Common use of Basis of Evaluation Clause in Contracts

Basis of Evaluation. The assessment of the offeror’s recent and relevant experience will be used as a means of evaluating the capability of the offeror to successfully meet the requirements of this solicitation. The Government will consider the depth and breadth of the relevant experience, focusing on performance of technical specifications to be performed under this contract, to evaluate the level of risk of unsuccessful performance. The Government will review only five (5) projects. Any projects submitted in excess of the five (5) project limit will not be considered. Projects must be submitted on the required Attachment JM-1. Projects completed by the offeror or its corporate affiliates (e.g., subsidiaries, sister companies, predecessor companies, and parent companies) in any capacity other than as prime contractor will be considered not relevant. Projects performed by the offeror as the prime contractor may be evaluated more favorably than those performed by affiliates/subsidiaries/parent/LLC/LTD/member companies. Projects completed by a proposed subcontractor will be considered not relevant. Projects submitted by JVs where the JV firms performed together may be evaluated more favorably than projects submitted in which the JV firms did not perform together. With the exception of offerors covered by Mentor-Protégé Agreements approved by the Small Business Administration, if the offeror is a JV, each member of the JV must demonstrate prime contractor experience on at least one relevant project. If each member of the JV does not have at least one relevant experience project, then the offeror will be considered unacceptable. For multiple award contracts (MACs) or indefinite delivery/indefinite quantity (IDIQ) contracts, the specific relevant single task order proposed, not the entire MAC or IDIQ contract, will be considered a project for evaluation purposes. Offerors who fail to aggregately demonstrate relevant experience in ALL of the following will be considered unacceptable: 1502000 – Facility Investment similar to the requirements of the RFP (at minimum, Service Orders, Preventive Maintenance, and HVAC); 1503010 – Custodial similar to the requirements of the RFP; 1503050 – Grounds Maintenance and Landscaping similar to the requirements of the RFP. Offerors who demonstrate relevant experience in 1604000 Wastewater system maintenance may be evaluated more favorably.

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

AutoNDA by SimpleDocs

Basis of Evaluation. The assessment of the offeror’s recent and relevant experience will be used as a means of evaluating the capability of the offeror to successfully meet the requirements of this solicitation. The Government will consider the depth and breadth of the relevant experience, focusing on performance of technical specifications to be performed under this contract, to evaluate the level of risk of unsuccessful performance. The Government will review only five (5) projects. Any projects submitted in excess of the five (5) project limit will not be considered. Projects must be submitted on the required Attachment JM-1. Projects completed by the offeror or its corporate affiliates (e.g., subsidiaries, sister companies, predecessor companies, and parent companies) in any capacity other than as prime contractor will be considered not relevant. Projects performed by the offeror as the prime contractor may be evaluated considered more favorably than those performed by affiliates/subsidiaries/parent/LLC/LTD/member companies. Projects completed by a proposed subcontractor will be considered not relevant. Projects submitted by JVs where the JV firms performed together may be evaluated more favorably than projects submitted in which the JV firms did not perform together. With the exception of offerors covered by Mentor-Protégé Agreements approved by the Small Business Administration, if the offeror is a JV, each member of the JV must demonstrate prime contractor experience on at least one relevant project. If each member of the JV does not have at least one relevant experience project, then the offeror will be considered unacceptable. For multiple award contracts (MACs) or indefinite delivery/indefinite quantity (IDIQ) contracts, the specific relevant single task order proposed, not the entire MAC or IDIQ contract, will be considered a project for evaluation purposes. Offerors who fail to aggregately demonstrate relevant experience in ALL of the following will be considered unacceptable: 1502000 – Facility Investment similar to the requirements of the RFP (at minimum, Service Orders, Preventive Maintenance, and HVACHVAC Systems); 1503010 1503020 Custodial Pest Control similar to the requirements of the RFP; 1503050 and 1503030 Grounds Maintenance and Landscaping Integrated Solid Waste Management similar to the requirements of the RFP. Offerors who fail to demonstrate relevant experience self-performing or managing at least one multi-function support services (or equivalent) contract; that is, a project that contains two or more services that are similar to those described in the performance work statement/specifications of the RFP, will be considered unacceptable. Offerors who demonstrate relevant experience in 1604000 Wastewater system maintenance 1502000 – Facility Investment Fire Protection Systems or Vertical Transportation Equipment (VTE) similar to the requirements of the RFP may be evaluated more favorably.

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

Basis of Evaluation. The assessment of the offeror’s recent and relevant experience will be used as a means of evaluating the capability of the offeror to successfully meet the requirements of this solicitation. The Government will consider the depth and breadth of the relevant experience, focusing on performance of technical specifications to be performed under this contract, to evaluate the level of risk of unsuccessful performance. The Government will review only five (5) projects. Any projects submitted in excess of the five (5) project limit will not be considered. Projects must be submitted on the required Attachment JM-1. Projects completed by the offeror or its corporate affiliates (e.g., subsidiaries, sister companies, predecessor companies, and parent companies) in any capacity other than as prime contractor will be considered not relevant. Projects performed by the offeror as the prime contractor may be evaluated more favorably than those performed by affiliates/subsidiaries/parent/LLC/LTD/LTD/ member companies. Projects completed by a proposed subcontractor will be considered not relevant. Projects submitted by JVs JV, where the JV firms performed together may be evaluated more favorably than projects submitted in which the JV firms did not perform together. With the exception of offerors covered by Mentor-Protégé Agreements approved by the Small Business Administration, if the offeror is a JV, each member of the JV must demonstrate prime contractor experience on at least one relevant project. If each member of the JV does not have at least one relevant experience project, then the offeror will be considered unacceptable. For multiple award contracts (MACs) or indefinite delivery/indefinite quantity (IDIQ) contracts), the specific relevant single task order proposed, not the entire MAC or IDIQ contractMAC, will be considered a project for evaluation purposes. Offerors who fail to aggregately demonstrate relevant experience in ALL of the following will be considered unacceptable: 1502000 1501000/1502000 – Facility Management/Facility Investment (including at least 3 sub-categories, such as Infrastructure Condition Assessment Programs, Scoping and Estimating Services, Managing Service Orders, Preventive Maintenance Programs, Integrated Maintenance Programs, Inspecting, Testing and Certification Programs); At least two Utility sub-annexes that are similar to the respective requirements of in the RFP (at minimum, Service Ordersincluding operations, Preventive Maintenance, maintenance and HVACrepairs of the sub-annex systems); 1503010 and 1700000 Custodial Base Support Vehicles and Equipment (BSVE) (at minimum, including operations, maintenance and repair of Material Handling Equipment (MHE) and Civil Engineering Support Equipment (CESE) similar to the requirements of the this RFP; 1503050 – Grounds Maintenance and Landscaping similar to the requirements of the RFP). Offerors who demonstrate relevant experience in 1604000 Wastewater system maintenance experience: 1) using Maximo, or similar Enterprise Resource Planning (ERP) Systems, 2) managing Infrastructure Condition Assessment Program (ICAP) Services, or similar Asset Assessment and Reporting Programs, 3) managing Customer Service Order Programs, or 4) operating and maintaining three or more utility systems such as, Electrical, Natural Gas, Wastewater, Steam, Water, and Chillers, may be evaluated more favorably.

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

Basis of Evaluation. For experience, the Government will evaluate the offeror’s demonstrated relevant experience and depth of relevant experience of the offeror as a prime contractor directly responsible to the owner; managing multiple subcontractors and coordinating with multiple stakeholders. The assessment of the offeror’s recent and relevant experience will be used as a means of evaluating the capability of the offeror to successfully meet the requirements of this solicitation. The Government will consider the depth and breadth of the relevant experience, focusing on performance of technical specifications to be performed under this contract, to evaluate the level of risk of unsuccessful performance. The Government will review only five (5) projects. Any projects submitted in excess of the five (5) project limit will not be considered. Projects must be submitted on the required Attachment JM-1RFP. Projects completed by the offeror or its corporate affiliates (e.g., subsidiaries, sister companies, predecessor companies, and parent companies) in any capacity other than as prime contractor will be considered not relevant. Projects performed by the offeror as the prime contractor may be evaluated more favorably than those performed by affiliates/subsidiaries/parent/LLC/LTD/member companies. Projects completed by a proposed subcontractor will be considered not relevant. Projects submitted by JVs where the JV firms members performed together may be evaluated more favorably than projects submitted in which the JV firms members did not perform together. With the exception of offerors covered by Mentor-Protégé Agreements approved by the Small Business Administration, if the offeror is a Joint Venture (JV), each member of the JV must demonstrate prime contractor experience on at least one relevant project. If each member of the JV Joint Venture does not have at least one relevant experience project, then the offeror will be considered unacceptable. Offerors who demonstrate experience without relying on corporate affiliates (e.g., subsidiaries, sister companies, and parent companies) may be rated higher. For multiple award contracts (MACs) or indefinite delivery/indefinite quantity (IDIQ) contracts, the specific relevant single task order proposedorder, not the entire MAC or IDIQ contract, will be considered a project for evaluation purposes. Offerors who fail to aggregately demonstrate relevant experience in ALL of the three following annexes/sub-annexes will be considered unacceptable: 1502000 – Facility Investment similar to the requirements of the RFP (at minimum, Service Orders, Preventive Maintenance, orders and HVACHVAC Systems); 1503010 – Custodial similar to the requirements of the RFP; RFP and 1503050 – Grounds Maintenance and Landscaping similar to the requirements of the RFP. Offerors who demonstrate relevant experience in sub-annexes 1503020 – Pest Control, 1503030 Integrated Solid Waste Management and/or 1604000 Wastewater system maintenance – Wastewater, that are similar to the requirements in the RFP, may be evaluated more favorablyrated higher.

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

AutoNDA by SimpleDocs

Basis of Evaluation. The assessment of the offeror’s recent and relevant experience will be used as a means of evaluating the capability of the offeror to successfully meet the requirements of this solicitation. The Government will consider the depth and breadth of the relevant experience, focusing on performance of technical specifications to be performed under this contract, to evaluate the level of risk of unsuccessful performance. The Government will review only five (5) projects. Any projects submitted in excess of the five (5) project limit will not be considered. Projects must be submitted on the required Attachment JM-1. Projects completed by the offeror or its corporate affiliates (e.g., subsidiaries, sister companies, predecessor companies, and parent companies) in any capacity other than as prime contractor will be considered not relevant. Projects performed by the offeror as the prime contractor may be evaluated considered more favorably than those performed by affiliates/subsidiaries/parent/LLC/LTD/member companies. Projects completed by a proposed subcontractor will be considered not relevant. Projects submitted by JVs where the JV firms performed together may be evaluated more favorably than projects submitted in which the JV firms did not perform together. With the exception of offerors covered by Mentor-Protégé Agreements approved by the Small Business Administration, if the offeror is a JV, each member of the JV must demonstrate prime contractor experience on at least one relevant project. If each member of the JV does not have at least one relevant experience project, then the offeror will be considered unacceptable. For multiple award contracts (MACs) or indefinite delivery/indefinite quantity (IDIQ) contracts, the specific relevant single task order proposed, not the entire MAC or IDIQ contract, will be considered a project for evaluation purposes. Offerors who fail to aggregately demonstrate relevant experience in ALL of the following will be considered unacceptable: 1502000 – Facility Investment similar to the requirements of the RFP (at minimum, Service Orders, Preventive Maintenance, Orders and HVACHVAC Systems); 1503010 – Custodial similar to the requirements of the RFP; 1503050 – Grounds Maintenance and Landscaping similar to the requirements of the RFP. Offerors who demonstrate relevant experience in 1604000 Wastewater system maintenance Sub-Annexes 1501000 - Facility Management, 1503020 – Pest Control, 1503030 Integrated Solid Waste Management, 1503040 - Other (Swimming Pools), 1503060 - Pavement Clearance, and/or 1800000 - Environmental, may be evaluated more favorably.

Appears in 1 contract

Samples: imlive.s3.amazonaws.com

Time is Money Join Law Insider Premium to draft better contracts faster.