LAV Armor-Metal Storage-Chassis Dynamometer

LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
REQUEST FOR PROPOSAL N69450-14-R-2214
TASK ORDER UNDER
SC/GA MEDIUM MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)
N69450-13-D-1761/1762/1763/1764/1765/1766
CONSTRUCT LAV ARMOR FACILITY/CONSTRUCT CLEARSPAN METALS STORAGE/
CHASSIS DYNAMOMETER FACILITY
MCLB ALBANY GA
24 JUNE 2014
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
TABLE OF CONTENTS
PART 1
PROPOSAL DOCUMENTS
SECTION 00010
SECTION 00100
SECTION 00600
SECTION 00601
SECTION 00700
SECTION 00800
REQUEST FOR PROPOSAL (DD1155)
INSTRUCTIONS TO OFFERORS
REPRESENTATIONS & CERTIFICATIONS
BID BONDS
CONTRACT CLAUSES
DAVIS-BACON WAGE DETERMINATION
ATTACHMENTS
ATTACHMENT A
ATTACHMENT B
ATTACHMENT C
Pre-Proposal Inquiry Log
AMAG form
Base Access Pass Registration form SECNAV 5512/1
PARTS 2-6
INCLUDES THREE SEPARATE PACKAGES FOR THE FOLLOWING
PROJECTS:
WO 714802 Construct LAV Armor Facility
WO 714807 Construct Clearspan Metals Storage
WO 1343131 Chassis Dynamometer Facility
PART 2
PART 2A
PART 3
PART 4
GENERAL REQUIREMENTS
PROJECT-SPECIFIC GENERAL REQUIREMENTS
STATEMENT OF WORK / PROJECT PROGRAM
MINIMUM MATERIALS, ENGINEERING AND CONSTRUCTION
REQUIREMENTS
PRESCRIPTIVE TECHNICAL SPECIFICATIONS – NOT USED
ATTACHMENTS
PART 5
PART 6
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
DD1155 Page 2
SCHEDULE OF SUPPLIES/SERVICES
The offeror agrees to perform the work required at the proposed Firm Fixed Price specified
below in strict accordance with the terms and conditions and regulatory requirements of this
solicitation, as well as those specified in the original contract against which this task order will
be issued, if this offer is accepted by the Government in writing within 90 calendar days after the
date offers are due. Proposal should include all labor, equipment, materials, lower-tier
subcontractors, and supplies necessary to complete the activities specified in the solicitation.
The offeror agrees to furnish any required performance and payment bonds.
ITEM NO
SCHEDULE OF SUPPLIES/SERVICE
AMOUNT
CLIN 0001
Design and construction of a LAV Armor Facility at
MCLB Albany, GA, in accordance with Work Order
714802 included in the Request For Proposal.
$________________
Estimated construction cost for CLIN 0001 is between
$500,000 and $1,000,000.
CLIN 0002
Design and construction of a Clear Span Metals Storage, $________________
Building 2203 at MCLB Albany, GA, in accordance with
Work Order 714807 included in the Request For Proposal.
Estimated construction cost for CLIN 0002 is between
$500,000 and $1,000,000.
.
CLIN 0003
The Procurement and installation of a Chassis
Dynamometer only at MCLB Albany, GA, in accordance
with Work Order 1343131 included in the Request For
Proposal.
$________________
Estimated construction cost for CLIN 0003 is between
$500,000 and $1,000,000.
CLIN 0004
Design and construction of a Chassis Dynamometer
Facility only at MCLB Albany, GA in accordance with
Work Order 1343131 included in the Request For
Proposal.
$________________
Estimated construction cost for CLIN 0004 is between
$500,000 and $1,000,000.
All post award submittals, correspondence, contact, etc. shall be directed to the office identified
in Block 7 of the DD Form 1155. Specific point of contact is:
(name and contact info to be completed at time of award)
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
SECTION 00100
RFP N69450-14-R-2214
INSTRUCTIONS TO OFFERORS
I. GENERAL INFORMATION
All terms and conditions of Section 00100 of the MACC N6945013D1761/1762/1763/1764/1765/1766
Indefinite Delivery Quantity Contract apply to this solicitation with the exception of the following
changes:
A. INTRODUCTION
This procurement is restricted to the following SC/GA Medium MACC holders:
Brady-Fluor, LLC (N69450-13-D-1761)
Drace Anderson Joint Venture (N69450-13-D-1762)
GFP-Yates, JV (N69450-13-D-1763)
Group III Mgt, LLC (N69450-13-D-1764)
Leebcor Services, LLC (N69450-13-D-1765)
Old Veteran Construction, Inc. (N69450-13-D-1766)
This is a directed solicitation, directed to the six MACC holders only. An automated message
was delivered to the person(s) whose email address is on file with NECO for each MACC
holder. It is up to each contractor to ensure these points of contact are kept up to date. The
RFP is not available on FedBizOpps.
Amendments will be posted directly to NECO. The posting of amendments generates an
automated message to the contractor’s point of contact listed in NECO, alerting them to the
posting.
All documentation applicable to this solicitation is available on NECO. All postings will be made
to NECO, such as the pre-proposal inquires (PPI) log, revised drawings, etc., under the
Additional Documents section of the RFP. Postings to the Additional Documents section DO
NOT generate an automated email to contractors. It is recommended contractors check the
Additional Documents section of the RFP periodically to see if additional postings have been
made. It is the contractor’s responsibility to check NECO for all postings.
Due to size of some files, drawings and specifications, and other documents may be provided
by other means. In these cases the MACC holders will be provided specific guidance. It is the
MACC holders responsibility to check email to ensure they do not miss directions on how to
obtain documents that are not transmitted via email.
B. SITE VISIT
All MACC holders are invited to attend the Pre-Proposal Conference and Site Visit for the
project. Firms participating in the Pre-Proposal Conference and site visit will not be directly
compensated for their participation. Please see clause 52.236-27 Site Visit (Construction) (Feb
1995) – Alternate I (Feb 1995) for site visit details.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
C. PRE-PROPOSAL INQUIRIES (PPI)
All inquiries must be submitted in writing and received by the Contract Specialist by 16 JULY
2014 in order to permit adequate time to reply to the inquiry. Submit all questions to
[email protected].
Use of the PPI Log template is required. A blank PPI Log is provided as Attachment A to this
solicitation and is posted in NECO. Individual replies will not be made to contractors submitting
PPIs. As answers become available, replies to PPIs will be made by posting a PPI log to NECO
under the Additional Documents section of the RFP. Numerous updated PPI logs may be
posted throughout the procurement process. It is recommended contractors check the NECO
Additional Documents section of the RFP periodically to see if additional postings have been
made. It is the contractor’s responsibility to check NECO for all postings.
D. PROPOSAL SUBMISSION INSTRUCTIONS
1. Proposal due date: July 25, 2014, 2:00 p.m. Eastern Time
2. Proposals not received by the time and date specified shall be treated in accordance
with FAR 52.215-1 “Instructions to Offerors – Competitive Acquisitions” and may be rejected.
The Offeror’s proposal must include all data and information required and must be submitted in
accordance with these instructions. The Offeror shall be compliant with the requirements as
stated herein, for non-conformance may result in your proposal being rejected as nonresponsive.
3. In response to this Request for Proposal, the complete proposal shall include the
Price Proposal only, submitted as follows:
a. The Price Proposal shall be submitted in a 3-ring binder, in sealed envelope/box.
All pages shall be numbered and binder shall be appropriately tabbed, conforming to the
proposal submittal requirements’ structure for each evaluation factor.
b. Submit one original, one copy and one electronic copy (CD format) of the Price
Proposal. Pricing does not need to be included in the electronic copy of the price proposal.
Price Proposal shall be labeled: “PRICE PROPOSAL FOR RFP N69450-14-R-2214, LAV
ARMOR-METAL STORAGE-CHASSIS DYNAMOMETER, MCLB ALBANY,GA ATTN:
FREDERICK VANLUIT, IPT-SC; DO NOT OPEN IN MAIL ROOM”.
c. Offeror’s shall include the following information with their price proposal:
Authorized negotiator’s (POC) name
POC telephone number
POC email address
CAGE code
DUNS number (for the offeror and each entity making up the offeror)
TIN (taxpayer ID number)
It is recommended that a second POC and email address also be submitted with the price
proposal.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
d. Proposal Delivery Information:
(i) Courier or Hand Delivery:
If using a Courier Service or hand delivering proposals, offerors shall submit the proposal via to
Building 135 Ajax, Rear Entrance the following address located at the corner of Yorktown and
Langley (the main entrance faces the parking lot):
NAVAL FACILITIES ENGINEERING COMMAND SOUTHEAST
ATTN: FREDERICK VANLUIT
BLDG. 135N, N AJAX ST
NAVAL AIR STATION
JACKSONVILLE, FL 32212-0030
(a) If you are hand delivering your proposal and do not already have a vehicle
pass to access the base, you MUST submit an AMAG form, Attachment B, for the individual
who will be "driving a vehicle" onto the base, and any passengers. Forms must be submitted via
email as an attachment no later than three working days prior to the closing date/time and
forwarded to Frederick VanLuit at [email protected] An AMAG form has been uploaded to
NECO under the Additional Documents section.
(b) Submission of an AMAG form is no guarantee you will be able to get on the
base. If for any reason you get to the gate and are not allowed onto the base (even if you have
submitted an AMAG form), you will need to find another way to get your proposal delivered.
Government personnel may not be able to sponsor you on base to deliver your proposal.
Ultimately, it is the contractor's responsibility to ensure timely proposal submission to the
specified location. Due to heightened security, it is recommended that you allow additional,
sufficient time to get into the building and turn in your proposal.
(c) The submitted AMAG form is only good for the proposal due date. If the due
date is extended, the government will change the submitted AMAG form to reflect the new
proposal submission date. Submission of a new AMAG form is not necessary. However, if any
other information listed on a submitted AMAG form changes (name, driver license information,
address etc.), please submit a new AMAG form with the updated information.
(d) VEHICLES WITHOUT A PASS WILL NOT BE PERMITTED ON THE BASE.
PASS REQUESTS RECEIVED AFTER THE DEADLINE WILL NOT BE ACCEPTED. VEHICLE
DRIVERS MUST STOP AT THE SECURITY AND PASS OFFICE TO OBTAIN THEIR PASS.
(e) Please arrive early as it may take some time to get the base pass. The Pass
and ID Office is located at the Main Gate, Yorktown Gate, 1st building on your right.
(f) Be advised that ALL visitors entering NAS Jacksonville are subject to a
background investigation. Visitors must complete the Base Access Pass Registration form
SECNAV 5512/1, Attachment C and give to the Security Personnel at the Pass and ID office.
Visitors must also bring acceptable identification documents as specified on the Base Access
Pass Registration form, as well as vehicle registration and proof of insurance. Visitors may be
asked to fill out additional paperwork. If the visitor refuses the investigation, they will be denied
access to the base. All visitors MUST know the name of the command they are visiting and
MUST provide the last six numbers of their SSN to the security clerk at the Pass & ID window.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
(ii) U.S. Mail
If mailing proposals via U.S. Mail, offerors must use the following address:
NAVAL FACILITIES ENGINEERING COMMAND SOUTHEAST
ATTN: FREDERICK VANLUIT
P.O. BOX 30, BLDG. 135N, N AJAX ST
NAVAL AIR STATION
JACKSONVILLE, FL 32212-0030
II. ACQUISITION/PROJECT INFORMATION
A. DESCRIPTION OF ACQUISITION
1. This acquisition will result in the award of a Firm-Fixed Price (FFP) Design/Build task
order for construction.
2. Brief Description of Work to be performed:
CLIN 0001 – Construct one pre-engineered clear span structure approximately 6,000 square
feet (60’x100’) with clearance height of 16 feet. Clear span shall be free standing and erected
over existing concrete paved area. A standing seam low slope metal roof, end walls, fascia,
gutter, and downspouts shall be provided on a rigid frame structure on approximate 25 feet
spacing with steel purlins. Side walls shall be designed with capability of mounting future wall
curtains. Remove existing concrete pavement as necessary to install the rigid frame column
structural foundation on adequate subgrade. Demolish existing sunscreens that are designated
Building 2274. Supply electrical power on all columns to provide power for equipment. High bay
LED lighting shall be provided. A new electrical panel shall be provided at the clear span to
support these requirements. The clear span shall also be protected by a fire suppression, alarm,
detection, and mass notification systems that are tied to the existing base-wide system. A water
cooler and eye wash station shall be provided.
CLIN 0002 – Construct one pre-engineered clear span structure approximately 6,500 square
feet (68’ x 95’) with clearance height of 16 feet. Clear span shall be free standing and erected
over existing concrete paved area. A standing seam low slope metal roof, fascia, gutter, and
downspouts shall be provided on a rigid frame structure on approximate 25 feet spacing with
steel purlins. End walls and side walls shall be designed with capability of mounting future wall
curtains. Remove existing concrete pavement as necessary to install the rigid frame column
structural foundation on adequate subgrade. The existing sunscreen structure shall be removed.
Supply electrical power on four columns to provide power for equipment. High bay LED lighting
shall be provided. A new electrical panel shall be provided at the clear span to support these
requirements. The clear span shall also be protected by a fire suppression, alarm, detection,
and mass notification systems that are tied to the existing base-wide system.
CLIN 0003 – Provide and install a Chassis Dynamometer with five drive axles capable of testing
the entire Mine-Resistant Ambush Protected) MRAP family of vehicles to include the Logistics
Vehicle System Replacement (LVSR) vehicle as well as the MTVR family of vehicles, M-ATV
and HMWWV vehicles. The Chassis Dynamometer technical requirements are provided in Part
6 Attachments. Contractor shall select the dynamometer during the submittal process and
submit equipment cut sheets as part of the project proposal. Equipment selected shall be fully
incorporated into the facility design package. The contractor shall include all equipment
procurement and installation costs in this CLIN.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
CLIN 0004 – The contractor shall design and construct a pre-engineered metal building to
house the Chassis Dynamometer equipment. Approximate dimensions of the facility are a 25 ft
by 60 ft dynamometer bay with an 8 ft by 6 ft control room. General facility requirements are
included in this RFP, however, the contractor shall be responsible for providing a facility which
meets all of the requirements of the dynamometer chosen for installation in the facility with
regard to clearances, power, structural, plumbing, HVAC, fire protection, communications, and
other requirements. New Chassis Dynamometer building shall include an open bay for the
dynamometer with a 14’ w x 16’ h roll-up door and personnel door at each end of the drivethrough facility Dynamometer bay shall have 16 foot clear height floor to ceiling, or as needed
for vehicle clearance through testing facility with exhaust system installed. The dynamometer
bay shall have a recessed pit for the dynamometer equipment and tie-down anchors. A
separate control room with view window shall be accessible from the dynamometer bay. A
concept floor plan is provided in Part 6 Attachments. Facility shall be an insulated preengineered metal building with low slope roof, gutters and downspouts on a raised concrete
slab. Building shall match surrounding industrial facilities with regard to color and finish. Facility
shall be supplied with 110 volt three phase and 440/460 three phase electrical power as needed
to support electric doors, equipment, heaters, fans, lighting and all other appurtenances
requiring power. Facility shall be heated by radiant heaters and ventilated for the dynamometer
bay and separate HVAC system for the control room. The contractor shall provide heavy duty
concrete pavement and ramps to provide facility access to both roll-up doors and personnel
doors on the facility. The contractor shall provide all needed utility connections including water,
industrial waste sewer, electrical, compressed air, and storm sewer. The contractor shall reroute utilities as needed to keep all existing underground utilities a minimum of 10 feet from
foundation. Contractor to provide all site investigation, design, labor, materials, equipment to
provide a complete and useable facility in accordance with this RFP, UFCs, and state and
federal regulations. Contractor shall supply a concept site plan with proposal showing building
orientation, proposed utility connections, and extent of concrete pavement. Base plans showing
approximate locations of known, active underground utilities are provided in Part 6,
Attachments, Underground Utilities. Additional abandoned utilities exist throughout the base and
may be encountered during excavations.
3. The CLIN descriptions are as follows:
CLIN 0001 - Design and construction of a LAV Armor Facility at MCLB Albany, GA, in
accordance with Work Order 714802 included in the Request For Proposal.
CLIN 0002 - Design and construction of a Clear Span Metals Storage, Building 2203 at MCLB
Albany, GA, in accordance with Work Order 714807 included in the Request For
Proposal.
CLIN 0003 - The Procurement and installation of a Chassis Dynamometer only at MCLB
Albany, GA, in accordance with Work Order 1343131 included in the Request For
Proposal.
CLIN 0004 - Design and construction of a Chassis Dynamometer Facility only at MCLB Albany,
GA in accordance with Work Order 1343131 included in the Request For
Proposal.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
4. Completion dates as follows:
CLINS 0001–0004: All projects will have a maximum duration of 365 calendar days. The days
are figured from date of task order award, which includes the initial 15 days allowed for mailing
of the task order award, submission and approval of insurance, bonding and other requirements
set forth in the task order/MACC.
5. Project Magnitude:
CLIN 0001 – Estimated construction cost is between $500,000 and $1,000,000.
CLIN 0002 – Estimated construction cost is between $500,000 and $1,000,000.
CLIN 0003 – Estimated construction cost is between $500,000 and $1,000,000.
CLIN 0004 – Estimated construction cost is between $500,000 and $1,000,000.
6. The Government intends to award a contract resulting from this solicitation to the
responsible offeror whose proposal offers the lowest price.
7. This acquisition will be restricted to the SC/GA Medium MACC awardees only:
Brady-Fluor, LLC (N69450-13-D-1761), Drace Anderson Joint Venture (N69450-13-D-1762),
GFP-Yates, JV (N69450-13-D-1763), Group III Mgt, LLC (N69450-13-D-1764), Leebcor
Services, LLC (N69450-13-D-1765), and Old Veteran Construction, Inc. (N69450-13-D-1766).
III. EVALUATION
A. BASIS FOR AWARD
1. The Government reserves the right to eliminate from consideration for award any or
all offers at any time prior to award of the task order; to negotiate with offerors in the competitive
range; and to award the task order to the offeror submitting the lowest price.
2. The Government intends to evaluate proposals and award a task order without
discussions with offerors (except clarifications as described in FAR 15.306(a)). The
Government reserves the right to conduct discussions if the Contracting Officer later determines
them to be necessary.
3. Best value is expected to result from selection of the proposal with the lowest
evaluated total price for all CLINS . Award will be made to the responsible offeror whose
proposal offers the lowest total evaluated price for CLINS 0001 – 0004 combined.
B. SUBMITTAL REQUIREMENTS AND BASIS OF EVALUATION
1. The solicitation requires the evaluation of price only.
2. Award will be made on the basis of the lowest total evaluated price for CLINS 0001-0004
combined.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
3. Submittal Requirements and Basis of Evaluation for Price Factor. Provide one
original and one copy of the submittal requirements identified below:
(a) Solicitation Submittal Requirements:
(i) Executed DD1155. Offerors shall insert their company name, address, DUNS
Number, CAGE code, and telephone number in Block #9, complete Block #16 (name of
contractor; signature; typed name and title; date signed), and insert price for CLINS 0001 -0004
in the Schedule of Supplies/Services. Price shall be considered available for award for 90
calendar days from the proposal due date.
(ii) Provide bid bond (SF-24) in the amount of 20% of your total bid price or
$3,000,000, whichever amount is less, see Section 00601.
(iii) Acknowledgement of all amendments, if applicable.
(iv) The offeror shall ensure current registration on the SAM Website,
www.sam.gov. The offeror shall ensure the Representations and Certifications section via SAM
and Section 00600 of the RFP are complete and updated for this procurement. If a representation
or certification required by Section 00600 of the RFP is not provided in SAM, include the
representation or certification in your price proposal.
(v) Ensure Federal Awardee Performance and Integrity Information System
(FAPIIS) Certification as required by FAR 52.209-7, Information Regarding Responsibility Matters
(July 2013).
Note: The bid bond and SAM registration must be in the name/CAGE/DUNS of the offeror
identified on the SF1155.
(b) Basis of Evaluation: The Government will evaluate price based on the total
price. Total price consists of CLINS 0001 – 0004. Analysis will be performed by one or more of
the following techniques to ensure a fair and reasonable price:
(i)
(ii)
(iii)
(iv)
Comparison of proposed prices received in response to the RFP.
Comparison of proposed prices with the IGE.
Comparison of proposed prices with available historical information.
Comparison of market survey results.
52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment
Opportunity for Construction (Feb 1999)
(a) The offeror’s attention is called to the Equal Opportunity clause and the Affirmative Action
Compliance Requirements for Construction clause of this solicitation.
(b) The goals for minority and female participation, expressed in percentage terms for the
Contractor’s aggregate workforce in each trade on all construction work in the covered area, are
as follows:
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
Goals for Minority Participation for Each Goals for Female Participation for Each
Trade
Trade
32.1%
6.9%
These goals are applicable to all the Contractor’s construction work performed in the covered
area. If the Contractor performs construction work in a geographical area located outside of the
covered area, the Contractor shall apply the goals established for the geographical area where
the work is actually performed. Goals are published periodically in the Federal Register in notice
form, and these notices may be obtained from any Office of Federal Contract Compliance
Programs office.
(c) The Contractor’s compliance with Executive Order 11246, as amended, and the regulations
in 41 CFR 60-4 shall be based on
(1) its implementation of the Equal Opportunity clause,
(2) specific affirmative action obligations required by the clause entitled “Affirmative
Action Compliance Requirements for Construction,’’ and
(3) its efforts to meet the goals.
The hours of minority and female employment and training must be substantially uniform
throughout the length of the contract, and in each trade. The Contractor shall make a good faith
effort to employ minorities and women evenly on each of its projects. The transfer of minority or
female employees or trainees from Contractor to Contractor, or from project to project, for the
sole purpose of meeting the Contractor’s goals shall be a violation of the contract, Executive
Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will
be measured against the total work hours performed.
(d) The Contractor shall provide written notification to the Deputy Assistant Secretary for
Federal Contract Compliance, U.S. Department of Labor, within 10 working days following
award of any construction subcontract in excess of $10,000 at any tier for construction work
under the contract resulting from this solicitation. The notification shall list the -(1) Name, address, and telephone number of the subcontractor;
(2) Employer’s identification number of the subcontractor;
(3) Estimated dollar amount of the subcontract;
(4) Estimated starting and completion dates of the subcontract; and
(5) Geographical area in which the subcontract is to be performed.
(e) As used in this Notice, and in any contract resulting from this solicitation, the “covered area”
is Dougherty County, Albany, Georgia.
(End of Provision)
52.236-27 Site Visit (Construction) (Feb 1995) – Alternate I (Feb 1995)
(a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and
Conditions Affecting the Work, will be included in any contract awarded as a result of this
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where
the work will be performed.
(b) An organized site visit has been scheduled for Wednesday, 9 July 2014 at 10:30 AM (EST).
(c) Participants will meet at:
I&E Conference Room, Room #119, Building 5501 Walker Avenue, at MCLB Albany, GA
Site Visit/Base Access Instructions:
The Pre-proposal meeting will be held at the I&E Conference Room, Room #119, Building 5501
Walker Avenue, at MCLB Albany, GA on Wednesday, July 9, 2014 at 10:30 PM EST. Point of
contact is Patty Morgans (229) 639-5603 [email protected].
No forms are needed. Full names and company names must be submitted to
[email protected] no later than 07 July 2014. Please note that all visitors must enter
through the Main Gate on Fleming Road after stopping at Building 3010 which is the building
OUTSIDE of the Main Gate. Attendees should arrive no later than 9:00 AM EST to obtain a day
pass at the Pass & ID Section, Building 3010. To obtain this pass you must present a valid
driver's license/identification, proof of vehicle insurance, and vehicle registration. If rental car
you must present the rental agreement. Attendees will remain at Building 3010 until a
Government sponsor arrives to escort them to Building 5501.
(End of Provision)
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
SECTION 00600 REPRESENTATIONS & CERTIFICATIONS
All terms and conditions of Section 00600 of the MACC N69450-13-D1761/1762/1763/1764/1765/1766 Indefinite Delivery Quantity Contract apply to this solicitation.
Ensure that you have completed/updated your Annual Representations and Certifications on
SAM Website, www.sam.gov. Any changes provided by the offeror applicable to this solicitation
only shall be identified in accordance with DFARS 252.204-7007.
THE FOLLOWING PROVISIONS ALSO APPLY:
52.209-7 Information Regarding Responsibility Matters (Jul 2013)
(a) Definitions. As used in this provision—
“Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order
to make a determination of fault or liability (e.g., Securities and Exchange Commission
Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed
Services Board of Contract Appeals Proceedings). This includes administrative proceeding at
the Federal and State level but only in connection with performance of a Federal contract or
grant. It does not include agency actions such as contract audits, site visits, corrective plans, or
inspection of deliverables.
“Federal contracts and grants with total value greater than $10,000,000” means—
(1) The total value of all current, active contracts and grants, including all priced options;
and
(2) The total value of all current, active orders including all priced options under
indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and
delivery and multiple-award Schedules).
“Principal” means an officer, director, owner, partner, or a person having primary management
or supervisory responsibilities within a business entity (e.g., general manager; plant manager;
head of a division or business segment; and similar positions).
(b) The offeror [_] has [_] does not have current active Federal contracts and grants with total
value greater than $10,000,000.
(c) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by
submission of this offer, that the information it has entered in the Federal Awardee Performance
and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of
submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five
years, in connection with the award to or performance by the offeror of a Federal
contract or grant, been the subject of a proceeding, at the Federal or State level that
resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
(ii) In a civil proceeding, a finding of fault and liability that results in the payment
of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or
more.
(iii) In an administrative proceeding, a finding of fault and liability that results in—
(A) The payment of a monetary fine or penalty of $5,000 or more; or
(B) The payment of a reimbursement, restitution, or damages in excess of
$100,000.
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by
consent or compromise with an acknowledgment of fault by the Contractor if the
proceeding could have led to any of the outcomes specified in paragraphs
(c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed
in (c)(1) of this provision, whether the offeror has provided the requested information
with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this
provision in FAPIIS as required through maintaining an active registration in the System for
Award Management database via https://www.acquisition.gov (see 52.204-7).
(End of provision)
252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID
DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—
FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014)
(a) In accordance with sections 8113 and 8114 of the Department of Defense
Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans
Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J),
none of the funds made available by those divisions (including Military Construction funds) may
be used to enter into a contract with any corporation that—
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax liability, where
the awarding agency is aware of the unpaid tax liability, unless the agency has considered
suspension or debarment of the corporation and made a determination that this further action is not
necessary to protect the interests of the Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the preceding
24 months, where the awarding agency is aware of the conviction, unless the agency has considered
suspension or debarment of the corporation and made a determination that this action is not
necessary to protect the interests of the Government.
(b) The Offeror represents that—
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been
assessed, for which all judicial and administrative remedies have been exhausted or have lapsed,
and that is not being paid in a timely manner pursuant to an agreement with the authority responsible
for collecting the tax liability,
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a
Federal law within the preceding 24 months.
(End of provision)
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
SECTION 00601 - BONDS
***** A BID BOND (WITH ORIGINAL SIGNATURE) MUST BE SUBMITTED WITH THE BID IF
BID AMOUNT EXCEEDS $150,000.*****
INSTRUCTIONS TO OFFERORS: REFERENCE STANDARD FORM 24 "BID BOND"
1. The name and address of the Principal as well as the signature of the Principal shall be identical
to those on the Department of Defense Form 1155, "Order for Supplies or Services " (DD 1155).
2. The date the Bond is executed must be on or before bid opening date. You must indicate your
type of organization and State of incorporation, if applicable.
3. The Surety block shall show the same address as is published in the Department of Treasury
Circular. Also, include a telephone number.
4. The Bid Bond must be 20% of the offeror’s total bid price for the project or $3,000,000,
whichever amount is less. (FAR 52.228-1 Bid Guarantee)
5. The Principal's signature shall be identical to that on the DD 1155, with the typed or printed
name entered below. If applicable, imprint with the Corporate Seal.
6. If using individual Sureties, see FAR 28.203 and FAR clause 52.228-11, Pledges of Assets, for
acceptability of individual sureties. Attach executed Standard Form 28 "Affidavit of Individual
Sureties" for each surety.
7. If using corporate Surety, enter the Branch address, the State of incorporation and liability
amount. Enter the typed or printed name and title below; imprint with Corporate Seal. Attach a
Power of Attorney to the Payment Bond.
8. In the Bid Identification section, insert both your firm’s IDIQ contract number and the Work
Order Number in the block entitled “INVITATION NO.”. In the block following the “FOR” block,
insert the project title.
PERFORMANCE & PAYMENT BONDS
***** A PERFORMANCE AND PAYMENT BOND (WITH ORIGINAL SIGNATURE) MUST BE
SUBMITTED WITHIN 15 DAYS OF CONTRACT AWARD.*****
INSTRUCTIONS TO OFFERORS: REFERENCE STANDARD FORM 24 "BID BOND"
1. The name and address of the Principal as well as the signature of the Principal shall be identical
to those on the Department of Defense Form 1155, "Order for Supplies or Services " (DD 1155).
2. You must indicate your type of organization and State of incorporation, if applicable.
3. The beneficiary must be identified.
4. The Surety block shall show the same address as is published in the Department of Treasury
Circular. Also, include a telephone number.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
5. The Bond must be 100% of the contract award amount. (FAR 52.228-15 Performance and
Payment Bonds)
6. The Principal's signature shall be identical to that on the DD 1155, with the typed or printed
name entered below. If applicable, imprint with the Corporate Seal.
7. If using individual Sureties, see FAR 28.203 and FAR clause 52.228-11, Pledges of Assets, for
acceptability of individual sureties. Attach executed Standard Form 28 "Affidavit of Individual
Sureties" for each surety.
8. If using corporate Surety, enter the Branch address, the State of incorporation and liability
amount. Enter the typed or printed name and title below; imprint with Corporate Seal. Attach a
Power of Attorney to the Payment Bond.
9. In the Bid Identification section, insert both your firm’s IDIQ contract number and the Project
Number in the block entitled “INVITATION NO.”. In the block following the “FOR” block, insert the
project title.
52.228-1 – BID GUARANTEE (Sep 1996)
(a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening
of bids, may be cause for rejection of the bid.
(b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond
supported by good and sufficient surety or sureties acceptable to the Government, postal
money order, certified check, cashier’s check, irrevocable letter of credit, or, under Treasury
Department regulations, certain bonds or notes of the United States. The Contracting Officer will
return bid guarantees, other than bid bonds -(1) To unsuccessful bidders as soon as practicable after the opening of bids; and
(2) To the successful bidder upon execution of contractual documents and bonds
(including any necessary coinsurance or reinsurance agreements), as required by the
bid as accepted.
(c) The amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000,
whichever is less.
(d) If the successful bidder, upon acceptance of its bid by the Government within the period
specified for acceptance, fails to execute all contractual documents or furnish executed bond(s)
within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the
contract for default.
(e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring
the work that exceeds the amount of its bid, and the bid guarantee is available to offset the
difference.
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
5252.228-9302 Bid Guarantee (OCT 2004)
To assure the execution of the contract and the performance and payment bonds, each
bidder/offeror shall submit with its bid/offer a guarantee bond (Standard Form 24) executed by a
surety company holding a certificate of authority from the Secretary of the Treasury as an
acceptable surety, or other security as provided in FAR Clause 52.228-1, "Bid Guarantee".
Security shall be in a penal sum equal to at least 20 percent of the largest amount for which
award can be made under the bid submitted, but in no case to exceed $3,000,000. A copy of
the agent’s authority to sign bonds for the surety company shall accompany the bid guarantee
bond.
(End of provision)
5252.228-9305 Notice of Bonding Requirements (DEC 2000)
(a) Within __15___ days after receipt of award, the bidder/offeror to whom the award is made
shall furnish the following bond(s) each with satisfactory security:
X
A Performance Bond (Standard Form 25). The performance bond shall be in a
penal sum equal to 100% percent of the contract price.
X
A Payment Bond (Standard Form 25A). The payment bond shall be in a penal
sum equal to 100% of the contract price.
(b) Any surety company holding a certificate of authority from the Secretary of Treasury
as an acceptable Surety on Federal bonds will be accepted. Individual sureties will be
permitted as prescribed in FAR 28.203 and FAC 5252.228-9300. Alternative
types of security in lieu of furnishing sureties on performance and/or payment bonds will be
permitted as prescribed in FAR 28.204, and will be held for at least one year after the
completion of the contract. Additional bond security may be required as prescribed in FAR
52.228-2. Bonds shall be accompanied by a document authenticating the agent’s authority to
sign bonds for the surety company.
(c) The contract time for purposes of fixing the completion date, default, and liquidated
damages shall begin to run 365 days from the date of award, regardless of when performance
and payment bonds or deposits in lieu of surety are executed.
(End of clause)
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
SECTION 00700 - CONTRACT CLAUSES
All terms and conditions of Section 00700 of the MACC N69450-13-D1761/1762//1763/1764/1765/1766 Indefinite Delivery Indefinite Quantity Contract apply to this
solicitation including the following:
52.211-10 Commencement, Prosecution, and Completion of Work (Apr 1984)
The Contractor shall be required to
(a) commence work under this task order within fifteen (15) calendar days after the date of Task
Order Award,
(b) prosecute the work diligently, and
(c) complete the entire work ready for use not later than 365 calendar days from date of Task
Order Award.
The time stated for completion shall include final cleanup of the premises.
(Note: task order award is considered notice to proceed)
(End of Clause)
52.211-12 Liquidated Damages -- Construction (Sept 2000)
(a) If the Contractor fails to complete the work within the time specified in the contract, the
Contractor shall pay liquidated damages to the Government in the amount of:
Item 0001
Item 0002
Item 0003
Item 0004
$250.00
$250.00
$250.00
$300.00
for each calendar day of delay until the work is completed or accepted.
(b) If the Government terminates the Contractor’s right to proceed, liquidated damages will
continue to accrue until the work is completed. These liquidated damages are in addition to
excess costs of repurchase under the Termination clause.
(End of Clause)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)
(a)Definitions. As used in this clause—
Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely
identifies a unit, activity, or organization.
Document type means the type of payment request or receiving report available for creation in
Wide Area WorkFlow (WAWF).
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
Local processing office (LPO) is the office responsible for payment certification when payment
certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor
payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic
Submission
of Payment Requests and Receiving Reports.
(c)WAWF access. To access WAWF, the Contractor shall—
(1)Have a designated electronic business point of contact in the Central Contractor
Registration at https://www.acquisition.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures
for self-registration available at this Web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF WebBased Training Course and use the Practice Training Site before submitting payment requests
through WAWF. Both can be accessed by selecting the ``Web Based Training'' link on the
WAWF home page at https://wawf.eb.mil/.
(e) WAWF methods of document submission. Document submissions may be via Web entry,
Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor must use the following information when
submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).
----------------------------------------------------------------------To be completed at time of award.
(2) Inspection/acceptance location. The Contractor shall select the following
inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
----------------------------------------------------------------------To be completed at time of award.
(3) Document routing. The Contractor shall use the information in the Routing Data Table
below only to fill in applicable fields in WAWF when creating payment requests and receiving
reports in the system.
Routing Data Table*
-----------------------------------------------------------------------Field Name in WAWF
Data to be entered in WAWF
-----------------------------------------------------------------------Pay Official DoDAAC
To be filled in at time of award
Issue By DoDAAC
To be filled in at time of award
Admin DoDAAC
To be filled in at time of award
Inspect By DoDAAC
To be filled in at time of award
Accept By DoDAAC
To be filled in at time of award
LPO DoDAAC
To be filled in at time of award
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
-----------------------------------------------------------------------(4) Payment request and supporting documentation. The Contractor shall ensure a payment
request includes appropriate contract line item and subline item descriptions of the work
performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant
back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each
payment request.
(5) WAWF email notifications. The Contractor shall enter the email address identified below in
the ``Send Additional Email Notifications'' field of WAWF once a document is submitted in the
system.
----------------------------------------------------------------------To be completed at time of award.
(g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in
WAWF from the following contracting activity's WAWF point of contact.
----------------------------------------------------------------------To be completed at time of award.
(1) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of Clause)
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
SECTION 00800
DAVIS-BACON WAGE DETERMINATION
General Decision Number: GA140139 04/04/2014 GA139
Superseded General Decision Number: GA20130139
State: Georgia
Construction Type: Building
County: Dougherty County in Georgia.
Modification Number
0
1
Publication Date
01/03/2014
04/04/2014
BOIL0026-001 01/01/2013
Rates
BOILERMAKER......................
$ 24.91
---------------------------------------------------------------* ELEC1531-001 01/01/2014
Rates
ELECTRICIAN (Excluding Low
Voltage Wiring)..................
$ 20.45
---------------------------------------------------------------ENGI0474-001 07/01/2013
Rates
POWER EQUIPMENT OPERATOR:
Bobcat/Skid Steer/Skid
Loader, Bulldozer, and
Forklift (under 15 tons)....
$ 22.72
Crane (over 10 tons) and
Forklift (15 tons and over).
$ 24.55
Crane (over 120 tons).......
$ 25.55
Crane (over 250 tons).......
$ 26.55
Oiler.......................
$ 20.38
---------------------------------------------------------------PLUM0072-002 05/01/2013
Rates
PLUMBER/PIPEFITTER............... $ 29.90
---------------------------------------------------------------SHEE0085-009 08/01/2012
Rates
Fringes
19.69
Fringes
11.67
Fringes
12.30
12.30
12.30
12.30
12.30
Fringes
12.21
Fringes
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
SHEET METAL WORKER (HVAC Duct
Installation Only)...............
$ 29.34
---------------------------------------------------------------SUGA2012-046 08/11/2012
RFP N69450-14-R-2214
13.44
Rates
Fringes
BRICKLAYER.......................
$ 15.09
1.04
CARPENTER........................
$ 14.57
0.00
CEMENT MASON/CONCRETE FINISHER...$ 15.18
3.89
ELECTRICIAN (Low Voltage
Wiring)..........................
$ 16.81
6.54
ELEVATOR MECHANIC................ $ 19.38
7.53
IRONWORKER, REINFORCING..........$ 20.47
3.89
IRONWORKER, STRUCTURAL...........$ 24.04
9.26
LABORER: Common or General......$ 12.00
0.23
LABORER: Mason Tender - Brick... $ 9.00
0.00
LABORER: Pipelayer..............
$ 11.48
1.90
OPERATOR: Backhoe/Excavator.....$ 14.63
0.00
OPERATOR: Grader/Blade.......... $ 17.52
0.00
OPERATOR: Loader................
$ 8.00
0.00
PAINTER: Brush, Roller and
Spray............................ $ 16.00
3.13
ROOFER...........................
$ 14.48
0.00
SHEET METAL WORKER, Excludes
HVAC Duct Installation.....$ 18.03
0.00
TILE FINISHER....................
$ 10.31
0.00
TILE SETTER......................
$ 20.00
0.00
TRUCK DRIVER: Dump Truck........$ 10.00
1.33
TRUCK DRIVER: Lowboy Truck......$ 17.41
0.00
---------------------------------------------------------------WELDERS - Receive rate prescribed for craft performing
operation to which welding is incidental.
================================================================
Unlisted classifications needed for work not included within
the scope of the classifications listed may be added after
award only as provided in the labor standards contract clauses
(29CFR 5.5 (a) (1) (ii)).
--------------------------------------------------------------The body of each wage determination lists the classification
and wage rates that have been found to be prevailing for the
cited type(s) of construction in the area covered by the wage
determination. The classifications are listed in alphabetical
order of "identifiers" that indicate whether the particular
rate is union or non-union.
Union Identifiers
An identifier enclosed in dotted lines beginning with
characters other than "SU" denotes that the union
classification and rate have found to be prevailing for that
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
classification. Example: PLUM0198-005 07/01/2011. The first
four letters , PLUM, indicate the international union and the
four-digit number, 0198, that follows indicates the local union
number or district council number where applicable , i.e.,
Plumbers Local 0198. The next number, 005 in the example, is
an internal number used in processing the wage determination.
The date, 07/01/2011, following these characters is the
effective date of the most current negotiated rate/collective
bargaining agreement which would be July 1, 2011 in the above
example.
Union prevailing wage rates will be updated to reflect any
changes in the collective bargaining agreements governing the
rates.
0000/9999: weighted union wage rates will be published annually
each January.
Non-Union Identifiers
Classifications listed under an "SU" identifier were derived
from survey data by computing average rates and are not union
rates; however, the data used in computing these rates may
include both union and non-union data. Example: SULA2004-007
5/13/2010. SU indicates the rates are not union majority rates,
LA indicates the State of Louisiana; 2004 is the year of the
survey; and 007 is an internal number used in producing the
wage determination. A 1993 or later date, 5/13/2010, indicates
the classifications and rates under that identifier were issued
as a General Wage Determination on that date.
Survey wage rates will remain in effect and will not change
until a new survey is conducted.
---------------------------------------------------------------WAGE DETERMINATION APPEALS PROCESS
1.) Has there been an initial decision in the matter? This can be:
* an existing published wage determination
* a survey underlying a wage determination
* a Wage and Hour Division letter setting forth a position on
a wage determination matter
* a conformance (additional classification and rate) ruling
On survey related matters, initial contact, including requests
for summaries of surveys, should be with the Wage and Hour
Regional Office for the area in which the survey was conducted
because those Regional Offices have responsibility for the
Davis-Bacon survey program. If the response from this initial
contact is not satisfactory, then the process described in 2.)
and 3.) should be followed.
RFP N69450-14-R-2214
LAV Armor-Metal Storage-Chassis Dynamometer
MCLB Albany, GA
RFP N69450-14-R-2214
With regard to any other matter not yet ripe for the formal
process described here, initial contact should be with the
Branch of Construction Wage Determinations. Write to:
Branch of Construction Wage Determinations
Wage and Hour Division
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
2.) If the answer to the question in 1.) is yes, then an
interested party (those affected by the action) can request
review and reconsideration from the Wage and Hour Administrator
(See 29 CFR Part 1.8 and 29 CFR Part 7). Write to:
Wage and Hour Administrator
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
The request should be accompanied by a full statement of the
interested party's position and by any information (wage
payment data, project description, area practice material,
etc.) that the requestor considers relevant to the issue.
3.) If the decision of the Administrator is not favorable, an
interested party may appeal directly to the Administrative
Review Board (formerly the Wage Appeals Board). Write to:
Administrative Review Board
U.S. Department of Labor
200 Constitution Avenue, N.W.
Washington, DC 20210
4.) All decisions by the Administrative Review Board are final.
================================================================
END OF GENERAL DECISION