Common use of PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS Clause in Contracts

PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS. The Government is interested in reducing both the expense and time associated with the preparation and evaluation of proposals. The Government structured the SIR to obtain, to the extent possible, reasonable information required to conduct an accurate and consistent evaluations of proposals. The Government considers the overall form and substance of the offeror’s proposal to represent the general quality of work expected to be performed under this MOA, and that as such, it will be considered throughout the evaluation process. All costs relating to the offeror’s proposal are at its expense. (1) The offeror must submit its proposal via the eFAST electronic tool in accordance with the instructions provided there. The Government does not accept other means of proposal submission. (a) The offeror must propose NAICS code(s) in which it qualifies as a small business under the functional area to be considered. The offeror does not need to propose all FAs. The offeror must submit the following: (1) Small Business Administration Dynamic Small Business Search (SBA DSBS) report dated no more than five (5) days of the offeror’s proposal submission date or proposal submission due date, and (2) entire current ▇▇▇ printout including active exclusion records, or Beta.▇▇▇ record, dated within five (5) days of the offeror’s proposal submission date or proposal submission due date. (b) The offeror must submit documentation to indicate its certified SDVOSB or 8(a) status. (c) The offeror must submit descriptive data and a brief summary that demonstrates successful experience in the functional area by providing contracts including SOW/PWS/SOO that the offeror has worked on. The offeror may apply a single contract to more than one (1) functional area. The offeror must submit at least one of the following: 1) At least one (1) active, or completed within five (5) years of the SIR release date, task order on a GSA Schedule or GWAC as a prime contractor, or 2) At least one (1) active, or completed within five (5) years of the SIR release date, federal government prime contract, or 3) At least one (1) active, or completed within five (5) years of the SIR release date, federal government subcontract. The Government will not accept the following contracts or task orders from: (a) the offeror’s proposed subcontractors,

Appears in 1 contract

Sources: Master Ordering Agreement (Efast Moa)

PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS. The Government is interested in reducing both the expense and time associated with the preparation and evaluation of proposals. The Government structured the SIR to obtain, to the extent possible, reasonable information required to conduct an accurate and consistent evaluations of proposals. The Government considers the overall form and substance of the offeror’s proposal to represent the general quality of work expected to be performed under this MOA, and that as such, it will be considered throughout the evaluation process. All costs relating to the offeror’s proposal are at its expense. (1) The offeror must submit its proposal via the eFAST electronic tool in accordance with the instructions provided there. The Government does not accept other means of proposal submission. (a) The offeror must propose NAICS code(s) in which it qualifies as a small business under the functional area to be considered. The offeror does not need to propose all FAs. . (b) The offeror must submit the following: (1) Small Business Administration Dynamic Small Business Search (SBA DSBS) report dated no more than five (5) days of the offeror’s proposal submission date or proposal submission due date, and (2) entire current ▇▇▇ with printout including active exclusion records, or Beta.▇▇▇ record, dated within five (5) days of the offeror’s proposal submission date date, and (2) entire current ▇▇▇ or Beta.▇▇▇ record, including active exclusion record, with printout dated within five (5) days of the offeror’s proposal submission due date. (b) The offeror must submit documentation to indicate its certified SDVOSB or 8(a) status. (c) The offeror must submit descriptive data and a brief summary that demonstrates successful performance with technical capability and experience in the functional area FA it applies for, by providing referenced contracts or task orders including SOW/PWS/SOO that the offeror has worked on. The offeror may apply a single contract to more than one (1) functional areaSOO, or similar. The offeror must submit at least one of the following: 1) At least one (1) activebut no more than two (2) active or completed contracts or task orders under Indefinite Delivery Indefinite Quantity contracts (IDIQ), Basic Ordering Agreements (BOA), or completed Basic Purchase Agreements (BPA) (not IDIQs, BOAs, or BPAs themselves), within five (5) years of the SIR release date, task order on a GSA Schedule or GWAC from any federal government agency, either as a prime contractorcontractor or subcontractor, for each FA for which the offeror applies. One (1) contract or task order may support multiple FAs for which the offeror applies. The Government will not accept contracts or task orders from the following entitites: (a) the offeror’s subcontractors, (b) state and local governments, or 2(c) At commercial businesses. (d) The offeror must also submit at least one (1) activebut no more than two (2) past performance evaluations, or such as Contractor Performance Assessment Reporting System (CPARS) evaluation documents and/or completed past performance questionnaires (PPQ), for the work in any FA it applies for, with a period of performance within five (5) years of the SIR release date, federal government prime contract, or 3) At least one . One (1) active, past performance evaluation may support multiple FAs for which the offeror applies. It is not required that the offeror submits past performance evaluation documents for all FAs for which the offeror applies. A referenced contract or completed within five (5) years of task order technically supporting a FA needs not be the SIR release date, federal government subcontractsame contract or task order for the past performance evaluation supporting the same FA. The Government will not accept the following For ongoing contracts or task orders fromthat do have CPARS documentation, the offeror may request its customers to complete PPQs. The offeror may request its prime contractor’s customer to complete and sign a PPQ on the work it performed as a subcontractor. The offeror may submit the completed PPQs with its proposal. Alternatively, its customers may submit them directly to the CO via email at ▇▇▇▇▇▇▇▇.▇▇▇▇@▇▇▇.▇▇▇, before the proposal submission date and time. In this case, the offeror must submit the email the offeror sent to its customer requesting them to complete the PPQ. (e) The offeror submitting referenced subcontracts must comply with the same requirements as enumerated in paragraph (c) & (d) above. The offeror must also provide the prime contract or task order number and its subcontract number. (f) The offeror may submit proposals for multiple Joint Ventures (JV), although the offeror may establish JVs at the task order level. The JV must comply with the same requirements as enumerated in paragraph (c) & (d) above either as individual companies under the JV or as a JV. (g) CTAs are exclusive for MOA holders and can only be formed after MOA awards. The offeror may proposed subcontractors at the task order level. (h) The offeror must submit cost build-up data for all labor categories, a single set of labor rates for all FAs the offeror applies for, through FY2029. The fully burdened labor rates will be calculated in a government provided spreadsheet and will be calculated based on the cost inputs selected by the offeror. The offeror must assign values to a standard set of cost input parameters and a single set of prices will be computed, negotiated and agreed for all FAs. Additionally, the offeror must provide narrative, rational basis, and/or documentation to support its rates, if its rates exceed the the following elements’ benchmarks. 1. Individual labor categories with rates that exceed the 90th percentile of the same labor rates of current eFAST MOA holders 2. Profit exceeding 8% 3. Wrap-rate for government onsite (FBLR including profit) exceeding 2.0 4. Wrap-rate for contractor offsite (FBLR including profit) exceeding 2.3 5. Annual escalation rate exceeding 2.9% 6. Administrative Handling Rate (AHR) exceeding 4% The offeror may submit additional supporting documentation such as pricing schedules and DCAA reports. The offeror must offer the Government most favored customer (MFC) pricing for all labor categories. The offeror must carefully review all rates before submission. (i) The offeror must submit the following items to demonstrate it has adequate financial resources: (a) Documentation and explanation of the offeror’s proposed subcontractors,plan or approach to maintaining cash or credit sufficient to fund its operations. Examples of acceptable documents are monthly payroll statements, all other monthly expenses (office space, utilities, etc), medical insurance billing, Profit and Loss Statement, Balance Sheet, credit agreement or letter, a line of credit, etc.

Appears in 1 contract

Sources: Master Ordering Agreement (Efast Moa)

PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS. The Government is interested in reducing both the expense and time associated with the preparation and evaluation of proposals. The Government structured the SIR to obtain, to the extent possible, reasonable information required to conduct an accurate and consistent evaluations of proposals. The Government considers the overall form and substance of the offeror’s proposal to represent the general quality of work expected to be performed under this MOA, and that as such, it will be considered throughout the evaluation process. All costs relating to the offeror’s proposal are at its expense. (1) The offeror must submit its proposal via the eFAST electronic tool in accordance with the instructions provided there. The Government does not accept other means of proposal submission. (a) The offeror must propose NAICS code(s) in which it qualifies as a small business under the functional area to be considered. The offeror does not need to propose all FAs. The offeror must submit the following: (1) Small Business Administration Dynamic Small Business Search (SBA DSBS) report dated no more than five (5) days of the offeror’s proposal submission date or proposal submission due date, and (2) entire current ▇▇▇ printout including active exclusion records, or Beta.▇▇▇ record (printout) including active exclusion record, dated within five (5) days of the offeror’s proposal submission date or proposal submission due date. (b) The offeror must submit documentation to indicate its certified SDVOSB or 8(a) status. (c) The offeror must submit descriptive data and a brief summary that demonstrates successful experience in the functional area by providing contracts including SOW/PWS/SOO that the offeror has worked on. The offeror may apply a single contract to more than one (1) functional area. The offeror must submit at least one of the following: 1) At least one (1) active, or completed within five (5) years of the SIR release date, task order on a GSA Schedule or GWAC as a prime contractor, or 2) At least one (1) active, or completed within five (5) years of the SIR release date, federal government prime contract, or 3) At least one (1) active, or completed within five (5) years of the SIR release date, federal government subcontract. The Government will not accept the following contracts or task orders fromfrom the following entitites: (a) the offeror’s proposed subcontractors,

Appears in 1 contract

Sources: Master Ordering Agreement (Efast Moa)

PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS. The Government is interested in reducing both the expense and time associated with the preparation and evaluation of proposals. The Government structured the SIR to obtain, to the extent possible, reasonable information required to conduct an accurate and consistent evaluations of proposals. The Government considers the overall form and substance of the offeror’s proposal to represent the general quality of work expected to be performed under this MOA, and that as such, it will be considered throughout the evaluation process. All costs relating to the offeror’s proposal are at its expense. (1) The offeror must submit its proposal via the eFAST electronic tool in accordance with the instructions provided there. The Government does not accept other means of proposal submission. (a) The offeror must propose NAICS code(s) in which it qualifies as a small business under the functional area to be considered. The offeror does not need to propose all FAs. . (b) The offeror must submit the following: (1) Small Business Administration Dynamic Small Business Search (SBA DSBS) report dated no more than five (5) days of the offeror’s proposal submission date or proposal submission due date, and (2) entire current ▇▇▇ with printout including active exclusion records, or Beta.▇▇▇ record, dated within five (5) days of the offeror’s proposal submission date date, and (2) entire current ▇▇▇ or Beta.▇▇▇ record, including active exclusion record, with printout dated within five (5) days of the offeror’s proposal submission due date. (b) The offeror must submit documentation to indicate its certified SDVOSB or 8(a) status. (c) The offeror must submit descriptive data and a brief summary that demonstrates successful performance with technical capability and experience in the functional area FA it applies for, by providing referenced contracts or task orders including SOW/PWS/SOO that the offeror has worked on. The offeror may apply a single contract to more than one (1) functional areaSOO, or similar. The offeror must submit at least one of the following: 1) At least one (1) activebut no more than two (2) active or completed contracts or task orders under Indefinite Delivery Indefinite Quantity contracts (IDIQ), Basic Ordering Agreements (BOA), or completed Basic Purchase Agreements (BPA) (not IDIQs, BOAs, or BPAs themselves), within five (5) years of the SIR release date, task order on a GSA Schedule or GWAC from any federal government agency, either as a prime contractorcontractor or subcontractor, for each FA the offeror applies for. One (1) contract or task order may support multiple FAs the offeror applies for. The Government will not accept contracts or task orders from the following entitites: (a) the offeror’s subcontractors, (b) state and local governments, or 2(c) At commercial businesses. (d) The offeror must also submit at least one (1) activebut no more than two (2) past performance evaluations, or such as Contractor Performance Assessment Reporting System (CPARS) evaluation documents and/or completed past performance questionnaires (PPQ), for the work in any FA it applies for, with a period of performance within five (5) years of the SIR release date, federal government prime contract, or 3) At least one . One (1) active, past performance evaluation may support multiple FAs the offeror applies for. It is not required that the offeror submits past performance evaluation documents for all FAs the offeror applies for. A referenced contract or completed within five (5) years of task order technically supporting a FA needs not be the SIR release date, federal government subcontractsame contract or task order for the past performance evaluation supporting the same FA. The Government will not accept the following For ongoing contracts or task orders fromthat do have CPARS documentation, the offeror may request its customers to complete PPQs. The offeror may submit the completed PPQs with its proposal. Alternatively, its customers may submit them directly to the CO via email at ▇▇▇▇▇▇▇▇.▇▇▇▇@▇▇▇.▇▇▇, before the proposal submission date and time. In this case, the offeror must submit the email the offeror sent to its customer requesting them to complete the PPQ. (e) The offeror submitting referenced subcontracts must comply with the same requirements as enumerated in paragraph (c) & (d) above. The offeror must also provide the prime contract or task order number and its subcontract number. (f) The offeror may submit proposals for multiple Joint Ventures (JV), although the offeror may establish JVs at the task order level. The JV must comply with the same requirements as enumerated in paragraph (c) & (d) above either as individual companies under the JV or as a JV. (g) CTAs are exclusive for MOA holders and can only be formed after MOA awards. The offeror may proposed subcontractors at the task order level. (h) The offeror must submit cost build-up data for all labor categories, through FY2029, for each FA the offeror applies for. Additionally, the offeror must provide narrative, rational basis, and/or documentation to support its rates, if its rates exceed the the following elements’ benchmarks. 1. Individual labor categories with rates that exceed the 90th percentile of the same labor rates of current eFAST MOA holders 2. Profit exceeding 8% 3. Wrap-rate for government onsite (FBLR including profit) exceeding 2.0 4. Wrap-rate for contractor offsite (FBLR including profit) exceeding 2.3 5. Annual escalation rate exceeding 2.9% 6. Administrative Handling Rate (AHR) exceeding 4% The offeror may submit additional supporting documentation such as pricing schedules and DCAA reports. The offeror must offer the Government most favored customer (MFC) pricing for all labor categories. The offeror must carefully review all rates before submission. (i) The offeror must submit the following items to demonstrate it has adequate financial resources: (a) Documentation and explanation of the offeror’s proposed subcontractors,plan or approach to maintaining cash or credit sufficient to fund its operations. Examples of acceptable documents are monthly payroll statements, all other monthly expenses (office space, utilities, etc), medical insurance billing, Profit and Loss Statement, Balance Sheet, credit agreement or letter, a line of credit, etc.

Appears in 1 contract

Sources: Master Ordering Agreement (Efast Moa)

PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS. The Government is interested in reducing both the expense and time associated with the preparation and evaluation of proposals. The Government structured the SIR to obtain, to the extent possible, reasonable information required to conduct an accurate and consistent evaluations of proposals. The Government considers the overall form and substance of the offeror’s proposal to represent the general quality of work expected to be performed under this MOA, and that as such, it will be considered throughout the evaluation process. All costs relating to the offeror’s proposal are at its expense. (1) The offeror must submit its proposal via the eFAST electronic tool in accordance with the instructions provided there. The Government does not accept other means of proposal submission. (a) The offeror must propose NAICS code(s) in which it qualifies as a small business under the functional area to be considered. The offeror does not need to propose all FAs. . (b) The offeror must submit the following: (1) Small Business Administration Dynamic Small Business Search (SBA DSBS) report dated no more than five (5) days of the offeror’s proposal submission date or proposal submission due date, and (2) entire current ▇▇▇ with printout including active exclusion records, or Beta.▇▇▇ record, dated within five (5) days of the offeror’s proposal submission date date, and (2) entire current ▇▇▇ or Beta.▇▇▇ record, including active exclusion record, with printout dated within five (5) days of the offeror’s proposal submission due date. (b) The offeror must submit documentation to indicate its certified SDVOSB or 8(a) status. (c) The offeror must submit descriptive data and a brief summary that demonstrates successful performance with technical capability and experience in the functional area FA it applies for, by providing referenced contracts or task orders including SOW/PWS/SOO that the offeror has worked on. The offeror may apply a single contract to more than one (1) functional areaSOO, or similar. The offeror must submit at least one of the following: 1) At least one (1) activebut no more than two (2) active or completed contracts or task orders under Indefinite Delivery Indefinite Quantity contracts (IDIQ), Basic Ordering Agreements (BOA), or completed Basic Purchase Agreements (BPA) (not IDIQs, BOAs, or BPAs themselves), within five (5) years of the SIR release date, task order on a GSA Schedule or GWAC from any federal government agency, either as a prime contractorcontractor or subcontractor, for each FA for which the offeror applies. One (1) contract or task order may support multiple FAs for which the offeror applies. The Government will not accept contracts or task orders from the following entitites: (a) the offeror’s subcontractors, (b) state and local governments, or 2(c) At commercial businesses. (d) The offeror must also submit at least one (1) activebut no more than two (2) past performance evaluations, or such as Contractor Performance Assessment Reporting System (CPARS) evaluation documents and/or completed past performance questionnaires (PPQ), for the work in any FA it applies for, with a period of performance within five (5) years of the SIR release date, federal government prime contract, or 3) At least one . One (1) active, past performance evaluation may support multiple FAs for which the offeror applies. It is not required that the offeror submits past performance evaluation documents for all FAs for which the offeror applies. A referenced contract or completed within five (5) years of task order technically supporting a FA needs not be the SIR release date, federal government subcontractsame contract or task order for the past performance evaluation supporting the same FA. The Government will not accept the following For ongoing contracts or task orders fromthat do have CPARS documentation, the offeror may request its customers to complete PPQs. The offeror may request its prime contractor’s customer to complete and sign a PPQ on the work it performed as a subcontractor. The offeror may submit the completed PPQs with its proposal. Alternatively, its customers may submit them directly to the CO via email at ▇▇▇▇▇▇▇▇.▇▇▇▇@▇▇▇.▇▇▇, before the proposal submission date and time. In this case, the offeror must submit the email the offeror sent to its customer requesting them to complete the PPQ. (e) The offeror submitting referenced subcontracts must comply with the same requirements as enumerated in paragraph (c) & (d) above. The offeror must also provide the prime contract or task order number and its subcontract number. (f) The offeror may submit proposals for multiple Joint Ventures (JV), although the offeror may establish JVs at the task order level. The JV must comply with the same requirements as enumerated in paragraph (c) & (d) above either as individual companies under the JV or as a JV. (g) CTAs are exclusive for MOA holders and can only be formed after MOA awards. The offeror may proposed subcontractors at the task order level. (h) The offeror must submit cost build-up data for all labor categories, through FY2029, for each FA the offeror applies for. Additionally, the offeror must provide narrative, rational basis, and/or documentation to support its rates, if its rates exceed the the following elements’ benchmarks. 1. Individual labor categories with rates that exceed the 90th percentile of the same labor rates of current eFAST MOA holders 2. Profit exceeding 8% 3. Wrap-rate for government onsite (FBLR including profit) exceeding 2.0 4. Wrap-rate for contractor offsite (FBLR including profit) exceeding 2.3 5. Annual escalation rate exceeding 2.9% 6. Administrative Handling Rate (AHR) exceeding 4% The offeror may submit additional supporting documentation such as pricing schedules and DCAA reports. The offeror must offer the Government most favored customer (MFC) pricing for all labor categories. The offeror must carefully review all rates before submission. (i) The offeror must submit the following items to demonstrate it has adequate financial resources: (a) Documentation and explanation of the offeror’s proposed subcontractors,plan or approach to maintaining cash or credit sufficient to fund its operations. Examples of acceptable documents are monthly payroll statements, all other monthly expenses (office space, utilities, etc), medical insurance billing, Profit and Loss Statement, Balance Sheet, credit agreement or letter, a line of credit, etc.

Appears in 1 contract

Sources: Master Ordering Agreement (Efast Moa)

PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS. The Government is interested in reducing both the expense and time associated with the preparation and evaluation of proposals. The Government structured the SIR to obtain, to the extent possible, reasonable information required to conduct an accurate and consistent evaluations of proposals. The Government considers the overall form and substance of the offeror’s proposal to represent the general quality of work expected to be performed under this MOA, and that as such, it will be considered throughout the evaluation process. All costs relating to the offeror’s proposal are at its expense. (1) The offeror must submit its proposal via the eFAST electronic tool in accordance with the instructions provided there. The Government does not accept other means of proposal submission. (a) The offeror must propose NAICS code(s) in which it qualifies as a small business under the functional area to be considered. The offeror does not need to propose all FAs. The offeror must submit the following: (1) Small Business Administration Dynamic Small Business Search (SBA DSBS) report dated no more than five (5) days of the offeror’s proposal submission date or proposal submission due date, and (2) entire current ▇▇▇ printout including active exclusion records, or Beta.▇▇▇ record (printout) including active exclusion record, dated within five (5) days of the offeror’s proposal submission date or proposal submission due date. (b) The offeror must submit documentation to indicate its certified SDVOSB or 8(a) status. (c) The offeror must submit descriptive data and a brief summary that demonstrates successful experience in the functional area by providing contracts including SOW/PWS/SOO that the offeror has worked on. The offeror may apply a single contract to more than one (1) functional area. The offeror must submit at least one of the following: 1) At least one (1) active, or completed within five (5) years of the SIR release date, task order on a GSA Schedule or GWAC as a prime contractor, or 2) At least one (1) active, or completed within five (5) years of the SIR release date, federal government prime contract, or 3) At least one (1) active, or completed within five (5) years of the SIR release date, federal government subcontract. The Government will not accept the following contracts or task orders from: (a) the offeror’s proposed subcontractors,

Appears in 1 contract

Sources: Master Ordering Agreement (Efast Moa)

PROPOSAL FORMAT AND SUBMISSION INSTRUCTIONS. The Government is interested in reducing both the expense and time associated with the preparation and evaluation of proposals. The Government structured the SIR to obtain, to the extent possible, reasonable information required to conduct an accurate and consistent evaluations of proposals. The Government considers the overall form and substance of the offeror’s proposal to represent the general quality of work expected to be performed under this MOA, and that as such, it will be considered throughout the evaluation process. All costs relating to the offeror’s proposal are at its expense. (1) The offeror must submit its proposal via the eFAST electronic tool in accordance with the instructions provided there. The Government does not accept other means of proposal submission. (a) The offeror must propose NAICS code(s) in which it qualifies as a small business under the functional area to be considered. The offeror does not need to propose all FAs. The offeror must submit the following: (1) Small Business Administration Dynamic Small Business Search (SBA DSBS) report dated no more than five (5) days of the offeror’s proposal submission date or proposal submission due date, and (2) entire current ▇▇▇ printout including active exclusion records, or Beta.▇▇▇ record, dated within five (5) days of the offeror’s proposal submission date or proposal submission due date. (b) The offeror offeror’s response must submit documentation to indicate its certified SDVOSB or 8(a) status. (c) The offeror must submit include descriptive data and a brief summary that demonstrates successful experience in the functional area by providing contracts including SOW/PWS/SOO SOWs that the offeror has worked on. The offeror may apply a single contract to more than one (1) functional area. The offeror must submit also provide past performance information/reference for the work, such as completed Contractor Performance Assessment Reporting System (CPARS) evaluation documents and/or completed past performance questionnaires (PPQ) dated within five (5) years from the date of SIR release date. Supporting contract documentation may significantly enhance the proposal. The offeror must provide at least one of the following: 1) At least one (1) active, or completed within five three (53) years of the SIR release date, task order on a GSA Schedule or GWAC as a prime contractorGWAC, or 2) At least one (1) active, or completed within five three (53) years of the SIR release date, federal government prime contract, or 3) At least one (1) active, or completed within five three (53) years of the SIR release date, federal government subcontract. The Government will not accept If the following contracts or task orders from: offeror is a Joint Venture (aJV) founded less than one (1) year prior to the offeror’s proposed subcontractors,SIR release date, individual companies under the JV may demonstrate individual technical capabilities. Otherwise, the offeror must demonstrate successful experience as enumerated in paragraphs (b) and (c) above as a JV.

Appears in 1 contract

Sources: Master Ordering Agreement