WHY IT WILL BE EVALUATED Sample Clauses

WHY IT WILL BE EVALUATED. The Offeror’s proposed Enterprise Performance Management solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the SOO, SOO Attachments, and the proposal instructions related to Enterprise Performance Management.
AutoNDA by SimpleDocs
WHY IT WILL BE EVALUATED. The Offeror’s proposed Managed Service Delivery and Integration Approach and Service Catalog will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the SOO, SOO Attachments, and the proposal instructions related to Managed Service Delivery and Integration.
WHY IT WILL BE EVALUATED. The Offeror’s proposed Enterprise Quality Assurance solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the SOO, SOO Attachments, and the proposal instructions related to Enterprise Quality Assurance.
WHY IT WILL BE EVALUATED. The Offeror’s proposed Innovation solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the SOO, SOO Attachments, and the proposal instructions related to Innovation. Factor 2 – Oral Presentation The Government will evaluate the Offeror’s Oral Presentation on the Offeror’s and/or subcontractor’s, if applicable, demonstrated understanding, expertise, ability and performance risk to perform the major BPA Task Areas as listed below: Major BPA Task Areas In addition, the Government will evaluate the Offeror’s BPA Key Personnel’s demonstrated understanding, ability, and expertise to manage a contract of similar size and scope and team of multiple service providers and subcontractors. The Government will also evaluate the Offeror’s response to the scenario exercise to determine whether the Offeror’s demonstrated expertise in the scenario exercise demonstrates the potential for additional performance risk. Factor 3 – Task Order Technical Factor 3 evaluation will be conducted for each Task Order. The evaluation of Factor 3 – Task Order Technical is based on the Volumes below containing the Offeror’s proposed solution and the following Subfactors in descending order of importance:
WHY IT WILL BE EVALUATED. The Offeror’s proposed Managed Service Delivery solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the PWS, PWS Attachments, and the proposal instructions related to Managed Service Delivery.
WHY IT WILL BE EVALUATED. The Offeror’s proposed Security and Risk Management solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the PWS, PWS Attachments, and the proposal instructions related to Security and Risk Management.
WHY IT WILL BE EVALUATED. The Offeror’s proposed Transition solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the PWS, PWS Attachments, and the proposal instructions related to Transition.
AutoNDA by SimpleDocs
WHY IT WILL BE EVALUATED. The Offeror’s proposed Performance Management solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the PWS, PWS Attachments, and the proposal instructions related to Performance Management.
WHY IT WILL BE EVALUATED. The Offeror’s proposed Project Management solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the PWS, PWS Attachments, and the proposal instructions related to Project Management.
WHY IT WILL BE EVALUATED. The Offeror’s proposed Quality Assurance solution will be evaluated to determine the Offeror’s knowledge and understanding of the RFQ, specifically the PWS, PWS Attachments, and the proposal instructions related to Quality Assurance. Factor 4 – Past Performance The Government will evaluate relevant (i.e. similar in size and scope) past performance information from the Past Performance one-page descriptions submitted by the Offeror and any relevant past performance information the Government may obtain from other sources, including but not limited to calls to contacts provided on the Past Performance one-page descriptions, to determine the degree to which the past performance demonstrates the Offeror's, Team Member’s, and/or subcontractor’s, if applicable, ability to successfully perform requirements that are similar in size and scope. The Government reserves the right to utilize the U.S. Navy’s Past Performance Information Retrieval System (PPIRS) to evaluate and assess an Offeror’s, Team Member’s, and/or subcontractor’s, (if applicable) past performance. The Government will evaluate Offerors with no relevant past performance as neutral. Factor 5 – Cost/Price Price Reasonableness for Order PWSs The Offeror’s price quote will not be rated but will be used in determining the best value to the Government. Price Evaluation will be based upon the summation of proposed total prices for all the Order PWSs. For each Order, the Government will evaluate the Offeror’s total quoted price for price reasonableness for the base period and all option periods. The total evaluated price for each Order includes the Government’s not-to-exceed Travel and Other Direct Costs amounts. The Government may use any of the price analysis techniques specified in the FAR to determine reasonableness, and will not make an award at an unreasonable price.
Time is Money Join Law Insider Premium to draft better contracts faster.