Proposal Instructions Sample Clauses

Proposal Instructions. The Offeror assumes full responsibility for ensuring all electronic materials and attachments submitted are formatted in accordance with the Bureau of the Fiscal Service Security Requirements. The following file extensions are not allowable and application materials/data submitted with these extensions cannot be considered: .bat, .cmd, .com, .exe, .pif, .rar, .scr, .vbs, .hta, .cpl, html, mhtml, and .zip files The Government does not allow 3rd party messaging systems/secure mail, other than when authorized by the Government. In those cases, the Government's 3rd party message system will be used when requested. Microsoft Office non-macro enabled compatible documents and .PDF documents are acceptable. If the Offeror determines that other formats are necessary, it is the Offeror’s responsibility to verify with Fiscal Service that those formats are acceptable. Proposal materials with unacceptable or unreadable formats may be found non-responsive. In addition to the items specified in the solicitation provision above, the following information is necessary to enable proper evaluation:
AutoNDA by SimpleDocs
Proposal Instructions. To ensure acceptance of this proposal, follow these instructions. PROPOSAL DOCUMENTS MUST BE DELIVERED TO THE PURCHASING DIVISION PRIOR TO THE TIME AND DATE SPECIFIED. THERE WILL BE NO EXCEPTIONS.
Proposal Instructions. PHASE II (Volumes III, IV, and V) Volume III – Plans (FACTOR 4)‌ Method: Written Proposal Submission (30-page maximum): One emailed softcopy of the offeror’s written Volume III proposal shall be submitted to XXXXXXXX@xxx.xxx.xxx. The proposal volume shall be in MS Word, MS Excel, or PDF format or a combination thereof and shall be limited to a maximum of 30 pages (see below for specific page limitations for each element). This must be received by the Government no later than the proposal submission deadline. Volume III shall include the following plans. These plans shall serve as the foundation of the offeror’s approach to in performance of a task order. With task orders, the awarded IDIQ holders will add additional information that is specific to the requirements of the associated order. For planning purposes, the plans should be based around management of a single task order which includes the management of approximately 250 full time employees (FTE)/positions at multiple locations across a large geographic area. Note: Task order proposals will require the below plans to be supplemented with additional detail that addresses the specific features and challenges associated with the sites included therein. The offeror shall respond to the following: Contract Management Plan (10 pages maximum) The Contract Management Plan shall demonstrate the offeror’s overall approach to providing corporate management and oversight of what the offeror views as the key elements of this contract. The offeror shall provide a detailed narrative relative to its roles, responsibilities, and level of involvement as the prime contractor and the roles, responsibilities, and level of involvement of any proposed subcontractor(s). This shall include details on the proposed communication, collaboration, and oversight with the proposed local management structure. Additionally, this plan shall detail the offeror’s plan to provide local management and oversight to ensure successful contract performance, specifically addressing the approach to oversight and tracking of key elements of facility performance, such as staff training, licensure, and competency compliance. The offeror shall also detail the proposed process for managing, oversight, and response to contractor misconduct and the tier communication system as required in the PWS. Extended Absence/Backfill Coverage Plan (5 pages maximum) The offeror shall propose and describe in detail, the offeror’s approach to meet the requirements ...
Proposal Instructions. The Offeror is required to submit sufficient information concerning the areas identified in Part B, to include the terms and conditions of the entire solicitation, to enable Government personnel to fully ascertain capabilities of the Offeror to perform the requirements. The proposal must be sufficient in detail and scope to permit evaluation and provide the evaluators a clear understanding of the Offeror’s capability to meet or exceed the defined elements as required by the solicitation. All proposals must clearly and convincingly demonstrate that the Offeror has a thorough understanding of the requirements, associated risks and is able, willing and competent to devote the resources necessary to meet the requirements, and that the Offeror has valid and practical solutions for all requirements considering potential risk areas. Offeror must respond to all Section L requirements of the solicitation and not alter or rearrange the solicitation. The Offeror has the burden of proof to demonstrate compliance with all the evaluation factors identified in this solicitation. The Offeror is advised that the Government may incorporate into the final contract enhancing features included in the Offeror’s proposal deemed beneficial to the Government. With the exception of the Price/Cost volume and the Administrative Information volume, no cost or pricing information should appear in any volume. Alternate proposals are not acceptable. In presenting material in the proposal, the Offeror is advised that quality of information is more important than quantity. Clarity, brevity, and logical organization should be emphasized during proposal preparation. The Offeror is responsible to present enough information to allow the Government to evaluate the proposed work effort, support, and approach, as well as the cost/price proposal without opening discussions. Though the Government reserves the right to hold discussions, award may be based upon initial offers. Statements that the prospective Offeror understands, or can and/or will comply with, the specifications, and paraphrasing the requirements or parts thereof without supporting information are considered inadequate by the Government, and may render a rating of unacceptable. The Offeror must include any data that illustrates the adequacy of the various assumptions, approaches, and solutions to problems. Failure to address a specific factor or element clearly may be considered a deficiency. Unnecessarily elaborate brochures or othe...
Proposal Instructions. Each proposal copy shall contain all submitted material, including a copy of the transmittal letter. The proposals shall have a fully completed and signed cover page and certifications, as described in Appendix D, Section 1. When completing the prefatory forms, please note that for proposals in response to CANs, NASA recognizes only one PI for each proposal. Other investigators are designated Project Members (PMs), even if their contributions to the proposal and responsibilities are comparable to that of the PI. The respondent’s sponsoring institution must endorse the proposal. Only properly endorsed proposals are acceptable. The cover page contains space for this endorsement by an institutional representative authorized to legally bind the institution to perform the proposed effort. If substantial collaborations with other institutions are involved, letters of endorsement shall be submitted by the responsible officials from those institutions. Each endorsement letter shall indicate agreement with the nature of the collaboration detailed in the proposal, which shall be identified by title and date of submission. All endorsement letters shall refer to the "Earth Science REASoN – Research, Education and Applications Solutions Network: A Distributed Network of Data and Information Providers for Earth Science Enterprise Science, Applications and Education", CAN-02-OES-01. Proposals shall contain: • Transmittal letter (Subsection 3.2) • Cover sheet (Appendix D.1.) • Table of Contents • Abstract (Subsection 3.3) • Project description (Subsection 3.4) • Technology Development (Subsection 3.5) • Preferences for participation in the Federation and SEEDS working group(s) (Subsection 3.6) • Metrics (Subsection 3.7) • Management approach (Subsection 3.8) • Personnel (Subsection 3.9) • Proposed costs (Subsection 3.10 and Appendix H) • Cooperative Agreement payment schedule (Subsection 3.11) • Statement of current and pending support (Subsection 3.12) • Identification/description of special matters (Subsection 3.13)
Proposal Instructions. 2.1 This section provides general guidance for preparing proposals. Section 3 provides specific instructions on the format and content of the proposal. The Offeror’s proposal must include all data and information requested and must be submitted in accordance with these instructions. Any Offeror who submits an incomplete package may be considered ineligible for award. The offer shall be compliant with the requirements as stated in the Request for Proposal (RFP) and all attachments. Non-conformance to the instructions may result in an unfavorable proposal evaluation and ineligible for award.
Proposal Instructions. Read the entire solicitation document prior to preparation of your proposal. Proposal shall be compiled and submitted as one (1) original offer and one (1) copy. Offeror should retain a copy for their reference. The information provided in the proposal (Sections I & II), shall be concise, specific and complete. The proposal submitted in response to this solicitation shall be arranged in two sections, individually titled and containing the following information:
AutoNDA by SimpleDocs
Proposal Instructions. Information intended for the Government to consider, specific to each volume, shall be confined to that volume. Offerors are cautioned that failure to include the requested information in the applicable volume could result in the information not being considered. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each proposal volume. Proposals that do not contain the information requested risk being determined unacceptable by the Government. The Freedom of Information Act (FOIA) and its amendment have resulted in an increasing number of requests from outside the Government for copies of contractors' proposals and other documents submitted to federal agencies. If an Offeror's submission contains information that it believes should be withheld from such requestors under FOIA on the grounds that they contain trade secrets and commercial or financial information [5 USC 552(b)(4)], the Offeror should include the following on its title page: Some parts of this document, as identified on individual pages, are considered by the submitter to be privileged or confidential trade secret or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act. Material considered privileged or confidential on such grounds is contained on page(s) . Each individual item considered privileged or confidential under FOIA should be marked by placing the text within {brackets} with the following notice placed in the right margin: Privileged or Confidential.
Proposal Instructions. The proposal shall communicate the Offeror’s ability to perform the requirement in a clear and convincing manner. Statements that repeat the solicitation’s requirements are unacceptable. Proposals that do not contain information requested in sections L and M risk rejection. The Government intends to award one contract under this Request for Proposal (RFP). The proposal shall consist of the following sections: Volume I – Introductory Volume Volume II – Technical
Proposal Instructions. The proposal must consist of two parts, each to be separately bound.
Time is Money Join Law Insider Premium to draft better contracts faster.