Part IV - Representations and Instructions

Section M - Evaluation Factors For Award

Part IV, Section M

Evaluation Factors For Award

Table of Contents

1.0AWARD

2.0RESPONSIVENESS

3.0RESPONSIBILITY

4.0EVALUATION DETAILS

Part IV - Representations and Instructions

Section M - Evaluation Factors for Award

1.0AWARD

A.Fluor Federal Petroleum Operations, LLC (FFPO) intends to award a contract to a qualified offeror. It is intended that FFPO acquire a competent, reliable contractor who displays the same desire we have, to provide quality work in a timely manner and at a fair price.

B.Prior to award, an evaluation will be performed by FFPO to determine that the offer upon which award will be based is responsive, and that the offeror is a responsible prospective contractor. Award will not be made unless an affirmative finding of responsiveness and responsibility has been made.

C.The contract will be awarded to the responsible offeror, whose offer is both responsive to the solicitation, and provides the best value to FFPO and the Government. An evaluation of the offers will determine which offer conforms to the solicitation in all material aspects, and is most advantageous to the SPR. A Best-Value-Procurement methodology will be utilized to determine the successful offeror for this procurement action. The Best-Value evaluation factors and the associated scoring criteria legend are in File section-M1_Best Value Criteria. Commerical Criteria - 20% - Past Performance & Experience Criteria - 30% - Management & Execution Plan Criteria - 50%.
(See 3.0 below.)

2.0RESPONSIVENESS

FFPO intends to make awards to the responsible offeror, whose proposal is determined to be technically acceptable and is determined to be the best value to FFPO and the Government. Selection of the best value to FFPO will be achieved through a process of evaluating the strengths and weaknesses of each offeror’s proposal in accordance with the evaluation criteria stated in the solicitation. In determining the best value to FFPO and the Government, the technical criteria, that is, all evaluation factors, other than cost or price, when combined, may be significantly more important than, approximately equal to, or significantly less important than cost or price. FFPO is more concerned with obtaining a superior technical proposal than making and award at the lowest cost. However, FFPO will not make an award at a price premium it considers disproportionate to the benefits associated with the evaluated superiority of one technical proposal over another. Thus, to the extent that offeror’s technical proposals are evaluated as close or similar in merit, cost is more likely to be a determining factor. FFPO will consider awarding to an offeror with higher qualitative merit, if the difference in price is commensurate with added value. Conversely, FFPO will consider making award to an offeror whose proposal has lower qualitative merit if the price (or cost) differential between it and other proposals warrants doing so.

In summary, the issuance of the RFO shall not be deemed to commit FFPO to (1) accept the low proposal submitted, (2) reveal any process utilized in evaluating proposals, (3) conduct public opening or public award, (4) disclose the successful bid, nor (5) award a contract. FFPO may cancel this RFO in its discretion at any time prior to award.

3.0RESPONSIBILITY

Commercial20%

In addition to the actual offer price, the contractor’s ability and efforts to provide (A) a complete proposal, (B) the required pricing support documentation, including the quantity sheets, summary sheet, and forward pricing rates, etc., and (C) the small business subcontracting plan, (if applicable), will be evaluated.

Past Performance and Experience30%

(Technical Capability/Capacity, Past Performance – Government Contracts, Established QA, Safety, and Environmental Programs)

FFPO is interested in the offeror’s experience that relates closely to the activities described in the performance requirements of Section C. Please list contracts of similar size and type which were satisfactorily completed within the last three (3) years. Provide specific references, with points of contact and current phone numbers. Information will be evaluated based on offeror’s quality of service, timeliness of performance, and cost control.

Management and Execution Plan50%

Provide methods by which management will ensure that this project achieves the highest standards of performance. Identify the percentage of work that will be outsourced vs. self-performed. The development of a preliminary construction schedule is required. Management will be evaluated in terms of the offeror’s overall approach to specification implementation. (Experience for Superintendent, etc?)
A preliminary schedule must be provided, which will be evaluated for realism. The incremental task/activities as scheduled will be evaluated to determine potential cost impacts for added oversight, security, and other cost which may be incurred.

4.0Evaluation Details

Section B – Past Performance

Table Item B1) Company’s experience with federal contracting

Please list the project names, date, and location of all previous paint projects (or similar projects) done at any government facility. For example:

SPR DOE West Hackberry Facility

Blast and Paint Meter Skid

Award April 2014

Table Item B2) Company’s experience with similar SOW (Scope) within last 3 years

Please list the project names, date, and location of all (similar) blast and paint projects within the last 3 years (2015 thru present) that bidder would like to send.

Table Item B3) Offerers provided references with required contact details

Please list the person’s name, title, and tel# (if available) of references that bidder would like to send.

Section C – Management and Execution Plan

Table Item C1) Strength of key personnel

Please provide resume (or brief description of experience/qualifications) of the proposed Foreman and Lead Blasters/Painters proposed for this project (if known). Note: If resumes are submitted, the street addresses of the employees are not needed at this time.

Table Item C2) Preliminary Execution Plan for accomplishing SOW

Provide a preliminary Execution Plan Based on the dates provided in Section F-1.

Table Item C3) Proposed Schedule for Completion of Work

Section “F-1” of the bid package states the expected award date, painting start dates, painting stop dates (for WH-OM-1007 only), and completion dates for both the on-site and off-site portions of this project.

Subcontractor shall confirm this with their bid.

M-1

Rev. 1 (8/01/2014)