Survey for Evaluations: The Unintended Consequences in the Use of Past Performance Surveys or Questionnaires

Size: px
Start display at page:

Download "Survey for Evaluations: The Unintended Consequences in the Use of Past Performance Surveys or Questionnaires"

Transcription

1 Survey for Evaluations: The Unintended Consequences in the Use of Past Performance Surveys or Questionnaires The current use of past performance surveys may be jeopardizing the government RFP acquisition process as well as contributing to the circumvention of federal and DOD past performance evaluation processes and systems. BY JEFFREY W. HILLS A b o u t t h e A u t h o r JEFFREY W. HILLS, PE, CPCM, is vice president, federal programs and contracting, with EA Engineering in Hunt Valley, Maryland. Hills has more than 24 years of experience in contract and program management within the U.S. Army Corps of Engineers, Army Acquisition Corps, and the commercial private sector. Send comments about this article to cm@ncmahq.org. 12 n Contract Management / January 2007

2 The recording and use of past performance information is critical to the federal procurement system. A major, if not the primary, factor in the federal government s selection of contractors for pending and future procurements is past performance. Unfortunately, the importance of recording contractor performance during and after the execution of the contract by federal agencies is not being adequately emphasized. Many contracts and task orders fail to have federally required performance evaluations performed. To make up for the lack of current and past performance evaluations, federal contracting activities are resorting to ad hoc measures to compensate for the lack of relevant contract information. One such ad hoc measure is the use of contractor surveys and questionnaires. Rather than rely on contractor past performance evaluations during request for proposal (RFP) solicitations, numerous DOD agencies are instead asking contractors to have extensive past performance surveys completed by government contracting representatives. This recent shift in reliance from past performance evaluations to past performance surveys is troublesome. It may also be an indicator of potential systematic failure of performance evaluation procedures and policies. Simply put, the current use of past performance surveys may be jeopardizing the government RFP acquisition process as well as contributing to the circumvention of federal and DOD past performance evaluation processes and systems. Background Federal past performance information is governed by FAR Subpart , Proposal Evaluation, and FAR 42.15, Contractor Performance Information. FAR deals with past performance evaluation during the request for proposal acquisition award process, while FAR deals with evaluating current performance during execution and after completion of the awarded contract. Under the authorities of FAR Part 15, DOD agencies ask contractors to have current federal and commercial clients complete past performance questionnaires or surveys. FAR establishes the responsibilities for recording and maintaining contractor performance information along with setting guidelines for the administrative process and adjudication of these performance ratings. Contractors are permitted 30 days to respond to or rebut evaluations. Disputes over the evaluation rating between the parties are resolved at one level above the contracting officer. Not all federal contracts receive evaluations. Agencies prepare an evaluation of contractor performance only if the value of the contract meets certain stated requirements. For example, under Army Federal Acquisition Regulations, AFARS , each contract in excess of 1 million for services, 500,000 for construction, and 25,000 for architect-engineering receives an evaluation called a Performance Assessment Report. Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) rules apply to all past performance information (PPI). These regulations ensure that contractors have the opportunity to comment on any adverse PPI on reports as well as on other PPI gathered under less formal collection methods. Under federal regulations, performance assessments are the responsibility of the program, project, and contracting team and must incorporate the federal customer s input or opinion if appropriate. Normally, this assessment responsibility falls to the contracting officer s representative. However, no person, office, or organization may independently determine January 2007 / Contract Management n 13

3 the performance assessment or evaluation. To ensure fairness, all assessments or evaluations must be reviewed and concurred by an official one level above the evaluating official, normally the contracting officer. PPI can be obtained by a number of methods including government assessments or report cards, published commercial evaluations, references submitted by the contractor, and surveys or questionnaires. Generally, PPI federal guidelines use five mandatory performance levels to describe a contractor s performance. Under PPI guidelines, federal agencies are required to allow contractors to review and comment on any past performance assessments. Additionally, all assessments or evaluations must be made available to the contractor as soon as practicable after the report or survey has been prepared. Contractors must then be allowed 30 days to submit their comments, rebutting information or other pertinent documentation to the federal buying activity before the assessment is made final. Disagreements between the government and contractor over the assessment must be resolved minimally at one level above the assessing official; again, normally the contracting officer. During source selection procedures under FAR 15, solicitations must clearly describe in Sections L and M of the RFP the approach used to evaluate past performance and how PPI will be collected. Federal guidelines state that the amount of PPI to be collected should be tailored to the circumstances of the acquisition and reasonable so as not to impose excessive burdens on the evaluators nor the offerors. An offeror with adverse PPI collected by the government must be given the opportunity to comment on the information before it is presented to source selection officials. According to the Office of the Under Secretary of Defense for Acquisition, Technology & Logistics (OUSDATL) (Defense Procurement and Acquisition Policy), A Guide to Collection and Use of Past Performance Information (dated May 2003), questionnaires should be short and concise and consist of no more than a page to a page and a half of questions. To assist federal acquisition officials in purchasing goods and services that represent best value, DOD developed numerous evaluation reports such as the Architect-Engineer Contract Administration Support System (ACASS), Construction Contract Appraisal Support System (CCASS), Contractor Performance Assessment Reporting System (CPARS), and Past Performance Information Management System (PPIMS). Later, the Office of Management and Budget combined the DOD and other federal evaluation systems into a federalwide retrieval database system called the Past Performance Information Retrieval System (PPIRS) that stores and retrieves contractor past performance evaluations within all federal past performance evaluation systems. The purpose of PPIRS is to reduce the time and cost of proposal evaluations by eliminating the need to separately collect and process reports on contractor performance and reduce the need for RFP questionnaires, and to allow both the government and contractors to rely on a single source for data. Recent Trends Many federal agencies and DOD are not performing contractor performance evaluations as required by FAR Most agencies, to include DOD, acknowledge a lack of effort to properly document contractor performance. It is common knowledge that most contractors have less than half of the required contract or task order performance evaluations in the applicable federal system. Because of the lack of current, past performance evaluations, recent DOD procurements are relying heavily on extensive past performance questionnaires. Many federal agencies are purposely shunning the limited performance evaluations stored in PPIRS, and are instead relying on surveys or questionnaires as the primary element for determining past performance in source selections. Two recent examples, whose agencies will not be disclosed in this article, clearly demonstrate the extent of this adverse trend. In one solicitation, the RFP s Section L and M went as far as to say that offers were to track and ensure the completion/ submission of the contracting office by the proposal due date, contrary to the OUSDATL policy guidance on questionnaires. This same solicitation also failed to address FAR requirements for the contractor s 30-day comment period or how comment or evaluation disputes would be resolved. More importantly, the RFP stated in passing that the government may use PPIRS data to supplement the questionnaires; once again, indicating the over reliance and preference of surveys over evaluations. DOD RFP survey questionnaires have quickly outgrown the one and a half page example suggested in the May 2003 OUSDATL policy guidance. One recent RFP questionnaire, the Air Combat Commands s DBR2, Solicitation FA R- 0162, questionnaire, shown as Exhibit A on page 16, consisted of six pages of small font and whose length and extent of questions 14 n Contract Management / January 2007

4 PART IV REPRESENTATIONS AND INSTRUCTIONS ATTACHMENT L-6 : PAST AND PRESENT PERFORMANCE QUESTIONNAIRE 8 September 2005 ATTACHMENT L-6: PAST AND PRESENT PERFORMANCE QUESTIONNAIRE (PPQ) DESIGN-BUILD, RESTORE, REMEDIATE (DBR2) Part I General Contract Information Part I has been completed by the contractor. Please confirm the following information provided by the contractor. Please make corrections if applicable. If you are filling out the form electronically, please make changes with tracking on. If you are filling out the form by hand, please make pen and ink changes. 1. Your Contact Information: Name: Office/Company Name: Title/Position: Phone: 2. Contractor Information: Contractor Name: Contract Number: Contract/Program/Project Title: Contract/Program/Project Acronym: Exhibit A Role on this Contract: Prime Subcontractor Business Size: Program Description: Program Location: Customer/Agency Name: Address: City: State: Zip: 3. Contract value excluding unexercised options: Original Contract Value: Current Contract Value: 4. Period of Performance: Start Date: Original End Date: Current End Date: 5. Contract Type: CAGE Code: Past and Present Performance Questionnaire - FA R-0162 ATTACHMENT L-6, Page 1 of 6 16 n Contract Management / January 2007

5 PART IV REPRESENTATIONS AND INSTRUCTIONS ATTACHMENT L-6 : PAST AND PRESENT PERFORMANCE QUESTIONNAIRE 8 September 2005 Percentage of work performed: % Remediation Stop Loss/Cost Cap Insurance Required? Yes No Amount: DUNS Number: Bonding Required? Yes No Part II Instructions 1. Are you knowledgeable about the contractor s performance on the above referenced contract? Yes (please continue with the questionnaire) No (please explain why and then submit per instructions in Part IV, Question 1 ) Why? DEFINITIONS. Please use the following definitions when completing the Past Performance Questionnaire: CODE E V S M U N PERFORMANCE LEVEL EXCEPTIONAL - Performance meets contractual requirements and exceeds many requirements to the Government s benefit. The contractual performance of the element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor were highly effective. VERY GOOD - Performance meets contractual requirements and exceeds some requirements to the Government s benefit. The contractual performance of the element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective. SATISFACTORY - Performance meets contractual requirements. The contractual performance of the element being assessed contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. MARGINAL - Performance does not meet some contractual requirements. The contractual performance of the element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions or the contractor s proposed actions appear only marginally effective or were not fully implemented. UNSATISFACTORY - Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element being assessed contains serious problem(s) for which the contractor s corrective actions appear or were ineffective. NOT APPLICABLE - Unable to provide a score. Performance in this area not applicable to effort assessed. Part III Questionnaire Exhibit A SECTION A MANAGEMENT APPROACH (Please complete if you are/were an end user of the contractor's product or service.) 1. How would you rate the quality of the management support assigned by the contractor to the project? 2. How would you rate the contractor's management of key subcontractors? E V S M U N Past and Present Performance Questionnaire - FA R-0162 ATTACHMENT L-6, Page 2 of 6 January 2007 / Contract Management n 17

6 PART IV REPRESENTATIONS AND INSTRUCTIONS ATTACHMENT L-6 : PAST AND PRESENT PERFORMANCE QUESTIONNAIRE 8 September How would you rate the overall quality of contract management? 4. How would you rate the contractor s ability to hire trained, qualified employees? 5. How would you rate the contractor s ability to retain trained personnel on your project? 6. How successful was the contractor in keeping abreast of changes in Government regulations (i.e. Federal Regulations, Military Specs, local regulations, etc)? 7. How effective was the on-site management? 8. How effective was the autonomy of the on-site management in dealing with emergency situations? 9. How would you rate the contractor s safety record on your project? 10. How would you rate the contractor s Quality Assurance (QA)/Quality Control (QC) on your project? 11. How would you rate the contractor s ability to maintain workable QA/QC procedures associated with chemical sampling, handling, shipping and testing? 12. How effective was the contractor s internal organizational relationship with respect to your project? Exhibit A SECTION B TECHNICAL QUALIFICATIONS (Please complete if you are/were an end user of the contractor's product or service or involved in quality assurance evaluation.) 1. How would your rate the quality of the service provided? 2. How would you rate the accuracy of deliverables (reports, etc.) 3. How would you rate the responsiveness to emergency situations? 4. How would you rate the contractor's responsiveness to customer inquiries? 5. How would you rate the ability of the contractor to meet deadlines? 6. How would you rate the ability of the contractor to meet established milestones? 7. How would you rate the contractor's communication with the customer? 8. How would you rate the contractor s ability to work with automated systems? 9. How would you rate the contractor s ability to accurately perform site investigations? 10. How would you rate the contractor s ability to accurately assess the environmental situation? 11. How would you rate the contractor s ability to work with federal, state and local regulators? 12. How would you rate the contractor s ability to suggest innovative remedies? 13. How would you rate the contractor s ability to successfully progress with remedial remedies? 14. How would you rate the contractor s ability to control site conditions? 15. How would you rate the contractor s ability to accurately perform long-term monitoring of the site? 16. How would you rate the overall performance by the contractor? E V S M U N Past and Present Performance Questionnaire - FA R-0162 ATTACHMENT L-6, Page 3 of 6 18 n Contract Management / January 2007

7 PART IV REPRESENTATIONS AND INSTRUCTIONS ATTACHMENT L-6 - PAST AND PRESENT PERFORMANCE QUESTIONNAIRE 8 September 2005 SECTION C RESOURCES (Please complete if you are/were an end user of the contractor's product or service or involved in quality assurance evaluation) 1. How would you rate the quality of the contractor s personnel assigned to the project? 2. How would you rate the quality of the contractor s corporate backup for the employees at your site? 3. How would you rate the contractor s ability to obtain qualified substitutions for departing employees throughout the performance period? 4. How would you rate the contractor s ability to provide seamless transition between departing and replacement employees throughout the performance period? 5. How would you rate the contractor s employees at developing innovative and alternative methods of performing required functions on your project? 6. How would you rate the contractor's cooperativeness in reacting to changes? 7. How would you rate the contractor s employees overall (how satisfied were you with the performance of the contractor employees)? 8. How would you rate the contractor s responsiveness (i.e. did the contractor respond promptly to telephone calls, did the contractor respond in a professional manner, was the contractor argumentative or hard to find or deal with)? E V S M U N Exhibit A SECTION D - CONTRACTUAL ISSUES (Please complete if you were the contract specialist/officer/administrator.) 1. How would you rate the contractor's ability to meet any socioeconomic subcontracting requirements? 2. How would you rate the accuracy of cost/pricing proposal in relationship to the final price? 3. How would you rate the contractor's cooperation in negotiating (both initial award and modifications)? 4. How would you rate the contractor's ability to control costs? 5. How would you rate the contractor's ability to control the number of modifications? 6. How would you rate the contractor's responsiveness to the Contracting Office? 7. How would you rate the contractor's ability to meet suspense dates and milestones? 8. How would you rate the contractor's ability to deal with changes and deficiencies? 9. How successful was the contractor in successfully completing the project (i.e. were there any show cause or cure notices issued, was the contractor defaulted on the action or any other contracting action of which you are aware)? 10. To the credit or fault of the contractor, this contract: COST Experienced a cost savings Experienced a cost overrun Completed at original contract cost E V S M U N SCHEDULE Finished ahead of schedule Needed a schedule extension Completed right on schedule Past and Present Performance Questionnaire - FA R-0162 ATTACHMENT L-6, Page 4 of 6 January 2007 / Contract Management n 19

8 PART IV REPRESENTATIONS AND INSTRUCTIONS ATTACHMENT L-6 - PAST AND PRESENT PERFORMANCE QUESTIONNAIRE 8 September 2005 Please explain. 11. Has this contract been partially or completely terminated for default or convenience? No Yes 12. Are there any pending terminations? No Yes If yes, specify: Termination for Default Termination for Convenience Pending Termination Please explain (e.g. inability to meet cost, performance, or delivery schedules, etc.) Exhibit A SECTION E - OTHER 1. What would you consider the greatest strengths of this contractor? 2. What would you consider to be the greatest weakness of this contractor? 3. Please provide any additional comments as you desire or see fit 4. Please provide your opinion for the following by putting a check mark in the appropriate code box. E V S M U N Would you recommend this contractor? Would you use this contractor again? Past and Present Performance Questionnaire - FA R-0162 ATTACHMENT L-6, Page 5 of 6 20 n Contract Management / January 2007

9 PART IV REPRESENTATIONS AND INSTRUCTIONS ATTACHMENT L-6 - PAST AND PRESENT PERFORMANCE QUESTIONNAIRE 8 September Is there anyone else we should contact regarding the contractor s performance on this contract? Reference 1 Name: Title/Position: Office/Company Name: Phone: Reference 2 Name: Office/Company Name: Title/Position: Phone: Reference 3 Name: Office/Company Name: Title/Position: Phone: Exhibit A Part IV PPQ Completion 1. THANK YOU! Please or fax your completed form to the following. Phone: Fax: If you answered No, to Part II, Question 1, please fax or this form to the above POC. Based on your comments above, we may wish to contact you for further information. Thank you again for your time. Past and Present Performance Questionnaire - FA R-0162 ATTACHMENT L-6, Page 6 of 6 January 2007 / Contract Management n 21

10 PERFORMANCE EVALUATION (ARCHITECT-ENGINEER) A-E CONTRACTOR I.D. NUMBER (For ACASS use only) 1. A-E CONTRACT NUMBER 2. CONSTRUCTION CONTRACT NUMBER IMPORTANT: Be sure to complete back of form. If additional space is necessary for any item, use Remarks section on back. 4. PROJECT NUMBER 3. TYPE OF EVALUATION a. PHASE OF COMPLETION b. COMPLETION(X one) c. X IF APPLICABLE INTERIM ( %) FINAL DESIGN ENGINEERING SERVICES CONSTRUCTION TERMINATION (Explain in Remarks) 6. NAME AND ADDRESS OF A-E CONTRACTOR 7a. PROJECT TITLE AND LOCATION 5. DELIVERY ORDER NO.(S) (if applicable) 7b. DESCRIPTION OF PROJECT IF NOT EXPLAINED BY TITLE 8. NAME, ADDRESS AND PHONE NUMBER OF OFFICE RESPONSIBLE FOR: a. SELECTION OF A-E CONTRACTOR b. NEGOTIATION/AWARD OF A-E CONTRACT Exhibit B c. ADMINISTRATION OF A-E CONTRACT d. ADMINISTRATION OF CONSTRUCTION CONTRACT 9. A-E CONTRACT DATA (Items 9d thru 9g are not applicable during construction unless there are modifications to the A-E contract.) a. TYPE OF WORK (Design, study, etc.) b. TYPE OF CONTRACT c. PROJECT COMPLEXITY DIFFICULT ROUTINE d. CONTRACT OR TASK ORDER AMOUNT (1) INITIAL FEE FIRM FIXED-PRICE COST-REIMBURSEMENT e. CONTRACT OR TASK ORDER AWARD DATE f. NEGOTIATED CONTRACT OR TASK ORDER COMPLETION DATE (or number of days) (Including extensions) b. DATA AT TIME OF CONSTRUCTION COMPLETION (Completion date ) (1) CONSTRUCTION MODIFICATIONS (2) CONSTRUCTION MODIFICATIONS ARISING FROM DESIGN DEFICIENCIES INDEFINITE DELIVERY/INDEFINITE QUANTITY (ID/IQ) OTHER (Specify) (2) CONTRACT OR TASK ORDER MODIFICATIONS NO. AMOUNT (3) TOTAL FEE g. ACTUAL CONTRACT OR TASK ORDER COMPLETION DATE (or number of days) 10. CONSTRUCTION CONTRACT DATA (Not applicable at completion of design or engineering services not involving construction.) (1) AUTHORIZED CONSTRUCTION COST (2) A-E ESTIMATE FOR BID ITEMS (3) AWARD AMOUNT a. CONSTRUCTION COSTS AWARDED NUMBER 11. A-E LIABILITY NONE UNDETERMINED PENDING SETTLEMENT 12. OVERALL RATING 13. RECOMMENDEDFOR FUTURE CONTRACTS? EXCEPTIONAL VERY GOOD SATISFACTORY MARGINAL 14a. NAME, TITLE AND OFFICE OF RATING OFFICIAL TASK ORDER UNDER ID/IQ UNSATISFACTORY YES CONDITIONALLY NO (Explain "No" or "Conditionally" in Remarks.) TOTAL COST 15a. NAME, TITLE AND OFFICE OF REVIEWING OFFICIAL TELEPHONE NUMBER: TELEPHONE NUMBER: b. SIGNATURE c. DATE b. SIGNATURE c. DATE (Official Report date) AGENCY USE: (Distribution, etc.) DD FORM 2631, APR 1999 (EG) PREVIOUS EDITION IS OBSOLETE. Exception to SF 1421 Approved by GSA/IRMS WHS/DIOR, Apr n Contract Management / January 2007

11 16. QUALITY OF A-E SERVICES BY DISCIPLINE (Completion mandatory for both DESIGN and CONSTRUCTION phases and Engineering Services) a. DISCIPLINES (If applicable) Architectural Structural Civil Mechanical Electrical Fire Protection Surveying, Mapping, & Geospatial Information Svcs. Cost Estimating Value Engineering Environmental Engineering Geotechnical Engineering Master Planning Hydrology Chemical Engineering Geology Chemistry Risk Assessment Safety/Occupational Health Hydrographic Surveying EXCEP- TIONAL DESIGN/SERVICES VERY SATIS- GOOD FACTORY MARGINAL UNSATIS- FACTORY EXCEP- TIONAL CONSTRUCTION VERY SATIS- GOOD FACTORY MARGINAL UNSATIS- FACTORY 17. DESIGN PHASE OR ENGINEERINGSERVICES (Quality of A-E Services Evaluation) EXCEP- VERY TIONAL GOOD ATTRIBUTES (If applicable) Thoroughness of Site Investigation/Field Analysis Quality Control Procedures and Execution Plans/Specs Accurate and Coordinated Plans Clear and Detailed Sufficiently Management and Adherence to Schedules Meeting Cost Limitations Suitability of Design or Study Results Solution Environmentally Suitable Cooperativeness and Responsiveness Quality of Briefing and Presentations Innovative Approaches/Technologies Implementation of Sm. Business Subcontracting Plan SATIS- FACTORY MARGINAL UNSATIS- FACTORY 16b. DISCIPLINE, NAME AND ADDRESS OF KEY CONSULTANT(S) (If applicable) Exhibit B 18. HOW MANY 100% FINAL RESUBMITTALS WERE REQUIRED BECAUSE OF POOR A-E PERFORMANCE? 19. CONSTRUCTION PHASE (Quality of A-E Services Evaluation) Plans Clear and Detailed Sufficiently Drawings Reflect True Conditions Plans/Specs Accurate and Coordinated Design Constructibility ATTRIBUTES (If applicable) Cooperativeness and Responsiveness Timeliness and Quality of Processing Submittals Product & Equipment Selections Readily Available Timeliness of Answers to Design Questions Field Consultation and Investigations Quality of Construction Support Services EXCEP- TIONAL VERY GOOD SATIS- FACTORY MARGINAL UNSATIS- FACTORY 20. REMARKS (Attach additional sheet(s) or documentation if necessary) DD FORM 2631 (BACK), APR 1999 January 2007 / Contract Management n 23

12 PAST PERFORMANCE QUESTIONNAIRE SOURCE SELECTION SENSITIVE INFORMATION Name of Offeror: Client/Contract Information (supplied by offeror) Name of Client: Contract Number: Contract Title: Contract Value: Type of Contract: Period of Performance: The ratings below are supplied by the contractor identified above, NOT the offeror. Exhibit C Performance Elements 1. Quality of Product or Service 2. Cost Control 3. Timeliness of Performance 4. Business Relations Unsatisfactory 0 Poor 1 Fair 2 Good 3 5. Remarks on outstanding performance: Excellent 4 Outstanding 5 Provide data supporting this observation; you may continue on a separate sheet if needed. 6. Remarks on unsatisfactory performance: Provide data supporting this observation; you may continue on a separate sheet if needed. 7. Please identify any corporate affiliations with the offeror. 8. Other comments that you wish to make: 9. Would you do business with again? (insert offeror s name) 10. Questionnaire completed by: Name: Title: Mailing Address (Street and P.O. Box): City, State and Zip Code: Telephone Number: Fax Number: Date Information provided: 24 n Contract Management / January 2007

13 PAST PERFORMANCE QUESTIONNAIRE Ratings and Performance Categories The offeror shall be evaluated based on the following ratings and performance categories: Ratings: 0 = unsatisfactory 1 = poor 2 = fair 3 = good 4 = excellent 5 = outstanding Quality of Product or Service Unsatisfactory: Nonconformances are jeopardizing the achievement of contract requirements, despite use of client resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in consideration for future awards containing similar requirements. Exhibit C Poor: Overall compliance requires significant client resources to ensure achievement of contract requirements. Fair: Overall compliance requires minor client resources to ensure achievement of contract requirements. Good: There are no, or very minimal, quality problems, and the offeror has met the contract requirements. Excellent: There are no quality issues, and the offeror has substantially exceeded the contract performance requirements without commensurate additional costs to the client. Outstanding: The offeror has demonstrated an outstanding performance level that was significantly in excess of anticipated achievements and is commendable as an example for others, so that it justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where offeror performance clearly exceeds the performance levels described as "Excellent." Cost Control Unsatisfactory: Ability to manage cost issues is jeopardizing performance of contract requirements, despite use of client resources. Recovery is not likely. If performance cannot be substantially corrected, this level of ability to manage cost issues constitutes a significant impediment in consideration for future awards. Poor: Ability to manage cost issues requires significant client resources to ensure achievement of contract requirements. Fair: Ability to control cost issues requires minor client resources to ensure achievement of contract requirements. January 2007 / Contract Management n 25

14 Exhibit C Good: There are no, or very minimal, cost management issues and the offeror has met the contract requirements. Excellent: There are no cost management issues and the offeror has exceeded the contract requirements, achieving cost savings to the client. Outstanding: The offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where the offeror achieved cost savings and performance clearly exceeds the performance levels described as "Excellent." Timeliness of Performance Unsatisfactory: Delays are jeopardizing the achievement of contract requirements, despite use of client resources. Recovery is not likely. If performance cannot be substantially corrected, it constitutes a significant impediment in consideration for future awards. Poor: Delays require significant client resources to ensure achievement of contract requirements. Fair: Delays require minor client resources to ensure achievement of contract requirements. Good: There are no, or minimal, delays that impact achievement of contract requirements. Excellent: There are no delays and the offeror has exceeded the agreed upon time schedule. Outstanding: The offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where offeror performance clearly exceeds the performance levels described as "Excellent." Business Relations Unsatisfactory: Response to inquiries and/or technical, service, administrative issues is not effective. If not substantially mitigated or corrected it should constitute a significant impediment in considerations for future awards. Poor: Response to inquiries and/or technical, service, administrative issues is marginally effective. Fair: Response to inquiries and/or technical, service, administrative issues is somewhat effective. Good: Response to inquiries and/or technical, service, administrative issues is consistently effective. Excellent: Response to inquiries and/or technical, service, administrative issues exceeds client expectation. Outstanding: The offeror has demonstrated an outstanding performance level that justifies adding a point to the score. It is expected that this rating will be used in those rare circumstances where offeror performance clearly exceeds the performance levels described as "Excellent." 26 n Contract Management / January 2007

15 exceeded any of the known formal performance evaluation forms (ACASS, CCASS, CPARS, PPIMS, etc). Contrasting this survey to the ACASS evaluation form, shown in Exhibit B on page 22, can be easily construed as an official and formal evaluation of the contractor. One can easily comprehend the deviation in intent when this particular DOD RFP s questionnaire is contrasted to another federal agency s questionnaire, such as EPA s one and a half page RAC 2 RFP questionnaire shown in Exhibit C on page 24. The evidence stated earlier and the current government RFP trends suggest that questionnaires have morphed into fullblown evaluation forms due to the lack of current and appropriate performance evaluations required by federal and DOD evaluation policy and procedures. The handling of these performance questionnaires by procuring officials is also questionable and may be jeopardizing the source selection process. Numerous instances exist of requesting agencies that have haphazardly handled, misplaced, or lost questionnaires even through the surveys were documented as having been received by the procuring activity. The loose accountability associated with mailed in surveys or to that matter, telephonic surveys with dubious proper contracting officials, adds a degree of risk, as well as diminishes the integrity, of the federal procurement process. Consequently, the current use of surveys in federal RFP acquisition processes makes the probability for a contractor protest to be upheld during a non-agency protest decision more likely than ever before. Inevitable Conclusion The lack of emphasis in the proper documentation of contractor performance, as required by FAR 42.15, combined with the need for past performance information in source selection is causing federal acquisition activities to stretch the FAR 15 past performance evaluation needs. Due to a lack of management emphasis on the accomplishment of performance evaluations at the conclusion of a project, acquisition officials are resorting to the use of extensive surveys or questionnaires that are in reality a de facto performance evaluation, promulgated outside of the agency s normal procedures. In doing so, government officials jeopardize agency solicitations by not following the federally required notification, comment, and appellate procedures and timeframes. This abusive use of surveys is also undermining, if not completely circumventing, the whole intent of FAR Part 42.15, the various performance policies, evaluation forms, and systems as well as the newly created PPIRS purpose and database. Recommendations Following, I have listed four recommendations that may serve as feasible considerations to reverse the negative and unintended consequences of current federal trends in the use of past performance surveys or questionnaires. 1. Due to the current inappropriate use of the questionnaires or surveys, an increase to the amount of award protests and corresponding probability of success to those protests January 2007 / Contract Management n 27

16 will inevitably delay major DOD acquisition projects. Consequently, it is recommended that any future federal or DOD use of questionnaires be prohibited until such time that implementing guidance can be promulgated on the extent, use, and nature of questionnaires used in source selection activities. 2. Federal and DOD managers should emphasize and track the proper documentation of contractor past performance in accordance with FAR and other implementing supplements and agency procedures. Agencies can easily monitor buying activities by identifying the number of missing evaluations and notifying activities of delinquencies. A data run of all completed contracts meeting required dollar thresholds for evaluations over the last five years can be compared to the PPIRS or other databases to quickly identify the missing evaluations and the delinquent contracting activity. Additionally, federal acquisition managers should change agency procedures to require that a draft performance evaluation, if required by regulation, be presented to the contracting officer before the processing and payment of the final contract invoice. Tying the ramifications of paying interest under the Prompt Payment Act to the timely processing of performance evaluations would institutionalize the emphasis as part of contract closeout procedures. 3. To resolve the problem with missing performance evaluations, the Office of Federal Procurement Policy should mandate that contractors with satisfactory or average performance do not require a written evaluation. Consequently, average performance ratings would be optional. Evaluations should only be required for unsatisfactory, marginal, above average, and excellent ratings. Any contract with a missing contractor performance would be by default viewed as having an average performance rating until whenever the buying activity completed a final written evaluation. Following this recommendation would minimize the administrative impact on the federal workforce to address missing evaluations, while properly documenting contractor performance that warrants documentation for federal source selection proceedings as well as supporting the new PPIRS. 4. Finally, the Office of Federal Procurement Policy should direct that only past performance evaluations contained within the PPIRS are the appropriate primary means for evaluating past performance in source selection procedures. Questionnaires and surveys should be restricted in use and only permitted as supplementary information for use in tie-breaking situations. Restricting the use of primary past performance evaluations will also encourage buying activities to perform the evaluations rather than relying on questionnaires from reluctant if not dubious evaluation sources. Conclusion The recording and use of past performance information is critical to the federal procurement system. Unfortunately, the importance of recording contractor performance during and after the execution of the contract by federal agencies appears to be inadequately emphasized. To make up for the lack of performance evaluations, federal contracting activities are resorting to surveys and questionnaires to substitute for the lacking evaluation data. Rather than rely on contractor past performance evaluations within PPIRS, numerous federal agencies are instead asking contractors to have extensive past performance surveys completed by government representatives, who may or may not be the appropriate people (nor may this be the procedure) to accomplish the data collection. This recent shift to the reliance of past performance surveys is not only troublesome, but indicates a systematic failure of performance evaluation procedures and policies. This compensating shift to surveys may in fact be jeopardizing the integrity of the government acquisition process as well as contributing to the circumvention of federal and DOD past performance evaluation processes and systems. The four recommendations presented in this article are prudent steps necessary to safeguard the federal procurement process as well as re-orient the federal emphasis on the timely recording of past performance in accordance with OMB and FAR policies. CM 28 n Contract Management / January 2007

Objectives of the Evaluation Group...7 Evaluation Group Membership...8 Factors versus Subfactors...8 PPI Relevancy...

Objectives of the Evaluation Group...7 Evaluation Group Membership...8 Factors versus Subfactors...8 PPI Relevancy... Table of Contents FOREWORD...IV ACKNOWLEDGMENTS... V PAST PERFORMANCE TOP TEN TIPS...VI INTRODUCTION 1 PPI Objectives...1 Business Sectors...1 Public versus Private Competitions...1 OBTAINING PPI 1 PPI

More information

ENGINEERING AND CONSTRUCTION BULLETIN

ENGINEERING AND CONSTRUCTION BULLETIN ENGINEERING AND CONSTRUCTION BULLETIN No. 2014-13 Issuing Office: CECW-CE Issued: 22 May 2014 Expires: 22 May 2016 Subject: Contractor Performance Assessment Reporting System (CPARS) Transition Guidance

More information

ATTACHMENT 1: CONTRACTOR PAST PERFORMANCE REPORT CONSULTING SERVICES Note: Continuation sheets may be used if more space is required.

ATTACHMENT 1: CONTRACTOR PAST PERFORMANCE REPORT CONSULTING SERVICES Note: Continuation sheets may be used if more space is required. 1. Consultant Name and Address: 2. MCA Entity: Country: Point of Contact (POC) 3. [ ] Final Report From: To: [ ] Interim Report From: To: Name: POC Position: 4. Contract Number: 8. Total Value of Base

More information

UNITED STATES OFFICE OF PERSONNEL MANAGEMENT Washington, DC 20415

UNITED STATES OFFICE OF PERSONNEL MANAGEMENT Washington, DC 20415 UNITED STATES OFFICE OF PERSONNEL MANAGEMENT Washington, DC 20415 Management Services Division Contracting Policy No. 42.15 Contractor Performance Information Purpose: The following provides policy guidance

More information

CHAPTER 23. Contract Management and Administration

CHAPTER 23. Contract Management and Administration Date Issued: June 12, 2009 Date Last Revised: September 28, 2015 CHAPTER 23. Contract Management and Administration Table of Contents CHAPTER 23. Contract Management and Administration... 23-1 23.1 Policy...

More information

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award.

An organization which employs, or is about to employ, any of the above, has a financial or other interest in the firm selected for award. 85.36 Procurement (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will

More information

24 CFR PART 85 85.36 Procurement. States. Procurement standards.

24 CFR PART 85 85.36 Procurement. States. Procurement standards. 85.36 Procurement. (a) States. When procuring property and services under a grant, a State will follow the same policies and procedures it uses for procurements from its non-federal funds. The State will

More information

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015

Page 1 of 7. Corporate Form CC009 Rev 13, Dated 31 Jan 2015 1. When the materials or products furnished are for use in connection with a U.S. Government contract or subcontract, in addition to the L-3 General Terms and Conditions (Corp Form CC008), the following

More information

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT Date original issued: September 28, 2015 Qualifications Statements due: The City of Vallejo will consider Proposals submitted in response

More information

Quick Guide to Cost and Price Analysis for HUD Grantees and Funding Recipients

Quick Guide to Cost and Price Analysis for HUD Grantees and Funding Recipients Quick Guide to Cost and Price Analysis for HUD Grantees and Funding Recipients Who is this guide for? This guide is for all HUD grantees and funding recipients that contract for services and/or supplies

More information

Directive: FIN-PCD-014. Effective Date: 05/20/2015

Directive: FIN-PCD-014. Effective Date: 05/20/2015 Procedure Title: Vendor Responsibility Review Process Directive: FIN-PCD-014 Section: Finance Effective Date: 05/20/2015 Summary The New York State Office of Parks, Recreation and Historic Preservation

More information

GUIDANCE FOR THE CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS)

GUIDANCE FOR THE CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) GUIDANCE FOR THE CONTRACTOR PERFORMANCE ASSESSMENT REPORTING SYSTEM (CPARS) December 2015 i Summary of Significant Changes December 2015 1. Paragraph 2.0 Business Sectors and Dollar Thresholds has been

More information

Enterprise Scheduler Rev. 0 Bid #24078582. Scope of Work

Enterprise Scheduler Rev. 0 Bid #24078582. Scope of Work Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications IV. Terms and Conditions - Special V. Appendices to Scope of Work (if required) VI. Bidding Schedule

More information

10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest

10/30/2015. Procurement Under the New Requirements. Why This Session Is Needed. Lesson Overview & Module Objectives. Changes to conflict of interest Requirements Procurement under the New Requirements 1 1 Why This Session Is Needed New provisions in Uniform Guidance Changes to conflict of interest requirements in Uniform Guidance Distinctions between

More information

Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201

Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201 PURCHASE ORDER ATTACHMENT Q-201A Software Quality Subcontractor Survey Questionnaire INSTRUCTIONS FOR PURCHASE ORDER ATTACHMENT Q-201 1. A qualified employee shall be selected by the Software Quality Manager

More information

CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE

CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE CONTRACT ADMINISTRATION AND MANAGEMENT GUIDE STATE OF IDAHO DEPARTMENT OF ADMINISTRATION DIVISION OF PURCHASING REVISED 01 01 14 Table of Contents I. Purpose... 1 II. Overview of Contract Management and

More information

How To Get Construction Procurement Services

How To Get Construction Procurement Services Construction Procurement William C. Charvat, AIA, CSI Excerpt from The Architect s Handbook of Professional Practice, 13th edition 2000 The procurement of construction services brings together the team

More information

Audit Management Software Solution

Audit Management Software Solution 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of

More information

Open FAR Cases 7:58:07AM

Open FAR Cases 7:58:07AM Open FAR Cases as of 2015 7:58:07AM Open FAR Cases as of 2015-031 52.219-18 Addressing Policy on 8(a) Joint Ventures Clarify that 8(a) joint ventures are not "certified" into the 8 (a) program and that

More information

GUIDANCE FOR MANAGING THIRD-PARTY RISK

GUIDANCE FOR MANAGING THIRD-PARTY RISK GUIDANCE FOR MANAGING THIRD-PARTY RISK Introduction An institution s board of directors and senior management are ultimately responsible for managing activities conducted through third-party relationships,

More information

Department of Defense MANUAL. Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations

Department of Defense MANUAL. Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations Department of Defense MANUAL NUMBER 8400.01-M June 3, 2011 ASD(NII)/DoD CIO SUBJECT: Procedures for Ensuring the Accessibility of Electronic and Information Technology (E&IT) Procured by DoD Organizations

More information

Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions

Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions General Terms and Conditions of Purchase Supplement 1 Federal Acquisition Regulation (FAR) Government Contract Provisions 1. When the products or services furnished are for use in connection with a U.S.

More information

Air Force Officials Did Not Consistently Comply With Requirements for Assessing Contractor Performance

Air Force Officials Did Not Consistently Comply With Requirements for Assessing Contractor Performance Inspector General U.S. Department of Defense Report No. DODIG-2016-043 JANUARY 29, 2016 Air Force Officials Did Not Consistently Comply With Requirements for Assessing Contractor Performance INTEGRITY

More information

TC-UPDATE (11/10) 52.222-39 252.204-7009. 12. Requirements Regarding Potential Access to Export-Controlled Items

TC-UPDATE (11/10) 52.222-39 252.204-7009. 12. Requirements Regarding Potential Access to Export-Controlled Items TC-UPDATE (11/10) The following updates reflect changes to various provisions and clauses of U.S. Government acquisition regulations, including the Federal Acquisition Regulations (FAR) and the Department

More information

Shades of green: New Department of Defense renewable energy commitment presents significant opportunities (and risks) for developers

Shades of green: New Department of Defense renewable energy commitment presents significant opportunities (and risks) for developers AUGUST 7, 2013 Shades of green: New Department of Defense renewable energy commitment presents significant opportunities (and risks) for developers By Ellen S. Friedman and Tiana Butcher Background The

More information

UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL

UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL UNITED STATES DEPARTMENT OF EDUCATION OFFICE OF INSPECTOR GENERAL AUDIT SERVICES August 24, 2015 Control Number ED-OIG/A04N0004 James W. Runcie Chief Operating Officer U.S. Department of Education Federal

More information

U.S. Department of the Interior A Guide to Unsolicited Proposals

U.S. Department of the Interior A Guide to Unsolicited Proposals U.S. Department of the Interior A Guide to Unsolicited Proposals Small Businesses are the Cornerstone to our Economy Produced by: Office of Small and Disadvantaged Business Utilization in conjunction with

More information

Subj: Appointment as a Contracting Officer's Technical Representative (COTR)

Subj: Appointment as a Contracting Officer's Technical Representative (COTR) Attachment (1) Agency/Component letterhead Subj: Appointment as a Contracting Officer's Technical Representative (COTR) From: (Insert name of Contracting Officer) To: (Insert name of prospective COTR)

More information

DCAA and the Small Business Innovative Research (SBIR) Program

DCAA and the Small Business Innovative Research (SBIR) Program Defense Contract Audit Agency (DCAA) DCAA and the Small Business Innovative Research (SBIR) Program Judice Smith and Chang Ford DCAA/Financial Liaison Advisors NAVAIR 2010 Small Business Aviation Technology

More information

DCAA Perspective: Key Subcontracting Practices for Maintaining Approved Business Systems Accounting System and Estimating System

DCAA Perspective: Key Subcontracting Practices for Maintaining Approved Business Systems Accounting System and Estimating System DCAA Perspective: Key Subcontracting Practices for Maintaining Approved Business Systems Accounting System and Estimating System Breakout Session A Alfred J. Massey, Western Region, Special Programs Manager,

More information

Office of Research Facilities Development and Operations Contractor Safety Policy

Office of Research Facilities Development and Operations Contractor Safety Policy Office of Research Facilities Development and Operations Contractor Safety Policy The National Institutes of Health (NIH) is committed to providing a safe environment for everyone who enters the NIH campus.

More information

Review of the Veterans Health Administration s Use of Reverse Auction Acquisitions

Review of the Veterans Health Administration s Use of Reverse Auction Acquisitions Department of Veterans Affairs Office of Inspector General Review of the Veterans Health Administration s Use of Reverse Auction Acquisitions Report No. 13-01408-294 Washington, DC 20420 September 26,

More information

Benefit Analysis Guidebook

Benefit Analysis Guidebook Benefit Analysis Guidebook A Reference to Assist the Department of Defense Acquisition Strategy Teams in Performing a Benefit Analysis before Consolidating or Bundling Contract Requirements Department

More information

Contract Administration

Contract Administration Chapter 5 Contract Administration Section 3 Change Orders 5-301 General 5-302 Change Order Policy 5-303 Purpose of Change Orders 5-304 Initiation of Change Orders 5-305 Preliminary Considerations 5-306

More information

Project Procurement Management

Project Procurement Management Project Procurement Management Outline Introduction Plan Purchases and Acquisitions Plan Contracting Request Seller Responses Select Sellers Contract Administration Contract Closure Introduction Procurement

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 7050.05 May 12, 2014 IG DoD SUBJECT: Coordination of Remedies for Fraud and Corruption Related to Procurement Activities References: See Enclosure 1 1. PURPOSE.

More information

Selected Troublesome/Unacceptable Clauses Related to Information Release and Foreign Nationals

Selected Troublesome/Unacceptable Clauses Related to Information Release and Foreign Nationals Selected Troublesome/Unacceptable Clauses Related to Information Release and Foreign Nationals (Note: Please review the applicable clause in the most current version available to you to ensure you have

More information

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments.

OBJECTIVE To establish procedures for administration of construction manager agreements, including negotiation, contracting and payments. OP-B-11-D2 ADMINISTRATION OF CONSTRUCTION MANAGER AGREEMENTS SPECIFIC AUTHORITY Sections 240.209(3)(p), 1001.74, 1013.46, F. S. OBJECTIVE To establish procedures for administration of construction manager

More information

REGIONAL MUNICIPALITY OF WOOD BUFFALO VENDOR / CONTRACTOR PERFORMANCE EVALUATION FOR SERVICES & CONSTRUCTION

REGIONAL MUNICIPALITY OF WOOD BUFFALO VENDOR / CONTRACTOR PERFORMANCE EVALUATION FOR SERVICES & CONSTRUCTION REGIONAL MUNICIPALITY OF WOOD BUFFALO VENDOR / CONTRACTOR EVALUATION FOR SERVICES & CONSTRUCTION ALL FIELDS ARE MANDATORY Contractor Name: Contract Title and Number: Purchase Order Number: Contract Term:

More information

CASH MANAGEMENT POLICIES AND PROCEDURES HANDBOOK

CASH MANAGEMENT POLICIES AND PROCEDURES HANDBOOK F-1 CASH MANAGEMENT POLICIES AND PROCEDURES HANDBOOK APPENDIX F. PROMPT PAYMENT REQUIREMENTS Section 1.0 General This appendix to the Handbook establishes Department of Commerce policies and procedures

More information

Application Services Market Research Report

Application Services Market Research Report Application Services Market Research Report The NETCENTS-2 Application Services acquisition provides a vehicle for customers to access a wide range of services such as sustainment, migration, integration,

More information

Government Contractor Business Systems and Overview of System Assessments

Government Contractor Business Systems and Overview of System Assessments Government Contractor Business Systems and Overview of System Assessments Agenda Overview of business systems rules and environment today 3 rd party assessments Practical solutions Contractor perspective

More information

PROCUREMENT UNDER GRANTS

PROCUREMENT UNDER GRANTS PROCUREMENT UNDER GRANTS PROCUREMENT UNDER GRANTS Grant Agreement Terms and Conditions Federal Grant Procurement Regulations 4 Acceptable Methods Cost and Price Analysis Allowable Contract Types Required

More information

Defense Acquisition Regulations System, DOD 252.227 7018

Defense Acquisition Regulations System, DOD 252.227 7018 Defense Acquisition Regulations System, DOD 252.227 7018 *****Enter none when all data or software will be submitted without restrictions. Date lllllllllllllllllllll Printed Name and Title lllllllllll

More information

Implementation of the DoD Management Control Program for Navy Acquisition Category II and III Programs (D-2004-109)

Implementation of the DoD Management Control Program for Navy Acquisition Category II and III Programs (D-2004-109) August 17, 2004 Acquisition Implementation of the DoD Management Control Program for Navy Acquisition Category II and III Programs (D-2004-109) Department of Defense Office of the Inspector General Quality

More information

Improved Contract Administration Needed for the Customer Technology Solutions Contract

Improved Contract Administration Needed for the Customer Technology Solutions Contract U.S. ENVIRONMENTAL PROTECTION AGENCY OFFICE OF INSPECTOR GENERAL Improved Contract Administration Needed for the Customer Technology Solutions Contract Report No. 13-P-0398 September 16, 2013 Scan this

More information

STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers

STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers STOC II Draft RFP (W900KK-08-R-0001) Questions & Answers Answers to questions submitted, but not included in this set of Q&As,will be provided in a subsequent posting of Q&As in the near future. As the

More information

MEDICARE RECOVERY AUDIT CONTRACTORS AND CMS S ACTIONS TO ADDRESS IMPROPER PAYMENTS, REFERRALS OF POTENTIAL FRAUD, AND PERFORMANCE

MEDICARE RECOVERY AUDIT CONTRACTORS AND CMS S ACTIONS TO ADDRESS IMPROPER PAYMENTS, REFERRALS OF POTENTIAL FRAUD, AND PERFORMANCE Department of Health and Human Services OFFICE OF INSPECTOR GENERAL MEDICARE RECOVERY AUDIT CONTRACTORS AND CMS S ACTIONS TO ADDRESS IMPROPER PAYMENTS, REFERRALS OF POTENTIAL FRAUD, AND PERFORMANCE Daniel

More information

Minnesota Power PRE QUALIFICATION QUESTIONNAIRE. Engineering, Procurement and Construction of a 10 MW Solar PV Power Plant

Minnesota Power PRE QUALIFICATION QUESTIONNAIRE. Engineering, Procurement and Construction of a 10 MW Solar PV Power Plant Minnesota Power PRE QUALIFICATION QUESTIONNAIRE Engineering, Procurement and Construction of a 10 MW Solar PV Power Plant December 1, 2014 CONTRACTOR s NAME: Project Description: Minnesota Power is developing,

More information

ADMINSTERING YOUR FEDERAL CONTRACT

ADMINSTERING YOUR FEDERAL CONTRACT 2015 Small Business Government Contracting Series ADMINSTERING YOUR FEDERAL CONTRACT May 19, 2015 WPI Offices located at: Milwaukee County Research Park 10437 Innovation Drive, Suite 320 Milwaukee, WI

More information

DEPARTMENT OF DEFENSE SOURCE SELECTION PROCEDURES

DEPARTMENT OF DEFENSE SOURCE SELECTION PROCEDURES DEPARTMENT OF DEFENSE SOURCE SELECTION PROCEDURES TABLE OF CONTENTS Chapter 1. Purpose, Roles, and Responsibilities 1.1 Purpose 1 1.2 Best-Value Continuum 1 1.3 Applicability 2 1.4 Source Selection Team

More information

City of St. Louis BOARD OF PUBLIC SERVICE DEPARTMENT OF THE PRESIDENT

City of St. Louis BOARD OF PUBLIC SERVICE DEPARTMENT OF THE PRESIDENT City of St. Louis BOARD OF PUBLIC SERVICE DEPARTMENT OF THE PRESIDENT POLICIES AND PROCEDURES FOR PROCUREMENT OF PROFESSIONAL SERVICE AGREEMENTS Revised May 2013 Richard T. Bradley, P.E. President Board

More information

TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services

TOWN OF SILVERTHORNE, COLORADO RFP for Independent Professional Auditing Services Nature of Services Required A. General The Town is soliciting the services of qualified firms of certified public accountants to audit its financial statements for the fiscal year ending December 31, 2011,

More information

Guidelines for Submitting Unsolicited Contract Proposals

Guidelines for Submitting Unsolicited Contract Proposals Guidelines for Submitting Unsolicited Contract Proposals A Mandatory Reference for ADS Chapter 302 New Reference: 06/14/2007 Responsible Office: OAA/P File Name: 302map_061407_cd48 GUIDELINES FOR SUBMITTING

More information

Food Service Management Companies Table of Contents

Food Service Management Companies Table of Contents Food Service Management Companies Table of Contents Food Service Management Companies 22.1 Procedures for Competitive Bidding/Competitive Proposal 22.1 for a Food Service Management Company (FSMC) Procedures

More information

... 10 ... 2 ... 4 ... 8 ... 9 ... 11

... 10 ... 2 ... 4 ... 8 ... 9 ... 11 ... 1... 2... 4... 8... 9... 10... 11... 11 SHA Solicitation No. 811326 Page 1 of 14 SHA Solicitation No. 811326 Page 2 of 14 SHA Solicitation No. 811326 Page 3 of 14 SHA Solicitation No. 811326 Page 4

More information

POST AWARD CONTRACT MANAGEMENT

POST AWARD CONTRACT MANAGEMENT POST AWARD CONTRACT MANAGEMENT POST AWARD CONTRACT MANAGEMENT Overview of Types of Contracts and Award Methods Understanding the Contract Contents of the Contract Contract Performance Designating an agency

More information

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS

DGS-30-300 (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS (VCCS Rev. 04/15) Page 1 of 7 REQUEST FOR PROPOSALS Issue Date: July 10, 2015 RFP: LFCC-F-18161AE Title: Virginia Community College System Lord Fairfax Community College, Fauquier Campus Construct Academic

More information

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions Flexible Circuits Inc. Purchase Order Standard Terms and Conditions 1. Acceptance- This writing, together with any attachments incorporated herein, constitutes the final, complete, and exclusive contract

More information

Manage Deliverables - Construction Step 6. July 12, 2012

Manage Deliverables - Construction Step 6. July 12, 2012 Manage Deliverables - Construction Step 6 July 12, 2012 Project Management Concept Step 1: Needs Development Step 2: Scope Development Step 3: Procurement of Design Team Step 4: Design Step 5: Bid/Procurement

More information

DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT. This handbook is for guidance only. Do not cite this document as a requirement.

DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT. This handbook is for guidance only. Do not cite this document as a requirement. NOT MEASUREMENT SENSITIVE MIL-HDBK-512 04 October 2000 DEPARTMENT OF DEFENSE HANDBOOK PARTS MANAGEMENT This handbook is for guidance only. Do not cite this document as a requirement. AMSC N/A DISTRIBUTION

More information

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Small Business Process

DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION. Small Business Process DEPARTMENT OF DEFENSE Defense Contract Management Agency INSTRUCTION Small Business Process Contracts Directorate DCMA-INST 119 OPR: DCMA-AQS 1. PURPOSE. This Instruction: a. Reissues and updates DCMA

More information

DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000

DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000 DEPARTMENT OF THE ARMY ARMY CONTRACTING COMMAND REDSTONE BUILDING 5303 MARTIN ROAD REDSTONE ARSENAL, ALABAMA 35898-5000 Enterprise Services Solutions Directorate [Insert date, but DO NOT ISSUE on Friday

More information

ACQUISITION ALERT 11-04. Delegation of Invoice Approval Authority

ACQUISITION ALERT 11-04. Delegation of Invoice Approval Authority February 2, 2011 ACQUISITION ALERT 11-04 Delegation of Invoice Approval Authority This Acquisition Alert is being transmitted to all NOAA Heads of Contracting Offices (HCOs) for dissemination within their

More information

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING

HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING HOW TO DO BUSINESS WITH THE CITY OF WICHITA KANSAS FINANCE DEPARTMENT PURCHASING We appreciate your interest in doing business with the City of Wichita. We want to assure you of our interest in seeing

More information

July 6, 2015 11(1) CHAPTER 11

July 6, 2015 11(1) CHAPTER 11 July 6, 2015 11(1) CHAPTER 11 Table of Contents Paragraph Page 11-000 Audit of Contractor Compliance with Contract Financial Management Requirements 11-001 Scope of Chapter... 1101 11-100 Section 1 ---

More information

Environmental Quality Management, Inc.

Environmental Quality Management, Inc. United States Government Accountability Office Washington, DC 20548 Decision Comptroller General of the United States DOCUMENT FOR PUBLIC RELEASE The decision issued on the date below was subject to a

More information

GAO DEFENSE CONTRACTING. Contract Risk a Key Factor in Assessing Excessive Pass-Through Charges. Report to Congressional Committees

GAO DEFENSE CONTRACTING. Contract Risk a Key Factor in Assessing Excessive Pass-Through Charges. Report to Congressional Committees GAO United States Government Accountability Office Report to Congressional Committees January 2008 DEFENSE CONTRACTING Contract Risk a Key Factor in Assessing Excessive Pass-Through Charges GAO-08-269

More information

Cleveland County Emergency Medical Services. PO Box 1210. Shelby, NC 28151 704-484-4984. Request for Proposal. For. Debt Collection Agency Services

Cleveland County Emergency Medical Services. PO Box 1210. Shelby, NC 28151 704-484-4984. Request for Proposal. For. Debt Collection Agency Services Cleveland County Emergency Medical Services PO Box 1210 Shelby, NC 28151 704-484-4984 Request for Proposal For Debt Collection Agency Services Proposals Must Be Submitted by July 16, 2013 Issue Date: June

More information

(Revised April 12, 2006)

(Revised April 12, 2006) (Revised April 12, 2006) 232.001 Definitions. Incremental funding means the partial funding of a contract or an exercised option, with additional funds anticipated to be provided at a later time. 232.006

More information

City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan

City of Round Rock. Request for Statement of Interest and Proposals. Transit Master Plan City of Round Rock Request for Statement of Interest and Proposals Transit Master Plan General The City of Round Rock seeks qualified planning firms to submit Statements of Interest and Proposals (SIP)

More information

City of Virginia Beach Mandatory Specification Contractor Performance Evaluation

City of Virginia Beach Mandatory Specification Contractor Performance Evaluation City of Virginia Beach Mandatory Specification Contractor Performance Evaluation Section I General Project Information Must be completed in its entirety. Name of Firm: Name of Prime: Prime Phone: Name

More information

Module 1: INTRODUCTION. Submodule 1: What is Construction Quality Management (CQM)? "PROACTIVE PREVENTION vs. REACTIVE INSPECTION"

Module 1: INTRODUCTION. Submodule 1: What is Construction Quality Management (CQM)? PROACTIVE PREVENTION vs. REACTIVE INSPECTION Module 1: INTRODUCTION Submodule 1: What is Construction Quality Management (CQM)? "PROACTIVE PREVENTION vs. REACTIVE INSPECTION" Objectives: After completing this submodule, you will be able to: State

More information

OAIG-AUD (ATTN: AFTS Audit Suggestions) Inspector General of the Department of Defense 400 Army Navy Drive (Room 801) Arlington, VA 22202-4704

OAIG-AUD (ATTN: AFTS Audit Suggestions) Inspector General of the Department of Defense 400 Army Navy Drive (Room 801) Arlington, VA 22202-4704 Additional Copies The Office of Audit Policy and Oversight, Office of the Assistant Inspector General for Auditing of the Department of Defense, prepared this report. To obtain additional copies of this

More information

INSTRUCTION NUMBER 7640.02 August 22, 2008

INSTRUCTION NUMBER 7640.02 August 22, 2008 Department of Defense INSTRUCTION NUMBER 7640.02 August 22, 2008 IG DoD SUBJECT: Policy for Follow-up on Contract Audit Reports References: See Enclosure 1 1. PURPOSE. This Instruction: a. Reissues DoD

More information

Small Business Contracting at Marine Corps Systems Command Needs Improvement

Small Business Contracting at Marine Corps Systems Command Needs Improvement Inspector General U.S. Department of Defense Report No. DODIG-2016-019 NOVEMBER 10, 2015 Small Business Contracting at Marine Corps Systems Command Needs Improvement INTEGRITY EFFICIENCY ACCOUNTABILITY

More information

Procurement Standards 2 CFR 200.317-326

Procurement Standards 2 CFR 200.317-326 2 CFR 200 Uniform Guidance Procurement Standards Kris Rhodes, Director Sponsored Project Services 1 Procurement Standards 2 CFR 200.317-326 200.317 Procurement by states 200.318 General procurement standards

More information

PART 619 - SMALL BUSINESS PROGRAMS

PART 619 - SMALL BUSINESS PROGRAMS PART 619 - SMALL BUSINESS PROGRAMS 619.000 Scope of part. Subpart 619.2 - Policies 619.201 General policy. 619.202 Specific policies. 619.202-70 The Department of State Mentor-Protégé Program. Subpart

More information

Handbook No. 7460.8 REV 2 CHAPTER 6. SEALED BIDS

Handbook No. 7460.8 REV 2 CHAPTER 6. SEALED BIDS CHAPTER 6. SEALED BIDS Handbook No. 7460.8 REV 2 6.1 General For all PHA contracting requirements above the small purchase threshold, competitive procurements are conducted by inviting sealed bids or by

More information

Truth in Negotiations Act (TINA) Essentials

Truth in Negotiations Act (TINA) Essentials Truth in Negotiations Act (TINA) Essentials Brent Calhoon, CPA and Jamie Sybert Date: June 5, 2012 Time: 12pm - 1:30pm Eastern Discussion Topics Introductions Truth in Negotiations Act (TINA) Background

More information

Overview 1) Grantee s procurement requirements must be in conformance with the appropriate applicable Federal, State, and local laws.

Overview 1) Grantee s procurement requirements must be in conformance with the appropriate applicable Federal, State, and local laws. The award of Federal funds does not exempt the Grantee organization from compliance with State, and local requirements. When similar requirements exist at all levels, the rule of thumb is that the most

More information

3-0127 ADMINISTRATION & FINANCE August 2010 FEDERAL PROPERTY MANAGEMENT STANDARDS

3-0127 ADMINISTRATION & FINANCE August 2010 FEDERAL PROPERTY MANAGEMENT STANDARDS [ FEDERAL PROPERTY MANAGEMENT STANDARDS 3-0127 ADMINISTRATION & FINANCE August 2010 1.01 The Director of Budget Operations through the Associate Vice President for Administration and Finance is designated

More information

Memorandum. Jeff Jasper, P.E. Director, Division of Design. Technical Support TEBM, Division of Construction. From: Jeremiah Littleton, P.E.

Memorandum. Jeff Jasper, P.E. Director, Division of Design. Technical Support TEBM, Division of Construction. From: Jeremiah Littleton, P.E. Memorandum To: Thru: Jeff Jasper, P.E. Director, Division of Design Rachel Mills, P.E. Technical Support TEBM, Division of Construction From: Jeremiah Littleton, P.E. Division of Construction Date: June

More information

QUESTIONS AND ANSWERS No. 3 Request for Proposals (RFP) CLOUD MESSAGING AND COLLABORATION SERVICES RFP RFP #060B2490001 July 2011

QUESTIONS AND ANSWERS No. 3 Request for Proposals (RFP) CLOUD MESSAGING AND COLLABORATION SERVICES RFP RFP #060B2490001 July 2011 Ladies/Gentlemen: QUESTIONS AND ANSWERS No. 3 Request for Proposals (RFP) CLOUD MESSAGING AND COLLABORATION SERVICES RFP RFP #060B2490001 July 2011 This list of questions and responses is being issued

More information

Texas Department of Transportation

Texas Department of Transportation Consultant Errors & Omissions Correction and Collection Procedures July 2014 July 2014 Consultant Errors & Omissions Correction and Collection Procedures 1.0 Consultant Contract Administration... 2 2.0

More information

Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m.

Issue Date: June 22, 2011 Due Date: July 22, 2011 @ 4:00p.m. RFPFORPAYMENTPROCESSING SOLUTION IssueDate: June22,2011 DueDate: July22,2011@4:00p.m. Public Utility District No.1 of Cowlitz County Washington (Cowlitz PUD) REQUEST FOR PROPOSALS Payment Processing Solution

More information

Lawrence Livermore National Laboratory

Lawrence Livermore National Laboratory Lawrence Livermore National Laboratory Supply Chain Management Department Attention: To All Offerors June 16, 2016 Subject: Request for Proposal (RFP) Number B617524 Lawrence Livermore National Security,

More information

MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services. www.cdrfg.com

MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services. www.cdrfg.com MODEL REQUEST FOR PROPOSALS (RFP) TEMPLATE Generalized for professional services www.cdrfg.com CDR Fundraising Group 2015 This sample RFP is made available by the CDR Fundraising Group as a public service.

More information

Department of Defense INSTRUCTION

Department of Defense INSTRUCTION Department of Defense INSTRUCTION NUMBER 7640.02 April 15, 2015 IG DoD SUBJECT: Policy for Follow-Up on Contract Audit Reports References: See Enclosure 1 1. PURPOSE. This instruction reissues DoD Instruction

More information

Development, Acquisition, Implementation, and Maintenance of Application Systems

Development, Acquisition, Implementation, and Maintenance of Application Systems Development, Acquisition, Implementation, and Maintenance of Application Systems Part of a series of notes to help Centers review their own Center internal management processes from the point of view of

More information

Employee Recruitment/Onboarding/Performance Management Software Solution

Employee Recruitment/Onboarding/Performance Management Software Solution 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Scope of Work I. Scope of Solicitation II. Instructions to Offerors III. Scope of Work / Specifications

More information

U.S. Department of Energy Human Resources and Administration Home Page http://www.hr.doe.gov/ig

U.S. Department of Energy Human Resources and Administration Home Page http://www.hr.doe.gov/ig The Office of Inspector General wants to make the distribution of its reports as customer friendly and cost effective as possible. Therefore, this report will be available electronically through the Internet

More information

STATE OF NEW YORK. Office of the Inspector General Metropolitan Transportation Authority

STATE OF NEW YORK. Office of the Inspector General Metropolitan Transportation Authority STATE OF NEW YORK Office of the Inspector General Metropolitan Transportation Authority MTA/OIG #2009-15 Program Design Deficiencies in the MTA All-Agency Contractor Evaluation (ACE) Program Barry L. Kluger

More information

GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (GIDEP) REQUIREMENTS GUIDE

GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (GIDEP) REQUIREMENTS GUIDE GIDEP PUBLICATION 1 GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM (GIDEP) REQUIREMENTS GUIDE STATEMENT A APPROVED FOR PUBLIC RELEASE DISTRIBUTION UNLIMITED GOVERNMENT-INDUSTRY DATA EXCHANGE PROGRAM APRIL 2008

More information

Request for Proposals

Request for Proposals City of Sonora Request for Proposals City of Sonora Microenterprise Technical Assistance Program Lead Technical Assistance Consultant City of Sonora Community Development Department 94 N. Washington Street

More information

Decision. Sygnetics, Inc. Matter of: B-404535.5. File: Date: August 25, 2011

Decision. Sygnetics, Inc. Matter of: B-404535.5. File: Date: August 25, 2011 United States Government Accountability Office Washington, DC 20548 Comptroller General of the United States Decision Matter of: File: Sygnetics, Inc. Date: August 25, 2011 Tony Tarkowski for the protester.

More information

Small business contracts and surety. Risks and opportunities affecting small and large businesses

Small business contracts and surety. Risks and opportunities affecting small and large businesses Small business contracts and surety Risks and opportunities affecting small and large businesses Many surety customers are looking closely at small business contracts as a potential area of growth. This

More information

Contractor Performance Information

Contractor Performance Information Contractor Performance Information Guiding Principles The primary purpose of past performance evaluations is to ensure that accurate data on contractor performance is current and available for use in source

More information

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES

REQUEST FOR QUALIFICATIONS PROFESSIONAL ARCHITECTURAL SERVICES City of McHenry REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL SERVICES FOR THE City of McHenry Aquatics and Recreation Center Page 1 REQUEST FOR QUALIFICATIONS FOR PROFESSIONAL ARCHITECTURAL

More information

ARMY MENTOR-PROTÉGÉ PROGRAM FY 2015 Proposal Instructions

ARMY MENTOR-PROTÉGÉ PROGRAM FY 2015 Proposal Instructions ARMY MENTOR-PROTÉGÉ PROGRAM FY 2015 Proposal Instructions I. INTRODUCTION: (a) Approval Cycles: The Army Office of Small Business Programs intends to approve and fund Mentor-Protégé agreements in Fiscal

More information