Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 15, 2021 SAM #7258
SOLICITATION NOTICE

S -- Grounds Maintenance Peterson Space Force Base and Cheyenne Mountain Space Force Station

Notice Date
10/13/2021 6:39:31 AM
 
Notice Type
Solicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
FA2517 21 CONS PETERSON AFB CO 80914-1192 USA
 
ZIP Code
80914-1192
 
Solicitation Number
FA251721R0019
 
Response Due
11/3/2021 1:00:00 PM
 
Archive Date
11/18/2021
 
Point of Contact
Jennifer Miller, Phone: 7195567996, John Sinclair, Phone: 7195569512
 
E-Mail Address
jennifer.miller.61@spaceforce.mil, john.sinclair.1@spaceforce.mil
(jennifer.miller.61@spaceforce.mil, john.sinclair.1@spaceforce.mil)
 
Small Business Set-Aside
HZC Historically Underutilized Business (HUBZone) Set-Aside (FAR 19.13)
 
Description
This is the official solicitation for this acquisition. Please pre-register for the site visit NLT 2:00PM, MST, 13 October 2021 and provide any questions regarding clarification to the solicitation NLT 19 Oct 2021. Contractors who fail to pre-register for the site visit will NOT be permitted to attend.�� Attachment 6 will provide the following in its�entirety.�� 1. NOTICE TO OFFERORS:� Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs.� This contract requires services to perform grounds maintenance services in accordance with (IAW) the attached Performance Work Statement (PWS). The resulting contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a five (5) year ordering period plus a six (6) month option period to extend services. The solicitation is issued as a competitive 100% small business HUBZone set-aside. Maximum contract value is $9,990,000 with a Minimum guarantee of $2,500. The Government intends to award a Firm-Fixed Price (FFP) contract for NAICS code 561730, Landscaping Services.� This acquisition is a 100% small business, HUBZone set-aside. Joint venture agreements are� allowable on competitive HUBZone set-asides; however, the joint venture agreement must be received by SBA prior to proposal due date and approved before award of any resulting contract, in accordance with the restrictions outlined in 13 CFR 124.513. If you are contemplating a joint venture on this project you must advise, in writing, your assigned SBA Business Opportunity Specialist (BOS) and the Contracting Officer as soon as possible. It is also recommended that the agreement be submitted as soon as practicable to ensure compliance with established regulations. Any corrections and/or changes needed can be made only when your BOS has adequate time for a thorough review before the proposal due date.� 2. PROPOSAL SUBMISSION: A.�General Instructions:� This section provides general guidance for preparing proposals, as well as specific instructions on the format and content of the proposal.� Throughout this solicitation, the term �Offeror� includes subcontractors, teammates and/or joint venture partners.� The Offeror�s proposal must include all data and information requested, and must be submitted in accordance with (IAW) these instructions.� Any Offeror who submits an incomplete package may be considered non-responsive.� The Offeror shall be compliant with the requirements as stated in the solicitation.� A proposal that is sufficiently documented to support technical capability and price in a complete, orderly and specific detailed manner will enable the Government to perform a thorough and fair evaluation. �Non-compliance with the instructions and solicitation may grounds to eliminate the proposal from consideration for contract award.� The Government intends to award a contract without discussions with respective Offerors, but reserves the right to hold exchanges should it be in the Government�s best interest.� Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation; alternate proposals will not be accepted.� B. Other than Certified Cost & Pricing Data. 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 data 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 data other than certified cost and pricing data to the extent necessary for the Contracting Officer to determine price reasonableness.� Submission Requirements:� Documents submitted in response to this solicitation must be fully responsive to and consistent with requirements of the solicitation and Performance Work Statement (PWS).� Representations and Certifications.� See FAR 52.212-3 of this solicitation for complete instructions. This provision must be submitted with the Offeror�s proposal.� Representations and Certifications shall be included on Attachment 7, Contractor Submittal Form and shall not be included in Volume I or Volume II.� C. Proposal Preparation and Format Instructions.� This section provides general guidance for preparing the format and content of proposals.� Each volume shall be complete in itself.� To assure timely and equitable evaluation of proposals, Offerors must follow the instructions contained herein.� Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications and all PWS requirements.� Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. �Any exceptions shall be identified on Attachment 7, Contractor Submittal Form.� Page Limitations.� Page limitations shall be treated as maximums.� Total page count will be based on the printed proposal submission.� If page limitations are exceeded, only page 1 through the identified maximum pages will be reviewed for evaluation.� Excess pages will not be read nor considered in the evaluation of the proposal.� A page is defined as each face of an 8.5 x 11-inch sheet of paper containing information.� All information except for document numbers, page number, etc., shall be provided in an image area of 7 x 9 inches.� Two pages may be printed back-to-back on one sheet of paper.� However, this will be considered two (2) pages for the purpose of page count. �The background color of each page of the proposal submission shall be white.� 1 cover or title page is allowable and up to two (2) index pages are allowable for each Volume.� These three (3) pages do not count towards the total page counts.� The maximum number of pages for each volume is listed below.� TITLE� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � NUMBER OF COPIES� � � � � � �MAXIMUM NUMBER OF PAGES Attachment 7, Contractor Submittal Form� � � � � � � � � �1� � � � � � � � � � � � � � � � � � � � � � � No page limit Volume I Price Proposal� � � � � � � � � � � � � � � � � � � � � � � � �1� � � � � � � � � � � � � � � � � � � � � � � No Page Limit Volume II Technical Proposal� � � � � � � � � � � � � � � � � � � � 1� � � � � � � � � � � � � � � � � � � � � � � �Limit of no more than 14 pages (No more than 10 pages for sub-factor 1, no more than 2 pages for sub-factor 2 and no more than 2 pages for sub-factor 3).� Pages exceeding this amount will not be reviewed or considered for the purpose of the evaluation, including any pages in excess of the page limits for each sub-factor, as described above.� Text.� Text type should be Times New Roman or Arial, no smaller than 12-point with normal proportional spacing.� Illustrations and tables shall be no smaller than Times New Roman or Arial 10 point.� Text lines will be, at a minimum, single spaced. Tables, Charts, Graphs, and Figures.� Legible tables, charts, graphs and figures shall be used wherever practical to depict organizations, systems and layout, implementation schedules, plans, etc. �These displays shall be uncomplicated, legible, and shall not exceed 11 x 17 inches in size. �11 x 17 pages may only be used for large tables, charts, graphs, diagrams and schematics and not for pages of text. For graphics, exhibits and figures, text shall be no smaller than Times New Roman or Arial 10-point font. �Text within tables shall be no smaller than Times New Roman or Arial 10-point font. �These limitations shall apply to electronic submissions. Proposal Clarity.� The proposal shall be clear and concise, and shall include sufficient detail for effective evaluation of the Offeror�s capabilities and for substantiating the validity of stated claims. �The Offeror�s proposal shall not simply rephrase, reiterate, or restate the Government�s own language, but rather shall provide a convincing and complete rationale describing how it intends to fulfill the requirement. �The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities and experience, and will base the evaluation on the information presented in the Offeror�s proposal. Electronic Submission.� Submit a signed and dated offer to the 21st Contracting Squadron, ATTN: Tracie Winfree, Contracting Officer, via email to tracie.winfree@spaceforce.mil, Jennifer Miller, Contracting Officer, jennifer.miller.61@spaceforce.mil, and John Sinclair, Contract Specialist, John.Sinclair.1@spaceforce.mil. ONLY EMAIL OFFERS WILL BE ACCEPTED.�� Offers must be submitted on the SF 1449 and other documents as specified in the solicitation. Offers must be received by the date and time specified in block 8 on the SF 1449.� E-mail proposals are the only acceptable format. �Send email proposals to all of the following:� tracie.winfree@spaceforce.mil, jennifer.miller.61@spaceforce.mil, and John.Sinclair.1@spaceforce.mil. �E-mail proposals must be received by the date and time specified in block 8 of the SF 1449 to be considered timely. �Any proposals received into the above-referenced email inboxes after the date and time in block 8, will be considered late and will not be considered.� It is the Offeror�s responsibility to ensure the Government receives its proposal on time.� It is recommended to not wait to the last moment to submit your proposal.� The Government is not responsible for proposals submitted electronically and not received on time.� ???????D.�Acceptance of an Offer.� A written notice of award or acceptance of an offer 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), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.� Offerors must agree to hold the prices in their offer firm for 120 calendar days from the date specified for receipt of offers. E. Specific Proposal Instructions.� To assure timely and equitable evaluation of the proposal, the Offeror must follow the instructions contained herein. �The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation.� The response shall consist of three (3) separate parts; Volume I � Price, Volume II � Technical Proposal and Attachment 7, Contractor Submittal Form.� By submitting a proposal, the Offeror agrees to the contract terms and conditions as written in the solicitation, with attachments.� The SF1449, Solicitation constitutes the model contract. ???????Attachment 7, Contractor Submittal Form. Offerors shall submit a completed contractor submittal form provided by the Government under Attachment 7 � Contractor Submittal form. Attachment 7 shall be returned in its entirety as a stand-alone document.� Attachment 7 shall not be submitted as part of Volume I or Volume II.� Volume I � Price Proposal.� The price proposal shall consist of the SF1449 and Attachment 3, Price List.� For the SF1449, complete blocks 12, 17a and 30a, b, and c.� In doing so, the Offeror agrees to the contract terms and conditions as written in the solicitation, with attachments.� The solicitation constitutes the model contract.� The Government will award task orders using the values on Attachment 3, Price list.� For attachment 3, Price List, the Offeror shall complete the Price List for the life of the contract.� The basic contract will be a 5 year ordering period, therefore there will be no options, however there is a tab for each performance year (1 February � 31 Jan).� All unit prices shall include all associated costs (General and Administrative (G&A) costs plus profit or fee, labor, materials etc).� This attachment will be included as an attachment to the contract and represent Firm-Fixed prices over the life of the contract.� All Prices shall not exceed two (2) decimal places (e.g., $100.50, $.75, $1,234.35) Attachment 3, Offeror�s shall only input their unit prices for task items under CLINs X001, X002, X003, X0004, and X005 for the Base Period and all out years.� CLINS X006 will not be included in the TEP, as this will be negotiated individually at time of any potential future Task Order awards. CLINs X0006 should be listed as $0.00 on the price list. �The monthly price �for CLINS X001 and X003 will be determined as follows:� The sum of all CLIN X001 Line items (0001-0023) divided by 12. The sum of all CLIN X003 Line items (0025 - 0041) divided by 12. These amounts will be rounded to the nearest penny.�� The Government will make award using the individual unit prices on attachment 3.� CLIN 0001, CLIN 0002, CLIN 0003, CLIN 0004 will be for the 5 year period and known performance needed.� CLIN 0005 is an estimate to be used for determining the contract value and included in the TEP.� The amount for CLIN 0005 is only an estimate and does not constitute the actual amount of work required. CLIN 0006 will be negotiated and priced per each order that arises. These amounts will be funded as funds or the need arises.� The Offeror�s proposed unit prices, as displayed on the Price Lists, will be incorporated into the resultant contract. Attachment 3, Price List, the Offeror shall insert proposed unit and extended prices for each Task Item Number (0001-0191) on each tab (Base, Ordering Year (1), Year (2), Year (3), Year (4), and 6 month option to extend). The six month extension shall be priced IAW FAR clause 52.217-8.� If the six month extension is used, it will be priced at the current period of performance rates. Attachment 3 - Price List, shall be submitted in Microsoft Excel format with all formulas visible and all cells unlocked Volume II � Technical Proposal.� Each Offeror shall submit a technical proposal that addresses all technical subfactors and how they will meet or exceed the PWS requirements.� The technical proposal shall demonstrated an understanding of and approach to accomplishing the requirements specified in the Performance Work Statement (PWS).� Offers shall address the following Technical sub-factors: 1.) Snow Removal Response Plan; 2.) Experience, and 3) Permits, Licenses and Certificates. SUB-FACTOR 1: Snow Removal Response Plan: The Offeror shall submit a snow/ice removal response plan, no more than 10 one-sided (5 double-sided) pages that demonstrates understanding of and approach to accomplishing the requirements specified in the Performance Work Statement (PWS) regarding Snow Removal at CMSFS and PSFB. �The narrative should describe in detail each of the following sub-factor 1 requirements in the order described below. Provide an approach which demonstrates a clear and sound approach which meets PWS requirements for a timely snow removal.� The approach should include all contractor provided motorized equipment to be utilized at CMSFS and PSFB across 600,000 square feet of land as well as 15 miles of roadway, to include the time frames to services each area per equipment item and where each location the personnel will be responding from.� Provide an approach that shows a clear understanding of the requirements by providing staffing information to ensure that positions will be manned to meet or exceed PWS requirements.� The staffing information shall include, at a minimum, position titles, number of employees, certifications (if any), clearances and staffing hierarchy as applicable to execution of a timely and effective response. The approach shall also demonstrate an understanding of security requirements & plan for maintaining access to restricted areas requiring snow removal.� SUB-FACTOR 2: Experience: The prime offeror must submit information on Experience Form (Attachment 5) for a single effort or combined efforts (e.g. task order, purchase order, contract, etc.) performed or managed by the prime offeror as either a prime contractor or subcontractor clearly demonstrating a comprehensive understanding of tasks required to perform grounds maintenance services, performed concurrently, which meets ALL of the following criteria:� Each Offeror shall submit one (1) to five (5) efforts that encompass all orders and contracts combined that meet the required criteria below (2-4).� The Offeror need not submit 5 efforts if all criteria is met with less efforts.� Efforts must have been performed concurrently with at least 6 months overlap among contracts.� For example, if the Offeror has two (or more) concurrent contracts that each only meets part of the criteria listed below, that Offeror should include them only if all the periods of performance among the contracts overlap for a minimum of six (6) months.� If the two (or more) concurrent contracts do not have a minimum of 6 months overlap among each other, they should not be included.� The overlap time will only be considered valid if all six (6) months overlap occurred at the same time.� The intent is to show the contractor has experience with the minimum criteria listed below that has occurred at the same time.� The Government will contact the POCs provided and validate the dates, annual cost, ground maintenance & management of acreage, square footage and miles of coverage. Services shall be ongoing or completed within the past five (5) years from the issuance date of the solicitation. Services shall be for an annual contract amount of $1,000,000 or more. Performance must have included grounds maintenance & management of at a minimum of 50 acres and must have included snow removal & monitoring for a minimum of 600,000 square feet in addition to 15 miles of roadway. Experience Form (Attachment 5, Experience Form). �Attachment 5 shall be returned in its entirety.� The Experience forms shall be included in Volume II and shall not exceed 2 pages.� SUB-FACTOR 3: Permits, Licenses, and Certifications: The Offeror shall identify all appropriate permits, licenses, and certifications that demonstrate understanding of and approach to accomplishing all requirements specified in the Performance Work Statement (PWS).� Permits, licenses and certifications do not need to be submitted with Offeror�s proposal, but shall have valid permits, licenses and certifications identified in the PWS and technical proposals on day 1 of contract performance. F. Exceptions to Solicitation Requirements.� Offerors are required to meet all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors.� Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. Each exception shall explicitly reference each paragraph and/or specific part of the solicitation to which the exception is taken.� Offerors shall provide rationale in support of each exception taken, and fully explain its impact, if any, on the performance, schedule, cost, and specific requirements of the solicitation.� This information shall be provided in the format and content of the following Table and documented in Attachment 7: Solicitation Exceptions Solicitation Document: PWS, etc.� � �� � �� � � Page/Paragraph:�Applicable page and paragraph numbers Requirement/Portion: Identify the requirement or portion to which exception is taken Rationale: Describe why the requirement can/will not be met G. The Offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. H. For this solicitation, the Government will award a contract on an 'all or none' basis; multiple awards will not be contemplated. I. It is incumbent upon the interested parties to review SAM.gov frequently for any updates or amendments. �The Offeror shall provide evidence as required by any amendment that the Offeror's proposal incorporates all amendments to the solicitation (if applicable, see attachment 7, Contractor Submittal Form).� J. The Offeror shall complete the necessary Representations and Certifications in SAM.gov and supplemented in full text within this solicitation. �If Representations and Certifications in SAM.gov are completed, state accordingly in the proposal package (See attachment 7, Contractor Submittal Form).� If not complete, representations and certifications shall be included on attachment 7). 3. FORMAL COMMUNICATIONS:� Questions and requests for clarification or information concerning the solicitation must be provided in writing NO LATER THAN 19 October 2021 AT 11:00 AM Mountain Time. Answers will be compiled and posted electronically to the SAM.gov website: https://www.sam.gov/.� Questions should be emailed to all of the following: tracie.winfree@spaceforce.mil, jennifer.miller.61@spaceforce.mil and John.Sinclair.1@spaceforce.mil. �The subject line of all correspondence should reference the solicitation number (FA2517-21-R-0019).� 4. SITE VISIT INFORMATION� An organized site visit will be held 15 October 2021. �The site visit will be comprised of two (2) Parts, at two (2) separate locations. Pre-registration is required, instructions are below (Additional Requirements). If a potential Offeror does not pre-register, that Offeror will not be able to attend the site visit.� Prospective Offerors must arrive at the Peterson Space Force Base Visitors� Center, at 7:45 AM Mountain Time to check in. The first part of the site visit will last until approximately 11:00 am Mountain Standard Time (MST).� Offerors are responsible to plan for their own lunch. �A bus will depart from the Visitors Center promptly at 8:00 AM MST. �For the afternoon portion of the site visit, prospective Offerors must arrive at the Cheyenne Mountain Space Force Station Visitors� Center at 12:45 PM MST to check in. �A bus will depart from the Visitors Center promptly at 1:00 PM MST. �The second part of the site visit will last until approximately 4:00 pm MST. PART 1 � Peterson Space Force Base.� When: 15 October 2021 at 8:00 AM MST Location Address: PSFB Visitors� Center, 1334 Stewart Ave., Colorado Springs, CO 80914� INSTRUCTIONS: Prospective Offerors must arrive at the Peterson Space Force Base Visitors Center, at 7:45 AM MST to check in. A bus will depart from the Visitors Center promptly at 8:00 AM MST. PART II � Cheyenne Mountain Space Force Station (CMSFS)� When: 15 October 2021 at 1:00 PM MST � Location Address: CMSFS Visitors� Center, 101 Norad Rd., Colorado Springs, CO 80906� INSTRUCTIONS: For the afternoon portion of the site visit, Prospective Offerors must arrive at the Cheyenne Mountain Space Force Station Visitors Center at 12:45 PM MST to check in. A bus will depart from the Visitors Center promptly at 1:00 PM MST. ADDITIONAL REQUIREMENTS:� A. Prospective Offerors planning to attend the site visit must email the POCs listed below NO LATER than 13 October 2021, 2:00 PM MST. �The number of personnel for the site visit is limited to no more than two (2) per contractor.� Prospective Offerors shall submit the individuals name, email and phone number for up to two individuals. �Once you email the POCs listed below, you should receive an email response you�re your registration has been accepted.� If you do not receive a response by 2:00 PM MST that your response was received, contact one of the POCs listed below NLT 2:30 PM.� It is the offerors responsibility to ensure they have been pre-registered.� No further contact will be accepted for registration after 2:30PM MST on 13 October 2021.�� Anyone who plans to attend the site visit, but fails to contact the POCs prior to the deadline stated above, will not be permitted to attend. � POC:� John Sinclair, john.sinclair.1@spaceforce.mil, 719-556- 9512 POC:� Jennifer Miller, jennifer.miller.61@spaceforce.mil, 719-556-7796 POC:� Tracie Winfree, tracie.winfree@spaceforce.mil, 719-556-5716 B. Prospective Offerors will not be allowed to drive their own vehicles and must remain with the group at all times even if they have a valid ID card to access the base. �Transportation will be provided by the Government from the Visitors� Center and back following the conclusion of the site visit.� C. All questions SHALL be submitted in writing in accordance with the instructions outlined above in the Formal Communications section. �Questions will be answered at the site visit, but are considered non-official.� ALL questions asked, whether answered at the site visit or not, MUST be submitted in writing NLT 4:00 PM MST on 19 October 2021.� All questions with answers will be posted on SAM.gov within 5 days of submission as an attachment to the RFP.� Only written answers are considered official.� D. Contractors visiting PSFB and CMSFS must follow the most current Public Health Directives. These directives can be found at https://www.peterson.spaceforce.mil/covid-19/. Masks are currently required. (end of addendum) ADDENDUM TO FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS A. Basis for Contract Award. The Government intends to 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. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis.� Award shall be made to the Offeror with the lowest fair and reasonable price, whose proposal receives a 'pass' rating for all technical subfactors.� The following factors shall be used to evaluate each Offeror's proposal.�� B. Evaluation Factors:� In evaluating proposals, the Government will select the proposal that is most advantageous to the Government.� To arrive at a decision, the SSA will assess each Offeror in accordance with the following evaluation factors:� FACTOR 1 �PRICE FACTOR 2 � TECHNICAL C. Award Process. The Government will make award to the responsive, responsible Offeror who provides a technically acceptable proposal with the lowest fair and reasonable price.� For a proposal to be considered responsive, an Offeror shall submit a proposal that clearly meets the minimum requirements and follows all instructions set forth in the solicitation. Initially, the Government will review all proposals to determine if each timely received proposal meets the requirements of the RFP, PWS, and Government standards and regulations pertaining to the solicitation and its requirements to determine if the Offeror is responsive.� Next, the responsive proposals will be ranked from lowest to highest Total Evaluated Price (TEP).� The lowest priced proposal will be evaluated for technical acceptability.� If that proposal is determined technically acceptable, then it will be evaluated for price fairness, reasonableness and balance.� If that proposal is determined fair and reasonable and balanced, then award will be made to that Offeror and evaluations will conclude.� No additional proposals will be evaluated for technical acceptability or considered for award.� If the lowest price Offeror is not determined fair and reasonable and balanced, the next lowest price Offeor will be evaluated for technical acceptability.� This process will continue until a proposal is received that is technically acceptable and the price is fair and reasonable and balanced. Failure to meet the requirements of this solicitation may, at the Government's sole discretion, result in the proposal being determined unacceptable, being ineligible for award and eliminated at this point from the competition and further consideration.� D. Contractor Responsibility. In order to be eligible for award the contractor must be deemed responsible IAW FAR 9.1.� Information obtained from other sources available to the Government such as the Contractor Performance Assessment Reporting System (CPARS) may be used as part of the responsibility determination IAW FAR 9.104-1.� The Government reserves the right to obtain information relative to present and past performance from any source at its sole discretion. E.�Written Notice. A written notice of award or acceptance of an offer, mailed or otherwise 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), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. �FACTOR 1 - PRICE PROPOSAL EVALUATION A. General. The Government shall use the Offeror�s completed Pricing Sheet (Attachment 3) to evaluate the Offeror�s proposed pricing.� B. Evaluation of Price. Failure to propose for any category in the Price List or Pricing Worksheet may cause the Offeror's proposal to be rejected as unacceptable. An Offeror whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3) and /or unbalanced (in accordance with FAR 15.404-1) may not be considered for award. The Government reserves the right to conduct exchanges with the lowest TEP Offeror. C. Total Evaluated Price (TEP) Calculation. For Evaluation purposes, total evaluated price (TEP) is calculated as follows: Total Evaluated Price = The sum of CLINs 0001, CLIN 0002, CLIN 0003, CLIN 0004 and CLIN 0005 from the base tab and each additional tab (Year 1, Year 2, Year 3, and Year 4).� The Six Month extension pricing shall be IAW those proposed unit pricing for Year Four (4), with no escalation);the six month extension shall be calculated as follows: CLIN 1001 + CLIN 1002 + CLIN 1003 + CLIN 1004 + CLIN 1005. All proposed pricing shall be rounded to the nearest two decimal points. Offerors whose total evaluated price is unreasonable (in accordance with FAR 15.404 and FAR 31.201-3) and/or unbalanced (in accordance with FAR 15.404-1) may not be considered for award. D. Annual Escalation. The Period of the Performance (PoP) for this requirement is a five year ordering period.� If annual escalation is anticipated, except for SCLA wage rates, it shall be incorporated into the Offeror's proposal for all five years under the 'Price List' section of Attachment 3. Escalation pricing shall be captured in Pricing Work Sheet Item Numbers 0001 through 0188. Escalation pricing will be evaluated as a rate of increase from previous years and will be evaluated IAW FAR 15.404-1 price analysis procedures. E. Unbalanced Pricing.� Offers should be sufficiently detailed to demonstrate balanced pricing.� The burden of proof for credibility of proposed prices rests with the Offeror.� The Government may also determine a proposal unacceptable should the proposed prices be materially unbalanced.� Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more items is significantly overstated or understated as indicated by the application of price analysis techniques. The Government will evaluate offers for award purposes by adding the total price for all extended years to the total price for the basic requirement.� The Government may determine that an offer is unacceptable if the extended years prices are significantly unbalanced.� �FACTOR 2 - TECHNICAL PROPOSAL EVALUATION� A. General. The lowest priced responsive offer will then be evaluated for technical acceptability.� The Government will evaluate technical acceptability on a pass/fail basis.� ALL Technical Sub-factors must be rated ""Pass"" in order for the proposal to be technically acceptable.� To be eligible for a...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8c973af6172047e5b7b6b5228b29bc0b/view)
 
Place of Performance
Address: Colorado Springs, CO 80914, USA
Zip Code: 80914
Country: USA
 
Record
SN06156673-F 20211015/211013230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.