you are required to notify the Contracting Officer immediately. Current Capabilities: The Market Research and Analysis Section currently uses a web-based ZIP Code map which provides around the clock access to maps of assigned areas for training and recruiting activities. Required Capabilities: A flash-based map that allows users to browse through the following geometry layers: a.States, Cities, Groups, Squadrons, Flights, Billets, and ZIP Code labels (PO boxes excluded, only for ZIPs in USAF data to include AK, HI, & PR) all are centroid-based codes within the Flash Map. b.True vector flash mapping allows selecting a ZIP Code, and then viewing which Billet it belongs to, and key demographic information for that geographical area. c.The demographic data provided shall include the following: - Total Population (Ages 17-28) by gender and race -Median household income -All high school and college locations with the name and address of the high school/college -Total number of media outlets -Number of high school seniors -Number of high school juniors. d.Project will be delivered as a Macromedia Flash file (*.swf). This platform is built on Flash and xml, and can easily be placed into a standard web page, then put on web page for full accessibility. e.Monthly updates of all ZIP-to-Billet assignments, because of the nested structure and dependencies, regeneration of all polygonal layers, and labels will require a new set of USAF geometry to be generated every month as new ZIP Codes are added/dropped/replaced by the USPS. f.After initial development and setup, run charges must include 12 monthly updates of all ZIP-to-Billet assignments, or when requested by HQ AFRS. g.Semi-annual maintenance agreement for demographics, and quarterly ZIP Code updates. As part of proposal, provide as a minimum, an operational test application of the ZIP Code mapping program. DESCRIPTION OF SUPPLIES Basic Performance Period: 01 Oct 08 through 30 Sep 09 0001Flash-Based Mapping Software Platform1LOT$__________ To include Maintenance First Option Period: 01 Oct 09 through 30 Sep 10 1001Flash-Based Mapping Software Platform1LOT$__________ To include Maintenance Second Option Period: 01 Oct 10 through 30 Sep 11 2001Flash-Based Mapping Software Platform1LOT$__________ To include Maintenance Responses to this notice shall be provided in writing via e-mail to: Ms Kerry Kelly, at kerry.kelly@randolph.af.mil and copied to Ms Linda M Johnson at linda.johnson1@randolph.af.mil. All responses shall be received NLT 12:00 PM CST on 08 Sep 08. Email is the preferred method. Point of Contact: Ms Kerry Kelly, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759; Ms Linda M Johnson, Contracting Officer, Phone 210-652-5111, Fax 210-652-2759. Past Performance. The Government will evaluate the quality and extent of the contractor’s performance deemed relevant to the requirements of this RFQ. The Government will use information submitted by the contractors and other sources such as other Federal Government offices and commercial sources, to access performance. Provide a list of not less than one (1) and not more than three (3) of the most relevant contracts performed for Federal or commercial agencies within the last three (3) years and have the client provide a completed questionnaire (Refrence Atc 3) for each contract. The evaluation of past performance information will take into account past performance information regarding predecessor companies, key personnel who have relevant experience, or subcontractors that will perform maor or critical aspects of the requirement when such information is relevant to the instant acquisition. Questionnaires shall be submitted to the 12th Contracting Squadron no later than the RFQ closing date and time. A neutral rating shall be used if the offeror certifies that no relevant past performance information exists. (i)Company/Division name (ii)Product/Service (iii)Contracting Agency/Customer (iv)Contract number (v)Contract Dollar Value (vi)Period of Performance (vii)Verified, up-to-date name, address, Fax and telephone number of the contracting Officer (viii)Comments regarding compliance with contract terms and conditions (ix)Comments regarding compliance with any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. INSTRUCTIONS FOR THE PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY CONTRACTOR INFORMATION A. Contractor Name: B. Contractor's Address: C. Point of Contact: CONTRACT INFORMATION: IN ORDER TO DETERMINE RELEVANCY, AND RECENCY THE FOLLOWING DATA IS REQUIRED. FAILURE TO PROVIDE THIS INFORMANTION MAY RENDER THE PROPOSAL UNRESPONSIVE. A. CONTRACT NUMBER: B. CONTRACT TYPE: C. WAS THE CONTRACT REFERENCED ABOVE GOVERNMENT OR COMMERICIAL? D. AWARD DATE: E. PERIOD OF PERFORMANCE: F.TOTAL CONTRACT DOLLAR AMOUNT INCLUDING OPTIONS, IF APPLICABLE: G.SCOPE: INCLUDE A BRIEF DESCRIPTION OF THE SERVICES PERFORMED TO INCLUDE THE SKILLS AND TECHNICAL QUALIFICATIONS UTILIZED TO DETERMINE SIMILARITY OF SCOPE. PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY 1. Please complete this questionnaire based on the following guidance: a. For each question please circle one rating as defined below. Circle "N/A" if you are unable to provide a rating for an area. Assessments should reflect only contractor liable performance. The following is a definition of the scoring levels: RatingDefinition Exceptional (E)High ConfidenceBased on the offeror’s performance record, essentially no doubt exists that the offeror will successfully perform the required effort. Very Good (VG)Significant ConfidenceBased on the offeror’s performance record, little doubt exists that the offeror will successfully perform the required effort. Satisfactory (S)Confidence Based on the offeror’s performance record, some doubt exists that the offeror will successfully perform the required effort. Neutral (N)Unknown Confidence No performance record identifiable (see FAR 15.305(a)(2)(iii) and (iv)). Marginal (M)Little ConfidenceBased on the offeror’s performance record, substantial doubt exists that the offeror will successfully perform the required effort. Changes to the offeror’s existing processes may be necessary in order to achieve contract requirements. Unsatisfactory (U)No ConfidenceBased on the offeror’s performance record, extreme doubt exists that the offeror will successfully perform the required effort. b. Handwritten remarks are encouraged. Space is provided at the end of the survey. If more space is needed, please provide information of a separate sheet of paper. c. You are urged to supplement your own knowledge of the contractor's performance with the judgment of others in your organization. In addition to completing the attached questionnaire for the identified program, we solicit your comments on other contracts/programs that your activity has with this offeror. 2. Please return completed questionnaire to: 12CONS/LGCB Attn: Ms Kerry Kelly 395 B Street West Suite 2 Randolph AFB TX 78150 Fax to: (210) 652-2759 EMAIL IS THE PREFERRED METHOD: kerry.kelly@randolph.af.mil PAST PERFORMANCE QUESTIONNAIRE FOR OFFICIAL USE ONLY QUALITY OF SERVICE 1. Contractor's compliance with contractual terms and conditions. E VG S N M U N/A 2. Quality of contractor furnished reports/deliverables. E VG S N M U N/A 3. Overall rating of contractor's standard of workmanship. E VG S N M U N/A 4. Contractors ability to meet standards specified for performance. E VG S N M U N/A 5. Overall rating of contractor's quality of service. E VG S N M U N/A TIMELINESS OF PERFORMANCE 1.Contractor's ability to meet specific response times and scheduled E VG S N M U N/A time frames for completion of specific tasks. 2.Contractor's responsiveness/timeliness for providing administrative E VG S N M U N/A reports/documents required by the contract. 3. Contractor's timeliness in responding to emergency service requirements. E VG S N M U N/A 4. Overall rating of contractor's responsiveness/timeliness. E VG S N M U N/A BUSINESS RELATIONS 1.Contractor's ability to identify problems and potential problems and E VG S N M U N/A promptly notify the Contracting Officer. 2.Contractor's ability to correct problems and prevent or mitigate potential E VG S N M U N/A problems in a timely manner. 3.Contractor's willingness to improve and correct noncompliance issues E VG S N M U N/A or concerns. 4. Extent to which the contractor has demonstrated reasonable and cooperative E VG S N M U N/A behavior. 5. Contractor's ability to use effective approaches and provide technical E VG S N M U N/A expertise and resources to solve contract problems. 6. Contractor's working relationship with the Contracting Officer, E VG S N M U N/A quality assurance personnel and customers. 7. Contractor's flexibility in satisfying the requirements of its customers. E VG S N M U N/A 8. Extent to which the contractor provided prompt and courteous E VG S N M U N/A service when responding to customer complaint. 9. Overall rating of customer satisfaction. E VG S N M U NIA 10. Overall rating of business relations. E VG S N M U N/A MANAGEMENT OF KEY PERSONNEL 1.Contractor's ability to select and retain cooperative and effective E VG S N M U N/A key personnel, such as the contract manager and quality control personnel. 2.Extent key personnel were knowledgeable about contractual E VG S N M U N/A requirements. 3.Contractor's ability to meet appropriate staffing levels with qualified E VG S N M U N/A personnel in order to provide required services. 4.Contractor's ability to effectively manage subcontracts. E VG S N M U N/A 5.Overall rating of contractor's management of key personnel. E VG S N M U N/A REMARKS
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=755b557062477e8a69ac881544cbf801&tab=core&_cview=1)
- Place of Performance
- Address: Air Force Recruiting Services, Randolph AFB, Texas, 78150, United States
- Zip Code: 78150
- Zip Code: 78150
- Record
- SN01656003-W 20080831/080829222434-755b557062477e8a69ac881544cbf801 (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 |