The RFP Database
New business relationships start here

Emergency Medical Services


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

In accordance with (IAW) FAR 12.603(c)(2) - Streamlined Solicitation for Commercial Items, the following is submitted for this Request for Proposal:


(i)     This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

(ii)    Solicitation FA3016-18-U-0255, Emergency Medical Services, is being issued as a Request for Proposal (RFP) for JBSA-Randolph, Texas.  These services are being acquired in accordance with FAR Part 13.5 Simplified Procedures for Certain Commercial items.


(iii)   The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99.


(iv)    This requirement is set aside 100% for small business under the NAICS code 621910 - Ambulance Services with a size standard of $15M. A single award of a Firm-Fixed Price (FFP) Contract will be made as a result of evaluation of proposal(s) received.


(v)     The following is a list of contract line item numbers (CLINs) and items, quantities and units of measure: (see Attachment 4 - SF 1449/Schedule).


(vi)  The following is a list of descriptions of requirements for the items to be acquired: (see Attachment 1 - Performance Work Statement).


(vii)     The place of performance will be: JBSA-Randolph, Texas. (see Attachment 4 - SF1449/Schedule)

 THE FOLLOWING PROVISIONS AND CLAUSES APPLY TO THIS ACQUISITION:

(viii)    The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies.

ADDENDUM TO 52.212-1 -- Instructions to Offerors -- Commercial Items

FAR 52.212-1 is hereby tailored as follows:

(a) North American Industry Classification System (NAICS) code and small business size standard: The NAICS code is 621910 - Ambulance Services with a size standard of $15M.

(b) Submission of Offers:

To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein.

Offers must be submitted on the SF 1449 Solicitation/Contract/Order for Commercial Items (Attachment 4) and acknowledgement of all amendments, (SF 30) if applicable.  Offeror shall complete fill-ins in Attachment(s) 3 and 4 and submit a PDF copy of the certifications and representations.

Proposals must be complete, self-sufficient, and respond directly to the requirements of this solicitation.  The proposal shall demonstrate the ability to provide the required services in accordance with (IAW) the attached Performance Work Statement (Reference Attach 1). The proposal shall be clear, concise and include sufficient detail for effective evaluation and for substantiation of the validity of stated claims. 

A complete proposal consists of three (3) parts:







Part



Content



Page Limitation





I



Technical Proposal



Eight (8) pages, 8.5 x 11 Inches,

single spaced, not smaller than approximately Times New Roman size 10 font, with margins no less than one (1) inch on sides, top, and bottom.





II



Price Proposal, SF1449



N/A





III



Past Performance Information



N/A







 

Failure to furnish a complete proposal may result in the proposal being determined unacceptable by the Government.  Response to this solicitation (including all parts) must be submitted via e-mail no later than 3:00 PM CT, 23 August 2018.

 The SF1449 must bear the signature or electronic certification of an official in the company authorized to bind the firm.  The signed SF1449 document, the completed technical proposal, and past performance information must be submitted electronically to all individuals listed below.  Receipt of your electronic submittal will be acknowledged via return email; if you do not receive an acknowledgement, you are advised to call for confirmation as firewall protections may block emails and/or strip attachments.  Contact information is as follows: 

Leketa Cunningham Contract Administrator (CA), leketa.cunningham@us.af.mil 210-652-8877

Marcus Reedom Contracting Officer (CO), marcus.reedom.2@us.af.mil 210-652-8427

Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this combined synopsis/solicitation.  

Provide one (1) electronic proposal copy.  The submission shall be logically assembled. Each section shall be clearly identified.

All proposal documents shall be in English e-mailed to the POC's.  (Note: periodically the Government e-mail system experiences delays, therefore, offerors are highly encouraged to contact the individuals identified in this combined synopsis/solicitation to confirm delivery and receipt).

The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer.

There will be a preproposal conference and site visit on 9 August 2018 at 09:00 AM CT. The conference will be held in Bldg. 224 on JBSA-Randolph, Texas.

Interested vendors should contact the individuals below at least 24 hours prior to the preproposal conference/site visit time for installation access instructions and location details:

Leketa Cunningham Contract Administrator (CA), leketa.cunningham@us.af.mil 210-652-8877

Marcus Reedom Contracting Officer (CO), marcus.reedom.2@us.af.mil 210-652-8427

Note:  If contacting via e-mail, please confirm receipt of e-mail by calling Ms. Cunningham or Mr. Reedom.

The Contracting Officer has determined there is a high probability of adequate price competition for this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination and if, in the Contracting Officer's opinion, adequate price competition exists no additional cost information will be requested.  However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists offerors may be required to submit other than cost or pricing data to support a determination of price reasonableness.

 (b)(4) Technical:

PART I, TECHNICAL PROPOSAL.  Offerors shall provide sufficient information, as required below to allow the Government to judge the offeror's technical capability to perform the requirements of this solicitation.  Offeror's technical proposal must address the following technical evaluation sub factors:

Sub Factor 1 - Ability to Perform:  Offeror shall provide documentation demonstrating an ability to successfully meet the twelve (12) minute response timeline IAW DoDI 6055.06 table E3.T1. 90% of the time, and as outlined in the PWS description of services and paragraph 1.2.2., to include: 

•·         The approach shall discuss proposed routes and travel times to locations on JBSA-Randolph while keeping in mind that the twelve (12) minute response standard is based on arrival at the destination of the incident/event.

•·         Submit a detailed procedure for meeting the Government's requirement for additional support as outline in PWS para 1.2.1.2.

•·         The offeror approach must take into consideration the fact that JBSA-Randolph has only one (1) 24-hour access point with railroad tracks less than 100 yards outside that access point.

Sub Factor 2 - Qualifications and Experience: Offeror shall provide documentation demonstrating that it's qualifications and experience in meeting the requirements within the PWS, to include:

•·         Documentation of current State of Texas certified EMT-Paramedics with Advanced Cardiac Life Support (ACLS) certifications for all employees or demonstrate the ability to obtain/provide all certifications prior to the required contract start date. See additional certifications/licensure requirements in PWS, Paragraph 1.3.5.1.

•·         Information that drivers meet or exceed the requirements in PWS, Paragraph 1.3.5.4.

•·         Contractor's license to operate in Texas per Texas Department of State Health. Services Consumer Protection (Emergency Medical Services Unit).

•·         The experience and qualifications of the offeror's paramedics/EMTs.

Sub Factor 3 - Management Capability Factor:  Offeror shall provide documentation demonstrating its ability to manage the scope and magnitude of the PWS, to include:

•·         Resumes of key management personnel that demonstrates experience for similar contracts of like size and scope;

•·         Vehicle Fleet management;

•·         Offeror's overall approach to safety and training programs;

•·         Accessibility of management and management's responsiveness to problems on the proposed contract;

•·         Quality Control/Assurance Programs; specifically; and

•·         Describe the current and historical workload volume and address the impact of the Government's business on overall operations.

Sub Factor 4 -   Mission Essential Contractor Services Plan.   The Government has identified all of the contractor services performed under this contract as essential contractor services in support of mission-essential functions.  Therefore, in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) provision 252.237-7024, Notice of Continuation of Essential Contractor Services, offerors shall provide with their offer, a written plan describing how the offeror will continue to perform the essential contractor services listed in the PWS.

Per DFARS 252.237-7024, please provide the following in a stand-alone document; this document will be incorporated into the contract at time of award: 

(1) Identify provisions made for the acquisition of essential personnel and resources, if necessary, for continuity of operations for up to 30 days or until normal operations can be resumed;

(2) Address in the plan, at a minimum-

(i) Challenges associated with maintaining essential contractor services during an extended event, such as a pandemic that occurs in repeated waves;

(ii) The time lapse associated with the initiation of the acquisition of essential personnel and resources and their actual availability on site;

(iii) The components, processes, and requirements for the identification, training, and preparedness of personnel who are capable of relocating to alternate facilities or performing work from home;

(iv) Any established alert and notification procedures for mobilizing identified "essential contractor service" personnel; and

(v) The approach for communicating expectations to contractor employees regarding their roles and responsibilities during a crisis.

(3)  The Government will utilize the information provided, along with information collected from other sources (e.g., other Government offices, commercial sources, etc.), in making a technical acceptability determination.

(b)(6) Price:

 PART II, PRICE PROPOSAL.  Offerors are asked not to alter the electronic version of the SF1449 Solicitation (Word document) other than to fill in required information as outlined below.  In particular, offerors are asked not to delete page breaks or to alter headers/footers. 

            (a)  SF 1449, Page 1.  Complete the items listed below. In doing so, the offeror accedes to the contract terms and conditions as written in the solicitation, to include attachments.  The solicitation constitutes the model contract. 

 Block 12, Discount terms (payment terms such as Net 30)

 Block 17a, Name / POC / address of offeror (code = cage code; facility code = DUNS)

 Block 30a, Signature 

Block 30b, Name / title of person authorized to sign offer  

Block 30c, Offer date 

(b)  Section B, Price Schedule.  The periods of performance and applicable contract line item numbers (CLINs) are reflected below.   







 



Period of Performance



CLIN #s





Basic Period



15 Sep 2018 - 14 Sep 2019



0001 - 0002





Option Year 1



15 Sep 2019 - 14 Sep 2020



1001 - 1002





Option Year 2



15 Sep 2020 - 14 Sep 2021



2001 - 2002





Option Year 3



15 Sep 2021 - 14 Sep 2022



3001 - 3002





Option Year 4



15 Sep 2022 - 14 Sep 2023



4001 - 4002







 For each contract line item number (CLIN), insert proposed unit price and extended amount as shown in the example below. 

 The extended amount must equal the quantity multiplied by the unit price.  To prevent rounding issues, unit prices are limited to two (2) decimal places and no rounding of the extended amount is allowed.

 Note:  It is the responsibility of each offeror to verify their calculations.

(b)(10) Past Performance:

PART III, PAST PERFORMANCE INFORMATION

Offerors shall send blank Past Performance Questionnaires (Attachment 5) to present and/or past Government and/or industry customers for projects of similar scope performed within three (3) years of the RFP release date.  If an offeror does not request past performance feedback from its customers on the basis that it does not possess a recent/relevant past performance record, then the offeror shall affirmatively state so in its proposal.  Questionnaires regarding the offeror's own past performance as a prime, subcontractor, affiliate, or other teaming partner will be accepted.

Offerors shall follow-up to ensure that the Government receives at least three (3) completed questionnaires.  Forms submitted directly to the Government by the offeror will NOT satisfy the requirement for past performance information and will not be evaluated.  It is the offeror's responsibility to ensure that their customers complete Attachment five (5) Past Performance Questionnaire and the offeror completes Attachment six (6) Past Performance List of References and return it DIRECTLY to Leketa Cunningham, Contract Specialist, at leketa.cunningham@us.af.mil and Marcus Reedom, Contracting Officer, at marcus.reedom.2@us.af.mil ; by the closing date and time.

(c) Period for acceptance of offers: The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers.

(e) Multiple Offers:  Multiple offers will not be accepted.

(f)  Late submissions, modifications, revisions, and withdrawals of offers:

The following is added:

"(2)(iii) Notwithstanding (2)(i) above, the Contracting Officer may accept a late offer if the Contracting Officer determines accepting the late offer is in the best interest of the Government."

(g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without interchanges with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct interchanges if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received.

(h) Multiple Awards:  The Government will award a single contract on an "all or none" basis; multiple awards shall not be contemplated."

(End of Addendum to 52.212-1)

CLAUSES INCORPORATED BY FULL TEXT

(ix)  52.212-2     EVALUATION--COMMERCIAL ITEMS (OCT 2014)

ADDENDUM TO 52.212-2, Evaluation - Commercial Items

 FAR 52.212-2 is hereby tailored as follows: 

(a) Basis for Contract Award. The Government intends to award one Firm Fixed Price contract for this competitive Small Business Set-Aside service acquisition. Award will be to the responsible contractor whose offer conforming to the solicitation will be most advantageous to the Government, technical, past performance, and price considered. The solicitation requirements include all stated terms, conditions, representations, certifications, and all other information required by this solicitation. Unless specifically identified in your proposal, by submission of its offer, the Offeror accedes to all solicitation requirements, including terms and conditions, representations and certifications and technical requirements, in addition to those identified as evaluation factors or sub factors. Failure to meet a requirement may result in a proposal being determined ineligible for award. It is the Government's intent to evaluate proposals and award a contract IAW FAR 13.106. 

FAR Part 15 based evaluations will NOT be used for this acquisition. The initial proposal should contain your best terms; however; the Government reserves the right to conduct exchanges if determined necessary by the Contracting Officer to resolve issues such as technical or price, or deal with contract documentation including any other matter in the evaluation process. The contracting officer reserves the right to award a contract without the opportunity to revise proposals.

 The following factors, in descending order of importance, shall be used to evaluate offers: 

1. Technical

2. Past Performance

3. Price

Technical and Past Performance are significantly more important than Price.

(1)  All technically acceptable offers shall be treated equally except for their prices and performance records.  An "unacceptable" rating in any technical factor or sub-factor will result in the overall technical proposal being rated "unacceptable" and the proposal will therefore be ineligible for award.  While the Government will strive for maximum objectivity, the evaluation process is by its nature subjective.  Therefore, professional judgment is implicit throughout the entire process.   

(2)  The following documents will be evaluated for completeness and compliance with the requirements of the RFP.  Please refer to the instructions in 52.212-1 Addendum. Incomplete items may be a basis for rejection. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows:

(a)  FACTOR 1 - TECHNICAL ACCEPTABILITY:  Initially, the government technical evaluation team shall evaluate the technical proposals on an pass/fail basis, assigning ratings of Acceptable, or Unacceptable.  The proposals shall be evaluated against the following sub factors:

Sub Factor 1:  Ability to Perform

                       Sub Factor 2:  Qualifications and Experience

                       Sub Factor 3:  Management Capability

                       Sub Factor 4:  Mission Essential Contractor Services Plan

An offer must be rated "acceptable" in all factors and sub-factors in order to be eligible for award.  An "unacceptable" rating in any factor or sub-factor will result in the overall technical proposal being rated "unacceptable" and the proposal will therefore be ineligible for award.  The Government will utilize the information provided by the offeror, along with information collected from other sources (i.e., other Government offices, commercial sources, etc.), in making a technical acceptability determination.  If an offeror's technical proposal is determined to be Technically Unacceptable, no further evaluation will be conducted.  Offerors determined to be technically unacceptable shall be eliminated from consideration for contract award.

The technical evaluation factors upon which an offeror's technical proposal will be evaluated and the respective Standard of Acceptability for each of the technical evaluation factors are set forth below.  The following adjectival ratings and rating definitions will be used to assign a rating for each technical factor and an overall rating to each technical proposal. 







Technical Criteria Ratings





Rating



Definition





Acceptable



Proposal meets requirements and indicates an adequate or more than adequate approach and understanding of the requirements; risk of unsuccessful performance is low to moderate.





 Unacceptable



Proposal does not meet requirements of the solicitation and contains one or more deficiencies; proposal is unawardable.







Overall technical acceptability will be evaluated against the following sub factors:

(i)  Sub Factor 1:  Ability to Perform - Offerors will be evaluated to the extent to which they provide information that demonstrates offeror's ability to successfully meet the twelve (12) minute response timeline IAW DoDI 6055.06 table E3.T1. 90% of the time, and as outlined in the PWS description of services and paragraph 1.2.2.

Standard of Acceptability:

The offeror's response provides sufficient information for the Government to determine whether or not the offeror has the ability to successfully meet the required timeline in the Department of Defense Instruction (DoDI) 6055.06 for on-scene arrival of twelve (12) minutes 90% of the time for emergency calls.

•·         The offeror's response includes a detailed procedure for meeting the Government's requirement for additional support as outline in PWS para 1.2.1.2.

(ii)  Sub Factor 2: Qualifications and Experience - Offerors will be evaluated to the extent to which they provide information that demonstrates offeror's qualifications and experience in meeting the requirements within the PWS.

Standard of Acceptability:

The offer's response provides sufficient information for the Government to determine the offeror has provided:

•·         Evidence of current State of Texas certified EMT-Paramedics with Advanced Cardiac Life Support (ACLS) certifications for all employees or demonstrate the ability to obtain/provide all certifications prior to the required contract start date. See additional certifications/licensure requirements in PWS, Paragraph 1.3.5.1.

•·         Information that drivers meet or exceed the requirements in PWS, Paragraph 1.3.5.4. 

•·         Evidence of contractor's license to operate in Texas per Texas Department of State Health. Services Consumer Protection (Emergency Medical Services Unit).

•·         Evidence of the experience and qualifications of the offeror's paramedics/EMTs.

(iii) Sub Factor 3:  Management Capability Factor - Offerors will be evaluated to the extent to which they provide evidence for Management experience and ability to manage the scope and magnitude of the PWS.

Standard of Acceptability:

The offeror's response clearly provides sufficient information (based on the items provided below) for the Government to determine whether or not the offeror's proposed management structure has demonstrated an ability to manage the scope and magnitude of their effort as outline in the PWS.

•·         Resumes of key management personnel that demonstrates experience for similar contracts of like size and scope;

•·         Vehicle Fleet management;
 
•·         Offeror's overall approach to safety and training programs;

•·         Accessibility of management and management's responsiveness to problems on the proposed contract;

•·         Quality Control/Assurance Programs; specifically;

·         Describe the current and historical workload volume and address the impact of the Government's business on overall operations; and, based on the items above, the offeror's response clearly provides sufficient information for the Government to determine whether or not the offeror's proposed management structure has demonstrated an ability to manage the scope and magnitude of the PWS.

(iv) Sub Factor 4:  Mission Essential Contractor Services Plan.  The Government has identified all of the contractor services performed under this contract as essential contractor services in support of mission-essential functions.  Therefore, in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) provision 252.237‑7024, Notice of Continuation of Essential Contractor Services, offerors shall provide with their offer, a written plan describing how the offeror will continue to perform the essential contractor services listed in the PWS.

Standard of Acceptability:

The offeror's response provides sufficient information for the Government to determine whether or not the offeror's Mission Essential Contractor Services Plan meets the requirements of DFARS 252.237-7024 as indicated below:

(1) Identifies provisions made for the acquisition of essential personnel and resources, if necessary, for continuity of operations for up to 30 days or until normal operations can be resumed;

(2) Addresses in the plan, at a minimum-

(i) Challenges associated with maintaining essential contractor services during an extended event, such as a pandemic that occurs in repeated waves;

(ii) The time lapse associated with the initiation of the acquisition of essential personnel and resources and their actual availability on site;

(iii) The components, processes, and requirements for the identification, training, and preparedness of personnel who are capable of relocating to alternate facilities or performing work from home;

(iv) Any established alert and notification procedures for mobilizing identified "essential contractor service" personnel; and

(v) The approach for communicating expectations to contractor employees regarding their roles and responsibilities during a crisis.

(b)  FACTOR 2 - PRICE EVALUATION:  Next, the government shall rank all technically acceptable offers by total evaluated price (TEP).  An offeror's TEP will be determined by multiplying all unit prices by the quantities in the SF 1449/Schedule (Attachment 4) and adding all extended prices, including options.  Options include the Government's Option to Extend Services in accordance with (IAW) FAR 52.217-8.  One-half (six (6) months) of the offeror's proposed price for the fourth option period will be added to the offeror's total price to determine the TEP. The Government will utilize FAR 13.106 to determine the price reasonableness of the apparent best value offer.  Evaluation of options shall not obligate the Government to exercise the options.   

(c)  FACTOR 3 - PERFORMANCE CONFIDENCE ASSESSMENT:  Using questionnaires, the contracting officer shall seek relevant performance information on all offerors based on the past and present efforts provided by the offeror.  The Government reserves the right to use both the information provided in the offeror's Past Performance submittals and information obtained from other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), Contract Performance Assessment Reporting System (CPARS), or other databases; interviews with Program Managers, Contracting Officers, and commercial sources and/or non-Government sources, such as any commercial business or customers referenced by the offeror in any of the past performance information disclosed. 

Past performance will be evaluated for recency, relevancy, and quality based on customer feedback from three (3) Past Performance Questionnaires (however see paragraph above) to establish a single performance confidence assessment rating as follows: 

Table 3.1  Performance Confidence Assessment Ratings

 







Rating



Description





Substantial Confidence



Based on the offeror's recent/relevant performance record, the Government has a high expectation that the offeror will successfully perform the required effort.





Satisfactory Confidence



Based on the offeror's recent/relevant performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort.





Neutral

Confidence



No recent/relevant performance record is available or the offeror's performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.





Limited

Confidence



Based on the offeror's recent/relevant performance record, the Government has a low expectation that the offeror will successfully perform the required effort.





No Confidence



Based on the offeror's recent/relevant performance record, the Government has no expectation that the offeror will be able to successfully perform the required effort.







 


Recent past performance is defined as complete and/or ongoing Government and/or


Industry projects performed within three (3) years of the RFP release date. 

Relevant past performance is defined as projects that demonstrate a record of providing services similar to those required by the PWS. 







 Table 3.2 Past Performance Relevancy Ratings      





Rating



Definition





Very Relevant



Present/past performance effort involved essentially the same scope and magnitude of effort as this solicitation





Relevant



Present/past performance effort involved similar scope and magnitude of effort as this solicitation.





Somewhat Relevant



Present/past performance effort involved some of the scope and magnitude of effort as this solicitation.





Not Relevant



Present/past performance effort involved little or none of the scope and magnitude of effort as this solicitation.







In evaluating past performance, greater consideration may be given to information on those contracts deemed most relevant to the effort described in this solicitation. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in this solicitation, based on the offeror's demonstrated present and past performance. 


The assessment process will result in an overall performance confidence assessment as described in Table 3.1 outlined above. Offerors with no relevant past or present performance history or with a performance record so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Neutral Confidence," meaning the rating is treated neither favorably nor unfavorably. 

Quality of past performance is defined as how well the offeror performed a particular project.

If the Government receives more than three (3) Past Performance Questionnaires from one offeror, the Government will evaluate the three (3) Past Performance Questionnaires pertaining to the offeror's three (3) most recent projects.  If an offeror does not request past performance feedback from its customers on the basis that it does not possess a recent/relevant past performance record, then the offeror shall affirmatively state so in its proposal.

Offerors may be asked to clarify certain aspects of their proposal and respond to adverse past performance information to which the offeror has not previously had an opportunity to respond. Adverse past performance is defined as past performance information that supports a less than satisfactory rating on any evaluation element or any unfavorable comments received from sources without a formal rating system.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the base period.  Evaluation of options shall not obligate the Government to exercise the option(s).

(c) 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.

(d)  If the lowest priced evaluated technically acceptable offer is judged to have a Substantial Confidence performance confidence assessment, that offer represents the best value for the government and the evaluation process stops at this point.  Award shall be made to that offeror without further consideration of any other offers.

(e)  If the lowest priced offeror is not judged to have a Substantial Confidence performance confidence assessment, the next lowest priced offeror will be evaluated and the process will continue (in order by price) until an offeror is judged to have a Substantial Confidence performance confidence assessment or until all offerors are evaluated. The Contracting Officer shall then make an integrated assessment best value award decision.

(f)  Contract Award:  The Government intends to award, without exchanges, to the offeror whose proposal represents the best value to the Government. The Government, however, reserves the right to conduct exchanges if deemed in its best interest. Offerors are cautioned to submit sufficient information, and in the format specified in 52.212-1 Addendum. The government reserves the right to conduct interchanges if determined necessary by the Contracting Officer to resolve issues such as technical or price, or deal with contract documentation including any other matter in the evaluation process. The contracting officer reserves the right to award a contract without the opportunity to revise proposals

(g)  Prior to an award, an offeror may be requested to provide business information for the purposes of a responsibility determination in accordance with FAR Part 9.  Failure to provide requested information may result in a determination of non-responsibility, and the offeror would then be considered ineligible for award.

 Definitions:

Interchanges

Interchanges can be informal or formal.  The CO may use e-mail, send an Interchange Notice (IN) or phone call, etc., asking for clarifications, change pages, revisions or other documentation.  The Government may conduct interchanges with one, some, none, or all offerors at its discretion.  A competitive range determination is not required to enter into interchanges and Final Proposal Revisions will not be required.

Only proposals rated technically acceptable, either initially or as a result of interchanges, will be eligible for award.  Offerors are advised that FAR Part 15 procedures will not be used to evaluate offers

(End of Addendum to 52.212-2)

(x)       See Attachment 2 - Additional Terms & Conditions and for full-text of Provisions and Clauses. 

(xi)     Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition.

 

(xii)  Proposals are due via e-mail no later than 3:00 PM CT, 23 August 2018.
Please title the e-mail as follows:  Company Name Offer in Response to FA3016-18-U-0255

In the body of the e-mail please include the following:  Number of Attachments, and the Title of each attachment.

The offeror shall ensure the attachments and content of each attachment attached to the e-mail match the number and contents of the attachments listed in the body of the e-mail.

If sending multiple e-mails, please identify the number of e-mails (i.e. 1 of 3, 2 of 3, 3 of 3, etc.).

All questions should be submitted to the contacts listed below no later than

4:00 PM CT, 15 August 2018
 

(xiii)  For additional information regarding this solicitation, please contact the following via e-mail:

 Contract Specialist - Leketa Cunningham

(leketa.cunningham@us.af.mil)

 Contracting Officer - Marcus Reedom (marcus.reedom.2@us.af.mil) ;



Ensure you reference the solicitation number, FA3016-18-U-0255, in the subject line. Please be advised that this RFP in no manner obligates the Government regarding award of a contract that results from the issuance of this RFP. 

  Attachments:

1.   Performance Work Statement (PWS)

2.   Additional Terms & Conditions

3.   Wage Determination

4.   SF 1449/Schedule

5.   Past Performance Questionnaire

6.   Past Performance List of References


Leketa Cunningham, Contract Specialist, Phone 2106528877, Email leketa.cunningham@us.af.mil - Marcus J. Reedom, Contract Specialist, Phone 2106528427, Email marcus.reedom.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP