Prime mover drain cleaning equipment vehicle



Download 0.97 Mb.
Page1/13
Date20.10.2016
Size0.97 Mb.
#5139
  1   2   3   4   5   6   7   8   9   ...   13





PRIME MOVER DRAIN CLEANING EQUIPMENT VEHICLE

RFP No. ES – 10085/DEL


NOVEMBER 2009

Washington Metropolitan Area Transit Authority (WMATA) requests your proposal to provide a rail tie bed scarifier (including training and manuals for equipment operation) per the attached specifications. The equipment will be used to replace wood ties from railroad tracks throughout WMATA’s Rail System.


A pre-proposal conference will not be held. Technical and Price Proposals, in response to this Request for Proposals (RFP), are due no later than 3 p.m., Eastern Time, on Friday, December 4, 2009, at Washington Metropolitan Area Transit Authority, in the Office of Procurement, 600 Fifth Street, NW, Room 3C-05, Attn: Debbie Loftin, Washington, DC 20001.
The North American Industry Classification System (NAICS) codes established for this solicitation is 336510 Railroad Rolling Stock Mfg and 484121 General Freight Trucking, Long-Distance, Truckload. The solicitation contains a 2% Disadvantaged Business Enterprise (DBE) goal for the total contract (100% for NAICS code 48412). Proposed DBE firms must be certified by WMATA before the date due for receipt of proposals. For information concerning the DBE program, please contact Mr. Kory Gray at 202.962.1854 or via email at kgray@wmata.com
Before proposing on any procurement, all vendors must be registered in the WMATA Vendor Registration System (VRS). To register, go under the Procurement & Contracting menu of the ‘Business with Metro’ section of the www.wmata.com website. For vendor registration assistance only, please contact Mr. Phillip Barrett, Jr., at 202.962.1408.
All contractual and technical questions should be directed to Ms. Debbie Loftin via email dloftin@wmata.com. For administrative questions, contact Ms. Doris Boggs at (202) 962-2071.
WMATA is issuing this solicitation under the Federal Government’s “American Recovery and Reinvestment Act of 2009” (ARRA). Under the ARRA, contractors doing business with the Federal Government, or receiving ARRA funds, must have a DUNS number issued by Dun and Bradstreet (see http://fedgov.dnb.com/webform) and be registered with the Central Contractor Registration (CCR) at www.ccr.gov.
Enclosure: RFP No. ES-10085/DEL

NOTICE TO OFFERORS

IN ORDER TO ENSURE THAT YOUR OFFER COMPLIES WITH WMATA'S PROCUREMENT REGULATIONS AND THAT IT WILL BE ACCEPTABLE TO THE AUTHORITY, THE FOLLOWING FORMS MUST BE COMPLETED & SUBMITTED AS PART OF YOUR OFFER:

1. SOLICITATION, OFFER & AWARD FORM (SIGNED/EXECUTED) WITH PRICING INDICATED IN THE “SCHEDULE” BLOCK.
2. ACKNOWLEDGMENT OF AMENDMENTS (IF ANY).
4. COMPLETE AND CHECK ALL APPROPRIATE BOXES FOR EACH REPRESENTATION AND CERTIFICATION (SIGNED/EXECUTED).
5. REQUIRED DBE FORMS AS SET FORTH IN THE APPENDIX B.
A. INCLUDE THE APPROPRIATE APPENDIX B FORMS, B11, B12, B13 ETC.
B. PROVIDE A WRITTEN REQUEST FOR WAIVER FOR ANY PERCENTAGE UNDER 2%.
C. ASSISTANCE IS AVAILABLE FROM THE OFFICE OF CIVIL RIGHTS IN THE AREA OF WMATA APPROVED DBE CONTRACTORS/DBE CERTIFICATION AND OTHER DBE MATTERS AT (202) 9626057.
6. PROPOSAL ENVELOPES MUST BE MARKED WITH THE SOLICITATION NUMBER ES-10085/DEL.
FAILURE TO SUBMIT ANY PORTION OF THE WRITTEN REQUIREMENTS MAY CAUSE YOUR OFFER TO BE UNACCEPTABLE AND SUBSEQUENTLY REJECTED AND NOT ELIGIBLE FOR AWARD.
DIRECT ALL QUESTIONS CONCERNING THIS REQUEST FOR PROPOSALS TO DEBBIE LOFTIN VIA EMAIL DLOFTIN@WMATA.COM.
T A B L E O F C O N T E N T S

PART I  SCHEDULE and SUPPORTING SOLICITATION FORMS:
Section 1 - Solicitation, Offer and Award Form
Section 2 - Solicitation Instructions
Section 3 - Representations and Certifications
Section 4 - PreAward Data

PART II  GENERAL/SPECIAL PROVISIONS
Section 1 - General Provisions
Section 2 - Special Provisions

PART III - SCOPE OF WORK / Exhibits
Section 1 - Scope of Work
Section 2 - Exhibits


PART IV  APPENDICES
Appendix B - Disadvantaged Business Enterprises (DBE)


TOC-1

PART I


SCHEDULE AND SUPPORTING SOLICITATION FORMS

SECTION 1 - SOLICITATION, OFFER AND AWARD FORM
CONTINUATION OF SOLICITATION, OFFER AND AWARD FORM
SOLICITATION INSTRUCTION




WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY
SOLICITATION, OFFER AND AWARD

CONTRACT NO.


SOLICITATION NO.


DATE ISSUED


ADDRESS OFFER TO






RFP ES-10085/DEL

11.20.09


Office of Procurement and Materials

600 Fifth Street, NW, Room 3C-05

Washington, DC 20001









ADVERTISED

X

NEGOTIATED










In advertised procurement, the terms "offer" and "offeror" shall be construed to mean "bid" and "bidder."




SOLICITATION


ELECTRONIC SUBMISSION OF TECHNICAL PROPOSALS TO DEBBIE LOFTIN, VIA DLOFTIN@WMATA.COM, IS STRONGLY ENCOURAGED.

If submitting offers/technical proposals in hardcopy, please see below*.

Sealed offer in *original and three (3)* copies for furnishing the supplies or services in the schedules will be received at the Authority until 3:00 P.M. local time 12.04.09 .
CAUTION -- LATE OFFERS: See paragraph 6 of Solicitation Instructions.
All offers are subject to the following:

1. The Solicitation Instructions which are attached.

2. The General Provisions, which are attached.

3. The Special Provisions, which are attached.

4. Such other provisions, representations, certifications, specifications, and drawings as are attached or incorporated herein by reference.
FOR INFORMATION CALL: (No collect calls) DEBBIE LOFTIN; dloftin@wmata.com, 202.962.2071




SCHEDULE

ITEM NO.

SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE


AMOUNT



WMATA is soliciting your proposal for the following item:


Drain Cleaning Prime Mover Vehicle Eqmpt


One (1)



Each


























DUN & BRADSTREET ID NUMBER:









OFFEROR

Name and


Address

(Street, city,

county, state,

and zip code)




Name and Title of Person Authorized to Sign Offer (Print or Type)




Signature


Offer Date









Check if remittance is different from above C enter such address in Schedule






















AWARD (To be completed by The Authority)

ACCEPTANCE AND AWARD ARE HEREBY MADE FOR THE FOLLOWING ITEM(S):


ITEM NO.

QUANTITY

UNIT

UNIT PRICE










The total amount of this award is $ ________________________
______________________________________ ______________________________________________ _________________

Name of Contracting Officer (Print or Type) WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY AWARD DATE



CONTINUATION OF THE SOLICITATION, OFFER AND AWARD
DESCRIPTION OF WORK:
This is a firm fixed price contract for a contractor to provide a prime mover drain cleaning equipment vehicle (including training and manuals for equipment operation).

Acknowledgement of amendments may be made by signing and submitting copies of the actual amendment(s) made to ES-10085/DEL or by indicating receipt of amendment(s) with submission of below:


Amendment Number .

Amendment Number .

Amendment Number .

Amendment Number .

Amendment Number .

Amendment Number .

DIRECTIONS FOR SUBMITTING OFFER:
1. Read and comply with the Solicitation Instructions. Required certifications must be completed and returned with the proposal forms.
2. PreAward Data is not required with your Proposal. However, all information required must be submitted as soon as possible but not later than five days after notification.
3. OFFERORS ARE ENCOURAGED TO SUBMIT PROPOSALS ELECTRONICALLY TO DEBBIE LOFTIN AT DLOFTIN@WMATA.COM. If submitting technical proposals/offers in hardcopy, rather than electronically, packages/envelopes must be sealed, marked and addressed as follows:

WASHINGTON METROPOLITAN AREA

TRANSIT AUTHORITY

ROOM 3C-05


PROPOSAL UNDER SOLICITATION RFP ES-10085/DEL
OFFICE OF PROCUREMENT AND MATERIALS

600 Fifth Street, NW



Washington, DC 20001

SOLICITATION INSTRUCTIONS
1. DEFINITIONS
Unless otherwise defined, the following definitions apply:
The term Asolicitation" means "Invitation for Bids@ (IFB) where the procurement is competitive sealed bid, and "Request for Proposal@ (RFP) where the procurement is negotiated.
The term "offer" means "bid" where the procurement is by competitive sealed bid and “proposal where the procurement is negotiated.
AClarifications@ are limited exchanges, between the Authority and offerors, where offerors may be given the opportunity to clarify certain aspects of their proposals or to resolve minor irregularities, informalities or clerical errors.
ADescriptive literature@ means information provided by an offeror, such as cuts, illustrations, drawings, and brochures, that shows a product=s characteristics or construction of a product or explains its operation. The term includes only that information needed to evaluate the acceptability of the product and excludes other information for operating or maintaining the product.
ADeficiency@ is a material failure of a proposal to meet Authority=s requirement or a combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level.
ADiscussions@ are negotiations that may occur after receipt of proposals (generally after establishment of the competitive range) and before award that may, at the Contracting Officer=s discretion result in the offeror being allowed to revise its proposal.
AExcluded Parties List System@ means an electronic database maintained and posted by the General Services Administration containing the list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office.
AIn writing,@ Awriting,@ or Awritten@ means any worded or numbered expression that can be read, reproduced, and later communicated, and includes electronically transmitted and stored information.
AMay@ denote the permissive. However, the words Ano person mayY@ mean that no person is required, authorized, or permitted to do the act described.
AMust@ (see Ashall@).
AOffer@ means a response to a solicitation that, if accepted, would bind the offeror to perform the resultant contract. Responses to invitations for bids (sealed bidding) are offers called Abids@ or Asealed bids@; responses to requests for proposals (negotiation) are offers called Aproposals@; however, responses to requests for quotations (simplified acquisition) are Aquotations,@ not offers.
AOfferor@ and Aproposer@ are synonymous and refer to the entity that submits an offer in response to this solicitation.
AOption@ means a unilateral right in a contract by which, for a specified time, the Authority may elect to purchase additional supplies or services called for by the contract, or may elect to extend the term of the contract.
AOrganizational conflict of interest@ means that because of other activities or relationships with other persons, a person is unable or potentially unable to render impartial assistance or advice to the Authority, or the person=s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage.
APre-Award Survey@ means an evaluation of a prospective contractor=s capability to perform a proposed contract.
AProposal modification@ is a change made to a proposal before the solicitation=s closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award.
AProposal revision@ is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer typically as a result of discussions.
AShall@ means the imperative.
AShould@ means an expected course of action or policy that is to be followed unless inappropriate for a particular circumstance.
AWeakness@ means a flaw in the proposal that increases the risk of unsuccessful contract performance. A Asignificant weakness@ in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance.
AWill@ (see Ashall@).

2. PREPARATION OF OFFERS RA(Nov/92)
a. Offerors are expected to examine the drawings, specifications, schedule, and all instructions. Failure to do so will be at the offeror's risk.
b. Each offeror shall furnish the information required by the solicitation. The offeror shall sign the solicitation and print or type his name on the Schedule and each Continuation Sheet thereof on which he makes any entry. Erasures or other changes must be initialed by the person signing the offer. Offers signed by an agent are to be accompanied by evidence of his authority, unless such evidence has been previously furnished to the issuing office.
c. Unit price for each unit offered shall be shown and such price shall include packing unless otherwise specified. A total shall be entered in the Amount column of the Schedule for each item offered. In case of a discrepancy between a unit price and extended price, the unit price will be presumed to be correct, subject, however, to correction to the same extent and in the same manner as any other mistake.
d. Offers for supplies or services other than those specified will not be considered unless authorized by the solicitation.
e. Offeror must state a definite time for delivery of supplies or for performance of services unless otherwise specified in the solicitation.
f. Time, if stated as a number of days, will include Saturdays, Sundays and holidays.
3. EXPLANATION TO OFFEROR
a. Any explanation desired by a offeror regarding the meaning or interpretation of this Request for Proposal, specifications, scope of working, photographs, drawings, and other offering documents must be requested in writing and with sufficient time allowed for a reply to reach all offerors before the time set for the proposal due date. Questions should be addressed as follows and submitted via email, facsimile or mail:
Washington Metropolitan Area Transit Authority (WMATA)

Office of Procurement and Materials

Attn: Debbie Loftin, Contract Administrator

600 Fifth Street, NW, Room 3C-05

Washington, DC 20001
RE: RFP No.: ES-10085/DEL
Fax No. (202) 962-2038

Email: dloftin@wmata.com


b. Any information given to a prospective offeror concerning a solicitation will be furnished promptly to all prospective offerors as an amendment of the solicitation, if that information is necessary in submitting offers or if lack of such information would be prejudicial to other prospective offerors.
c. Oral explanations or instructions given before the award of the contract will not be binding.
4. ACKNOWLEDGMENT OF AMENDMENTS RA(Nov/92)
Receipt of an amendment to a solicitation by an offeror must be acknowledged (a) by signing and returning the amendment, (b) by identifying the amendment number and date on the Solicitation Offer and Award Form, () by letter or telegram, or (d) by facsimile, if facsimile offers are authorized in the solicitation. Such acknowledgment must be received prior to the hour and date specified for receipt of offers. If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.
5. SUBMISSION OF OFFERS RA(Nov/92)
a. Offers and modifications thereof shall be enclosed in sealed envelopes and addressed to the office specified in the solicitation. The offeror shall show the hour and date specified in the solicitation for receipt, the solicitation number, and the name and address of the offeror on the face of the envelope.
b. Telegraphic offers will not be considered unless authorized by the solicitation; however, offers may be modified or withdrawn by written or telegraphic notice, provided such notice is received prior to the hour and date specified for receipt.
c. Facsimile offers, modifications or withdrawals will not be considered unless authorized by the Authority.
d. ELECTRONIC SUBMISSION OF OFFERS TO DEBBIE LOFTIN, VIA DLOFTIN@WMATA, ARE STRONGLY ENCOURAGED.
6. LATE SUBMISSIONS, MODIFICATIONS, AND WITHDRAWALS OF OFFERS
a. Offerors are responsible for submitting proposals, and any modifications or revisions, so as to reach the Authority by the time specified in the solicitation.
b. Any proposal, modification, or revision received at the Authority after the exact time specified for receipt is Alate@ and will not be considered unless it is received before award is made, and
(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Authority infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or
(2) There is acceptable evidence to establish that it was received at the Authority and was under the Authority=s control prior to the time set for receipt of offers; or
(3) It is the only proposal received.
c. A late modification of an otherwise successful proposal that makes its terms more favorable to the Authority will be considered at any time it is received and may be accepted.
d. The Authority may in its sole discretion accept a late proposal in instances where it is clear that the proposal left the hands of the offeror before the time set for receipt and acceptance of the late proposal will not delay the procurement or prejudice the other offerors.
e. Offerors are advised that the Authority utilizes entry security screening methods and should plan accordingly.
7. MINIMUM PROPOSAL ACCEPTANCE PERIOD
a. "Acceptance period," as used in this provision, means the number of calendar days available to WMATA for awarding a contract from the date specified in this solicitation for receipt of proposals.
b. This provision supersedes any language pertaining to the acceptance period that may appear elsewhere in this solicitation.
c. WMATA requires a minimum acceptance period of 120 calendar days.
8. BASIS OF CONTRACT AWARD RA(Nov/92)
a. The Authority intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation AND IS DETERMINED TO BE THE LOWEST PRICE AMONG THOSE OFFERS RATED “TECHNICALLY ACCEPTABLE”.
b. The Authority may reject any or all proposals if such action is in the Authority=s interest.
c. The Authority may waive informalities and minor irregularities in proposals received.
d. The Authority intends to evaluate proposals and award a contract without discussions with offerors (except for clarifications). Therefore, the offeror= initial proposal should contain the offeror=s best terms from a cost or price and technical standpoint. The Authority reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly ranked proposals. If an offeror=s proposal is eliminated or otherwise removed from the competitive range, no further revisions to that offeror=s proposal shall be accepted or considered.
e. If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk.
f. A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party.
9. DISADVANTAGED BUSINESS ENTERPRISE (DBE) REQUIREMENTS
a. The Disadvantaged Business Enterprises (DBE) participation goal of 3% has been established for this contract, and the North American Industry Classification System (NAICS) codes established for DBE participation are 336510 and 484121.
b. Attached as part of this solicitation are documents outlining the requirements for the Disadvantaged Business Enterprise (DBE) Program:

c. If the offer is over $100,000, and for the offeror to be considered responsible, the following documents (see Appendix B) shall be completed and submitted with the offer:


Schedule of DBE Participation

Page B11


Letter of Intent to Perform as Subcontractor/Joint Venture

Page B12 (If applicable)


DBE Unavailability Certification

Page B13 (where applicable)


Written request for waiver when DBE participation is less than stated percent
DBE Monthly Status Report, after award, to the COTR and a final report at contract completion if DBE participation is applicable.
d. The provisions of Appendix B (if attached) do not become applicable and forms do not have to be completed, unless the total offer is $100,000 or more. If the offer is $100,000 or more and any portion of the written requirement is omitted, then the offer may be found to be unacceptable and subsequently rejected. Appendix B forms and/or waivers must be completed with great care by each offeror to insure that the offer is acceptable.
10. OPPORTUNITY FOR DISADVANTAGED BUSINESS ENTERPRISES TO PROPOSE
The Washington Metropolitan Area Transit Authority hereby notifies all offerors that it will affirmatively ensure that disadvantaged minority business enterprises will be afforded full opportunity to submit offers in response to this solicitation and will not be discriminated against on the basis of race, color, or national origin in consideration for award.
11. NOTICE OF PROTEST POLICY
a. WMATA policy and procedure for the administrative resolution of protests are set forth in Chapter 20 of the Authority's Procurement Procedures Manual (PPM). Chapter 20 contains strict rules for filing a timely protest, for responding to a notice that a protest has been filed, and other procedural matters. The Contracting Officer can furnish a copy of Chapter 20 upon request.
b. FTA Circular 4220.1F, paragraph 7.l., addresses Bid Protests. FTA will only review protests regarding the alleged failure of the grantee to have a written protest procedure or alleged failure to follow such procedures, and only when submitted by an interested party. The term "interested party" is defined in the Authority policy for handling protests.
c. Alleged violation on other grounds must be submitted to the Contracting Officer who will decide the protest.
d. The judicial authorities having jurisdiction over court actions concerning protest decisions are the United States District Courts for the Districts of Maryland, Virginia, and the District of Columbia, and the local courts in Maryland, Virginia, and the District of Columbia.
12. PRE-AWARD INFORMATION RT(NOV/92)
a. The Contracting Officer may conduct a Pre-Award Survey to determine if the offeror eligible for award is responsible both financially and technically and has the capability to perform the work of the Contract in accordance with the requirements of the Specifications and within the times specified.
b. Accordingly, in order that an offer be fully considered, THE APPARENT SUCCESSFUL OFFEROR SHALL FURNISH THE FOLLOWING INFORMATION WHEN REQUESTED BY THE CONTRACTING OFFICER:
(1) A completed and signed PreAward Evaluation Data form (furnished with the solicitation), including, but not limited to, the following: A statement of the offeror's experience record, the type of concerns for which the work was performed, a statement by the financial institutions with which the offeror conducts business and a list of contracts, if any, on which failure to complete within the specified time resulted in the assessment of liquidated damages.
(2) Complete financial statements for the last two years, including Statement of Financial Position (Balance Sheet), Results of Operations (Income Statement), Statement of Changes in Financial Position (Net Change in Resources) and Statement of Current and Retained Earnings.
13. RESTRICTION ON DISCLOSURE AND USE OF DATA RT(DEC/92)
The Authority shall provide all reasonable precautions to insure that proprietary, technical and pricing information remains within the review process. Offerors shall attach to any proprietary data submitted with the solicitation the following legend:


  1. "This data furnished pursuant to this RFP shall not be disclosed outside the Authority, be duplicated, or used in whole or in part, for any purpose other than to evaluate the offer; provided that, if a contract is awarded on the basis of that offer, the Authority shall have the right to duplicate, use, and disclose this data, in any manner and for any purpose whatsoever.

b. This information does not limit the Authority's right to use information contained in this data if it is or has been obtained by the Authority from another independent legitimate source.


c. Except for the foregoing limitation, the Authority may duplicate, use, and disclose in any manner and for any purpose whatsoever and have others so do, all data furnished in response to this solicitation."
14. TYPE OF CONTRACT RT(NOV/92)
The Authority contemplates award of a FIRM FIXED PRICE (SUPPLY) type contract resulting from this solicitation.
15. AWARD - SINGLE AWARD FOR ALL ITEMS
The Authority intends to award a single contract for all items.
16. TECHNICAL PROPOSAL REQUIREMENTS
a. The technical proposal and the cost/price proposal shall be submitted in separate volumes (or files, if submitting electronically to Debbie Loftin via dloftin@wmata.com). The Technical Proposal shall not contain any cost/pricing information.
b. Volume 1, Price Proposal: The offeror shall submit the following as part of its cost/price proposal:
(1) Signed Solicitation, Offer and Award Form with Price designated in “Schedule” block (and completion of Continuation sheet, if applicable);

(2) Completed and signed Representations and Certifications;

(4) As applicable, completed and signed Appendix B DBE Forms:
(a) Schedule of DBE Participation (B-11) and

(b) Letters of Intent to Perform as a Subcontractor (B-12); or

( c) DBE Unavailability Certification (B-13); or either a request for waiver on the company= letter head, to include the names of the companies contact, the individuals name you talked with, and dated.

c. Volume 2, Technical Proposal: Each technical proposal shall enable WMATA=s evaluating personnel to make a thorough evaluation and arrive at a sound determination as to whether or not the proposal will meet the requirements of the Authority. To this end, each technical proposal shall be specific, detailed, and complete as to clearly and fully demonstrate that the prospective contractor has a thorough knowledge and understanding of the requirements and has valid and practical solutions for technical problems. At a minimum, the proposal must clearly provide the following:


FIRM’S PRIOR EXPERIENCE AND QUALIFICATIONS:
With this section, Offeror must demonstrate capability to meet requirements specified within this solicitation and must provide at least one (1), and no more than three (3), reference(s) that denote its Firm has experience in providing equipment equal to or similar to the specifications in this RFP within the last two (2) years. References submitted must contain contact information including contact names, responsibility for the contract (e.g. Contracting Officer, COTR), email addresses, and phone numbers.
STANDARDS: Offeror’s technical proposal demonstrates that Firm has the necessary experience and requisite references to provide the required equipment. To be deemed acceptable, references must indicate offeror met the following standards:


  • Control of sub-contractor quality was satisfactory or better.

  • Offeror never failed to meet delivery schedules or that any delay(s) was/were minimal and/or reasonable.

  • Offeror’s compliance with technical specifications was satisfactory or better.

  • Offeror’s submittals for “or equal” components, if applicable, were adequate.

  • Offeror’s quality control/project management was satisfactory or better.

2) FIRM’S PAST PERFORMANCE:


With this section, Offeror must provide at least two (2), and no more than three (3), reference(s) that indicate the Firm’s customers would rate the Firm’s past performance, within the last ten (10) years, as acceptable/satisfactory or better for equipment and related service equal to or similar to the specifications in this RFP. References submitted must contain contact information including contact names, responsibility for the contract (e.g. Contracting Officer, COTR), email addresses, and phone numbers. [Note: Reference(s) submitted may be the same as or different from those submitted under 1) Firm’s Prior Experience and Qualifications, above.]
STANDARDS: Offeror’s references indicate that the quality of the Firm’s past performance is acceptable or better. In order to be deemed acceptable, references must indicate the following, at a minimum: 


  • Offeror is capable of maintaining/stocking and expeditiously delivering repair parts.

  • Startup and training provided by Offeror is satisfactory or better.

  • Reference(s) indicate(s) they would contact with the Firm again.

3) FIRM’S PROPOSED USE OF ALTERNATIVE COMPONENTS


Offerors must submit information (e.g. literature, cut sheets, shop drawings) on any and all components/models that are proposed to meet ‘or equivalent’ requirements.
STANDARD: In order to be deemed acceptable, each submission by Offeror for alternative components/models must meet or exceed the salient characteristics of the brand name item indicated in the specification. 
ANY EXCEPTION TO THE AUTHORITY=S SOLICITATION/SPECIFICATION MUST BE INCLUDED IN THE TECHNICAL PROPOSAL.
17. TECHNICAL PROPOSAL EVALUATION CRITERIA/FACTORS
a. Each proposal will be evaluated against the criteria/factors below, and must meet the standards to be deemed acceptable. Each proposal will be evaluated and ranked according to price, from lowest to highest. The Authority reserves the right to evaluate only the technical proposal of the lowest price offeror. Other technical proposals may not be evaluated unless WMATA determines the lowest price offeror to be unacceptable or non-responsive. In the event WMATA determines the lowest price offeror to be unacceptable, the technical proposal of the next lowest price offeror will be evaluated. This process will continue until a technical proposal is determined to be acceptable. .


  1. FIRM=S PRIOR EXPERIENCE AND QUALIFICATIONS

  2. FIRM’S PAST PERFORMANCE

  3. FIRM’S PROPOSED USE OF ALTERNATIVE COMPONENTS

b. Proposal will be evaluated and rated as follows:


(1) Acceptable - The proposal meets evaluation standards and any weaknesses are readily correctable.
(2) Unacceptable - Fails to meet an evaluation standard and the deficiency is uncorrectable. Proposal would have to undergo a major revision to become acceptable.
c. Price
(1) Price offers will only be evaluated for those offerors whose technical proposal has been determined to be technically acceptable.
(2) It is expected that this contract will be awarded upon a determination that there is adequate price competition; therefore, the offeror is not required to submit or certify cost or pricing data with its proposal.
18. ENGLISH LANGUAGE AND UNITED STATES CURRENCY
As regards this solicitation and the resultant contract:
a. All communications (oral, written, electronic and otherwise including but, not limited to software coding) shall be in the English language.


  1. All pricing shall be in United States dollars.


19. 52.211-6 Brand Name or Equal.

(a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Authority’s needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation.

(b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must—

(1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;

(2) Clearly identify the item by—

(i) Brand name, if any; and

(ii) Make or model number;

(3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and

(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.

(c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

(d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation.


20. CENTRAL CONTRACTOR REGISTRATION REQUIREMENT
Contractors doing business with the Federal Government or receiving contracts funded with Federal Government funds must have a DUNS number issued by Dunn and Bradstreet and register with the Central Contractor Registration (CCR) at www.CCR.gov.




Download 0.97 Mb.

Share with your friends:
  1   2   3   4   5   6   7   8   9   ...   13




The database is protected by copyright ©ininet.org 2024
send message

    Main page