solicitation, offer, 1. solicitation no. 2. type of ......n40084-16-r-0001 page 3 of 78 section...

78
ACQR4002740 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION AT US NAVY SUPPORT FACILITY, DIEGO GARCIA, BRITISH INDIAN OCEAN TERRITORY (B.I.O.T.) NAICS: 236220 Size Standard: $36.5 Million Maximum dollar amount for all contracts combined is $240,000,000. Estimated Task Order range is $150,000 to $50,000,000 Minimum Guarantee is $100,000 Offerors must demonstrate a minimum aggregate bonding capacity of $75 million to allow for the management of multiple, concurrent projects at the higher dollar magnitude w ithin the task order price range. GENERAL DESCRIPTION: This acquisition w ill result in the aw ard of a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Aw ard Construction Contract (MACC). Description of w ork continues on Section 00800. Note: Proposal due date shown in Block 13A shall be Japan Standard Time. RAYMOND P. GLORIA 046-816-1643 NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS NEGOTIATED 03-Nov-2016 (RFP) (IFB) X CALL: B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) See Item 7 2. TYPE OF SOLICITATION SEALED BID 3. DATE ISSUED 9. FOR INFORMATION A. NAME SOLICITATION NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA FAR (48 CFR) 53.236-1(e) 11. The Contractor shall begin performance w ithin _______ 365 calendar days and complete it w ithin ________ calendar days after receiving aw ard, X notice to proceed. This performance period is X mandatory, negotiable. (See _________________________ Each TaskOrder 12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.) X YES NO 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and __________ 3 copies to perform the w ork required are due at the place specified in Item 8 by ___________ local time ______________ 05 Dec 2016 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. B. An offer guarantee X is, is not required. C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Offers providing less than _______ 120 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected. SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 7. ISSUED BY CODE NAVFAC FAR EAST CORE EXECUTION TEAM PSC 473 BOX 13 FPO AP 96349-0013 N40084 PAGE OF PAGES 1 OF CODE (Title, identifying no., date): .) 12B. CALENDAR DAYS 15 02:00 PM (hour) Sealed envelopes containing offers 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. 8. ADDRESS OFFER TO (If Other Than Item 7) FAX: TEL: TEL: FAX: N40084-16-R-0001 78

Upload: others

Post on 03-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • ACQR4002740

    INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) UNRESTRICTED MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION AT US NAVY SUPPORT FACILITY, DIEGO GARCIA, BRITISH INDIAN OCEAN TERRITORY (B.I.O.T.)

    NAICS: 236220 Size Standard: $36.5 MillionMaximum dollar amount for all contracts combined is $240,000,000.Estimated Task Order range is $150,000 to $50,000,000Minimum Guarantee is $100,000

    Offerors must demonstrate a minimum aggregate bonding capacity of $75 million to allow for the management of multiple, concurrent projects at the higher dollar magnitude w ithin the task order price range.

    GENERAL DESCRIPTION:This acquisition w ill result in the aw ard of a Firm Fixed Price (FFP), Indefinite Delivery Indefinite Quantity (IDIQ), Multiple Aw ard Construction Contract (MACC). Description of w ork continues on Section 00800.

    Note: Proposal due date show n in Block 13A shall be Japan Standard Time.

    RAYMOND P. GLORIA 046-816-1643

    NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".

    10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS

    NEGOTIATED03-Nov-2016

    (RFP)

    (IFB)

    X

    CALL:B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)

    See Item 7

    2. TYPE OF SOLICITATION

    SEALED BID

    3. DATE ISSUED

    9. FOR INFORMATION A. NAME

    SOLICITATION

    NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85)Prescribed by GSAFAR (48 CFR) 53.236-1(e)

    11. The Contractor shall begin performance w ithin _______365 calendar days and complete it w ithin ________ calendar days after receiving

    aw ard, X notice to proceed. This performance period is X mandatory, negotiable. (See _________________________Each TaskOrder

    12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?(If "YES," indicate within how many calendar days after award in Item 12B.)

    X YES NO

    13. ADDITIONAL SOLICITATION REQUIREMENTS:

    A. Sealed offers in original and __________3 copies to perform the w ork required are due at the place specif ied in Item 8 by ___________ local time ______________05 Dec 2016 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time.shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.

    B. An offer guarantee X is, is not required.

    C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

    D. Offers providing less than _______120 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected.

    SOLICITATION, OFFER, AND AWARD

    (Construction, Alteration, or Repair)

    1. SOLICITATION NO.

    IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

    4. CONTRACT NO.

    7. ISSUED BY CODE

    NAVFAC FAR EASTCORE EXECUTION TEAMPSC 473 BOX 13FPO AP 96349-0013

    N40084

    PAGE OF PAGES

    1 OF

    CODE

    (Title, identifying no., date):

    .)

    12B. CALENDAR DAYS

    15

    02:00 PM (hour)Sealed envelopes containing offers

    5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO.

    8. ADDRESS OFFER TO (If Other Than Item 7)

    FAX:TEL: TEL: FAX:

    N40084-16-R-0001 78

  • 20B. SIGNATURE

    (REV. 4-85)STANDARD FORM 1442 BACK

    TO SIGN

    NSN 7540-01-155-3212

    SOLICITATION, OFFER, AND AWARD (Continued)(Construction, Alteration, or Repair)

    CODE FACILITY CODE

    17. The offeror agrees to perform the w ork required at the prices specif ied below in strict accordance w ith the terms of this solicitation, if this offer isaccepted by the Government in w riting w ithin ________ calendar days after the date offers are due.the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

    AMOUNTS SEE SCHEDULE OF PRICES

    18. The offeror agrees to furnish any required performance and payment bonds.

    19. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

    AMENDMENT NO.

    DATE

    20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGNOFFER (Type or print)

    AWARD (To be completed by Government)

    21. ITEMS ACCEPTED:

    22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

    24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM(4 copies unless otherwise specified)

    CODE

    (Insert any number equal to or greater than

    20C. OFFER DATE

    25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO

    10 U.S.C. 2304(c) 41 U.S.C. 253(c)

    CODE27. PAYMENT WILL BE MADE BY:26. ADMINISTERED BY

    (Include ZIP Code)14. NAME AND ADDRESS OF OFFEROR 15. TELEPHONE NO. (Include area code)

    See Item 14

    (Include only if different than Item 14)16. REMITTANCE ADDRESS

    30B. SIGNATURE

    29. AWARD (Contractor is not required to sign this document.)document and return _______ copies to issuing office.) Contractor agrees Your of f er on this solicitation, is hereby accepted as to the items listed. This award con-to f urnish and deliv er all items or perf orm all work, requisitions identif ied summates the contract, which consists of (a) the Gov ernment solicitation andon this f orm and any continuation sheets f or the consideration stated in this y our of f er, and (b) this contract award. No f urther contractual document iscontract. The rights and obligations of the parties to this contract shall be necessary .gov erned by (a) this contract award, (b) the solicitation, and (c) the clauses,representations, certif ications, and specif ications or incorporated by ref er-ence in or attached to this contract.

    30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print)

    30C. DATE

    (Type or print)

    TEL: EMAIL:

    31B. UNITED STATES OF AMERICA 31C. AWARD DATEBY

    CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE(Contractor is required to sign this28. NEGOTIATED AGREEMENT

    (M ust be fully completed by offeror)OFFER

  • N40084-16-R-0001

    Page 3 of 78

    Section 00010 - Solicitation Contract Form

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0001 240,000,000 Each DG MACC - BASE YEAR

    FFP Design-Build (DB) / Design Bid Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Diego Garcia, B.I.O.T. in accordance with the attached technical specification. The base ordering period is 365 days from the date of award. FOB: Destination PURCHASE REQUEST NUMBER: ACQR4002740

    MAX

    NET AMT

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0002 UNDEFINED Each OPTION DG MACC - OPTION YEAR 1

    FFP Design-Build (DB) / Design Bid Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Diego Garcia, B.I.O.T. in accordance with the attached technical specification. The option ordering period is 365 days from the effective date of the exercise of the option. FOB: Destination PURCHASE REQUEST NUMBER: ACQR4002740

    MAX

    NET AMT

  • N40084-16-R-0001

    Page 4 of 78

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0003 UNDEFINED Each OPTION DG MACC - OPTION YEAR 2

    FFP Design-Build (DB) / Design Bid Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Diego Garcia, B.I.O.T. in accordance with the attached technical specification. The option ordering period is 365 days from the effective date of the exercise of the option. FOB: Destination PURCHASE REQUEST NUMBER: ACQR4002740

    MAX

    NET AMT

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0004 UNDEFINED Each OPTION DG MACC - OPTION YEAR 3

    FFP Design-Build (DB) / Design Bid Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Diego Garcia, B.I.O.T. in accordance with the attached technical specification. The option ordering period is 365 days from the effective date of the exercise of the option. FOB: Destination PURCHASE REQUEST NUMBER: ACQR4002740

    MAX

    NET AMT

  • N40084-16-R-0001

    Page 5 of 78

    ITEM NO SUPPLIES/SERVICES MAX QUANTITY

    UNIT UNIT PRICE MAX AMOUNT

    0005 UNDEFINED Each OPTION DG MACC - OPTION YEAR 4

    FFP Design-Build (DB) / Design Bid Build (DBB) Indefinite Delivery Indefinite Quantity (IDIQ) Construction Contract for Diego Garcia, B.I.O.T. in accordance with the attached technical specification. The option ordering period is 365 days from the effective date of the exercise of the option. FOB: Destination PURCHASE REQUEST NUMBER: ACQR4002740

    MAX

    NET AMT

    INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government 0003 Destination Government Destination Government 0004 Destination Government Destination Government 0005 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

  • N40084-16-R-0001

    Page 6 of 78

    0001 365 dys. ADC 240,000,000 NAVFAC FAR EAST INSPECTOR OF RECORD FEAD DIEGO GARCIA PSC 466 BOX 61 FPO AP 96595-0061 FOB: Destination

    N40084

    0002 N/A N/A N/A N/A 0003 N/A N/A N/A N/A 0004 N/A N/A N/A N/A 0005 N/A N/A N/A N/A Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Attachment 1 DG Attachment

    A_areaclearance

    Attachment 2 DG Attachment B_housing

    Attachment 3 DG Attachment C_medical

    Attachment 4 DG Attachment D_PPI Attachment 5 Exhibit A Attachment 6 Exhibit B Attachment 7 Exhibit C - PPQ

  • N40084-16-R-0001

    Page 7 of 78

    Section 00100 - Bidding Schedule/Instructions to Bidders BIDDING SCHEDULE/INSTRUCTIONS DESCRIPTION This acquisition will result in the award of a Design-Build (DB) and Design Bid Build (DBB), Firm-Fixed Price (FFP), Indefinite-Delivery/Indefinite Quantity (IDIQ) Multiple Award Construction Contract (MACC) for construction services. This procurement shall utilize a Two Phase Design-Build Source Selection Procedures issuing one solicitation with the intent to award a Firm Fixed Price Design-Build contract for the project entitled “INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), “Regular MACC”, FOR COMMERCIAL AND INSTITUTIONAL BUILDING CONSTRUCTION AT NAVY SUPPORT FACILITY, DIEGO GARCIA, BRITISH INDIAN OCEAN TERRITORY.” The Phase One evaluation will result in a determination of the most highly qualified offerors. Only those offerors selected in Phase One will be allowed to proceed into Phase Two. A maximum of five (5) offerors will be selected to submit a Phase Two proposal, unless the contracting officer determines that a number greater than five (5) is in the Government’s interest and is consistent with the purposes and objectives of two-phase design-build contracting. In Phase Two, the selected Phase One offerors will be required to submit technical and price proposals for the seed project. Phase Two offerors who fail to submit technical and price proposals for the seed project will not be considered for a MACC award. The Government intends to award up to three (3) contracts as a result of this two-phase design-build acquisition process. The contract term will be a base period of one (1) year plus four (4) one-year option periods. Each IDIQ MACC that did not receive the seed contract award will include a minimum guarantee task order in the amount of $100,000 for the base period only. A task order for the minimum guarantee will be issued concurrently with the award of the basic contract. Once the value of task orders placed exceeds the minimum guarantee amount, the minimum guarantee task order will be modified to de-obligate the funds from the task order. The Not-To-Exceed amount for the life of all the contracts awarded combined, including options, is $240,000,000. Typically task orders will have an estimated construction cost between $150,000 to $50,000,000. A minimum of two proposals received for this MACC RFP will satisfy the competitive requirements of the MACC. There will be one (1) design build seed project included in this solicitation which will be released on Phase II. The scope of work for this seed project includes the replacement of power poles for 15KV overhead distribution lines at NSF DG. The scope requires design build construction services to remove existing wooden power poles and replace them with Government furnished concrete poles. The project was selected as the seed project from existing requirements to best represent the nature of potential work under this contract. Per FAR 36.204, the magnitude of construction of the seed project is between $5,000,000 and $10,000,000. Furthermore, the contract completion date for the seed project is 365 calendar days after receiving contract award. The time stated for completion shall include final clean-up of the premises. In accordance with FAR 52.211-12, Liquidated Damages for the seed project are $3,450 per calendar day. Awards will be made to the responsible offerors whose proposals, conforming to the solicitation, are the most advantageous and offers the best value to the Government considering price and technical evaluation factors. Pricing of the seed project will be used to make best value determinations. After award of the initial contracts and seed project, the successful MACC contractors will complete for task orders based on the best value tradeoff process, lowest price technically acceptable process, or lowest price. Each subsequent task order will contain project specific evaluation factors that will vary depending on the unique requirements for each task order. Additionally, each task order will site a specific completion date and associated liquidated damages. Only the successful MACC contractors will complete for task orders. Should a MACC contract with a guaranteed minimum be unable to competitively secure a task order to meet the $100,000 minimum

  • N40084-16-R-0001

    Page 8 of 78

    guarantee, the Government reserves the right to negotiate a task order directly with that contractor in accordance with Navy Facilities Acquisition Standards (NFAS) 6.304-100. The intent of this contract is that all MACC contractors participate in pre-proposal conferences and site-visits and submit proposals/bids on each task order. The Government encourages each MACC contractor to submit a proposal for any and all future MACC task order RFPs, however, submission of proposal is not mandatory. If a MACC contractor does not intend to submit a proposal in response to a task order RFP, the MACC contractor shall notify the Contracting Office in writing, prior to the RFP closing date. The notification letter shall state that the MACC contractor is not submitting a proposal for the specific task order RFP, and provide a brief explanation as to why the MACC contractor is not submitting a proposal. SECTION 00110 - INSTRUCTIONS

    INSTRUCTION, CONDITIONS, AND NOTICES TO OFFEROR

    1.1 FULL AND OPEN COMPETITION Except as described in paragraph 1.4 below, this acquisition will be solicited on an unrestricted basis with full and open competition. 1.2 OFFER Offerors shall comply with this “Instructions to Offerors” and “Solicitation, Offer, and Award (Construction, Alteration, or Repair) (Standard Form 1442)” in the preparation of offers. 1.3 BID GUARANTEE AND BONDING REQUIREMENTS A bid guarantee and performance bonds are required by this solicitation. See FAR 52.228-1 and 52 228-5 and NFAS 5252.228-9302 and 5252.228-9305 for details. 1.4. RESTRICTION International agreements between the United States (U.S.) and the United Kingdom concerning U.S. operations on the island of Diego Garcia require that any contract awarded for the construction service requirements herein must be awarded to an offeror that is a Joint Venture exclusively consisting of U.S. and UK firms unless no qualified U.S./UK joint venture submits a reasonable offer. For any such Joint Ventures, participation by the U.S. member must be no less than 60% of the venture, participation of the UK member must be no less than 20% if the venture, and management control of the entire venture must be vested in the U.S. member. U.S. firms that are not part of an eligible joint venture will be permitted to submit a proposal but will only be eligible to be considered for award if no reasonable offer is received from any qualified joint venture. 1.5 JOINT VENTURE REQUIREMENTS (1) Together with its proposal, each corporate joint venture partner shall submit evidence satisfactory to the Contracting Officer that its board of directors has approved its participation in the joint venture. Such evidence shall be in the form of a copy of a resolution of the board of directors, certified by the Secretary of the Corporation. (2) Together with its proposal, each joint venture partner which is an unincorporated entity shall submit evidence satisfactory to the Contracting Officer that all persons or entities which must approve decisions affecting the joint venture partner have approved the participation of the joint venture partner in the joint venture.

  • N40084-16-R-0001

    Page 9 of 78

    (3) At the time it submits its proposal, each joint venture shall appoint, in writing, one or more individuals, by name, each of whom will have full and independent authority to bind the joint venture with respect to any act connected with the participation by the joint venture in this solicitation, including but not limited to: the submission and revision of a proposal or proposals by the company, the conduct of discussion or negotiations, the submission of a Final Proposal Revision (formerly best and final offer), and the execution of a contract and associated documents including bonds. Documents of appointment by a supporting resolution of the board of directors in the case of a corporate joint venture partner and by an instrument of similarly binding character in the case of an unincorporated entity. (4) Each bond or other document submitted by or on behalf of the joint venture shall be executed by each joint venture partner and be accompanied by evidence of the authority of the signer. That authority shall be evidenced by a document satisfactory to the Contracting Officer, which would ordinarily be, in the case of a corporate joint venture partner, a certified copy of a resolution of the board of directors, and in the case of an unincorporated joint venture partner, an instrument of similarly binding character duly executed by that entity. If one individual signs for more than one partner, the individual must sign separately for each partner which he or she represents, and must state under each signature the capacity in which he or she is signing. (See FAR 4.102). (5) Each joint venture shall provide a copy of the joint venture agreement to the Contracting Officer with its proposal and shall provide an updated copy whenever any change is made to the agreement. (6) Together with its proposal, each joint venture partner shall submit evidence that it meets the criteria for a U.S. or U.K. contractor, as applicable, as defined above. 1.6 WORKFORCE COMPOSITION AND LABOR REQUIREMENTS (a) Composition of Contractor work force shall be consistent with the current agreement between the U.S. and the U.K. The work force shall be hired from U.S., U.K. or Third Country National (TCN) sources in accordance with the agreement. Before a subcontractor or workers from a third country are introduced, the appropriate administrative authorities of the two Governments (U.S. and U.K.) shall be consulted. (b) For those offerors anticipating the use of Filipino labor, the Government of the Philippines (GOP) requires its approval of contract proposals which contemplate use of its citizens. An official GOP document certifying GOP approval of employment terms for use of Filipino labor must be submitted within 10 days after award of the contract. Failure to submit such certification may result in contract termination. Interested offerors should direct all questions and coordinate all efforts regarding standards and requirements for timely GOP approval to the Labor Attache, American Embassy in Manila. (c) Contractor personnel are prohibited from engaging in any commercial enterprise or occupation on Diego Garcia other than the work covered by the contract. The prohibition specifically includes, but is not limited to, commercial fishing and oil or mineral exploration and production in or under those areas of the water's continental shelf and seabed around Diego Garcia. Contractor employees may engage in part time employment outside the contract only with written approval of the government and contractor. (d) The Contractor is prohibited from hiring military, DOD civilian, or other contractor personnel in the performance of this contract except when specifically approved by the Facilities Engineering and Acquisition Department. (e) Employee Dependents - There are no capabilities on Diego Garcia to support dependents or family style living. Contractor dependents will not be permitted on Diego Garcia at any time. There is a strict prohibition against military and civilian married couples being on the island according to the policy set forth in the Diego Garcia Regional Coordinator Instruction 1752.1C. In the event that this circumstance is discovered, the offending parties will be removed from the island. If two people marry while on the island, at least one will be sent off-island as soon as practicable.

  • N40084-16-R-0001

    Page 10 of 78

    1.7 SITE VISIT A site visit and pre-proposal conference will be scheduled in Phase 2. 1.8 PRE-PROPOSAL INQUIRIES (PPIs) All RFP questions and inquiries must be submitted in writing using the Pre-Proposal Inquiry Form (PPI), Attachment D, and submitted in writing via electronic mail to Raymond [email protected], ten (10) calendar days before the proposal receipt date. The Government does not intend to respond to inquiries submitted less than 10 calendar days before the proposal receipt date. Responses to inquiries will be provided in the form of a Notice and posted to the website https://asia.neco.navy.mil/, www.neco.navy.mil, and https://www.fbo.gov/. 1.9 AMENDMENTS Amendments will be posted to the website https://asia.neco.navy.mil/. Hard copies of the amendment will not be mailed. It is the offeror’s responsibility to check the website periodically for any amendments to the solicitation. Contractor must acknowledge any and all amendments issued under this solicitation either by annotating it on the SF1442 or signing each SF30 (amendment) and submitting it with the contractor’s proposal. 1.10 PRE-AWARD SURVEY/RESPONSIBILITY DETERMINATION FAR 9.104 requires prospective contractors to demonstrate, among other things, that they have adequate financial resources to perform the contract of ability to obtain them, capability to comply with the required performance schedule, a satisfactory performance record, and be otherwise eligible to receive an award under applicable laws and regulations. The pre-award survey is not a part of the technical evaluation. The following information shall be submitted: (a) Company financial statements (balance sheets and income statements) for the past three years. (b) Financial resources available to perform the contract. Submit evidence of availability of working/operating capital that will be used for the performance of the contract. If the offeror plans to rely on financial support from other sources, identify the maximum lines of credit that will be available to include documentation to support the amounts. The maximum lines of credit should be based upon the inclusion of this contract effort. For joint ventures discuss the financial responsibilities among companies and provide same information for each partner. (c) Newly-formed entities (e.g. limited liability companies (“LLCs”), limited partnerships (“LTDs”) and newly created corporate subsidiaries) that are the entities liable on the contract ordinarily have no record – or an insufficient record – of relevant experience, past performance, and financial capability to support a responsibility determination. In such cases, the offeror may rely on the resources of the LLC member, parent, limited partner, or other entities related to the offeror for responsibility purposes where the offeror submits a guaranty from the entity providing the resources. (d) A list of existing commercial and government business commitments to include contract numbers, names of Contracting Officers, telephone numbers, value of contract, completion date and percent complete. If the list of existing commitments is extensive, provide the required information on at least five projects of similar dollar value and a summary of the existing commitments to include number of contracts, total dollar value of all contracts, and total dollar value of work remaining. 1.11 INCORPORATION OF TECHNICAL PROPOSAL (a) The Contractor’s technical proposal, including revisions and amendments, made prior to contract award and a copy of which is in the possession of both parties, will be incorporated into this contract upon award by reference

  • N40084-16-R-0001

    Page 11 of 78

    with the same force and effect as if set forth in full text. All contractor personnel shall meet or exceed the qualification standards, experience levels and trade background set forth in the technical proposal. (b) In the event of an inconsistency between the provisions of this contract and the technical proposal, the inconsistency shall be resolved by giving precedence in the following order: (i) the contract (excluding the technical proposal), and then (ii) the technical proposal. 1.12 SYSTEM FOR AWARD MANAGEMENT (SAM) Contractors must be registered in the System for Award Management (SAM) prior to award of a DoD contract. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. A contract cannot be awarded to a contractor not registered in the SAM. Remember to review the NAICS codes listed in your record and make sure that you have listed the NAICS code for this procurement. 1.13 INCURRED EXPENSES The Government is not responsible for any costs incurred or associated with preparation and submission of a proposal in response to this solicitation. 1.14 NO ALTERNATE OR MULTIPLE PROPOSALS Neither multiple proposals, nor proposal variations or options, nor alternate or alternative proposals will be considered in the evaluation. SECTION 00120 - EVAL FACTORS

    EVALUATION FACTORS FOR AWARD

    1.1 EVALUATION CRITERIA AND BASIS OF AWARD The contract resulting from this solicitation will be awarded to the responsible Offeror whose offer, conforming to the solicitation, is determined to be the most advantageous to the Government considering Price and Non-Price evaluation factors. The relative importance of the evaluation factors are discussed in detail under paragraph 1.2.1 item 2 of this section. Award may be made to other than the lowest priced Offeror or other than the highest technically rated Offeror. Business judgments and tradeoffs will be used to determine the proposal offering the best value to the Government. In determining the best value to the Government, the Government need not (i.e., is not required to) quantify the tradeoffs that led to the best value decision. 1.2 TECHNICAL EVALUATION FACTORS AND PROPOSAL SUBMISSION REQUIREMENTS Proposals submitted in response to this solicitation shall be formatted as follows and furnished in the number of copies stated herein. A cover letter shall accompany the proposal. Offers submitted in response to this solicitation shall be in English. The Price Proposal and Non-Price/Technical Proposal shall be submitted in separate volumes with a cover letter which shall include:

    a. the Solicitation number; b. The name, address, telephone, and facsimile numbers, and email addresses of the offeror; c. The DUNS number and Cage Code of the Offeror; d. Names, titles, and telephone and facsimile numbers (and electronic addresses, if available) of persons authorized to negotiate on the offeror’s behalf with the Government in connection with this solicitation; and e. Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall

  • N40084-16-R-0001

    Page 12 of 78

    be accompanied by evidence of that agent’s authority, unless that evidence has been previously furnished to the issuing office. f. Proposal shall be submitted in two (2) OR three (3) ring binders OR bound, with tabs or separators. Page limits, if stipulated, must be adhered to. g. Facsimile responses will not be considered. h. Proposals shall be submitted to:

    Naval Facilities Engineering Command Far East Core Execution Team / ACQ2.RG Attention: Raymond Gloria PSC 473 BOX 13 FPO AP 96349

    Hand carrying proposals will not be allowed. Government personnel will not pick up proposals at the gate. Prospective firms should check with their intended courier to ensure the courier is authorized to access Commander, Fleet Activities Yokosuka.

    In addition to the cover letter, the Offeror shall submit an Offeror’s Team Consent Form for each major subcontractor/teaming partner (e.g., team member, subcontractor, parent company, subsidiary, or other affiliated company, etc.) identified in the Offeror’s proposal. Proposals shall be submitted in three ring binders or bound, with tabs or separators. Page limits, if stipulated, must be adhered to. Proposals shall be submitted on 8.5” X 11” paper, utilizing both sides of the paper. The format for the proposal is as follows:

    Phase One: Cover Letter Offeror’s Team Consent Form(s) First two pages of SF1442 - with blocks 14 through 20c completed Financial Questionnaire (Original in sealed envelope from financial institution in original proposal folder only) Surety Form FAR Clause 52.204-8 with paragraph (b)(2) completed, FAR Clause 52.209-7 - with paragraph (b) completed, and DFARS Clause 252.209-7999 with paragraph (b) completed VETS-100 and/or VETS-100A Report Submission Confirmation (or Statement of Non-applicability) Tab 1 - Factor 1, Technical Approach (Exhibit “A,” Organizational Chart, and Signed Copies of

    Agreements or Letters of Commitment for Each Member of the Offeror’s Team) Tab 2 - Factor 2, Experience (Exhibits “B”)

    - Factor 3, Past Performance (Exhibits “C” or CCASS/ACASS evaluations) (Evaluations should immediately follow the project shown on Exhibit “B” to which they pertain)

    Tab 4 - Factor 4, Safety Phase Two: Tab 5 - Factor 5, Technical Solution (Narrative and Drawings) Tab 6 - Factor 6, Price (In sealed envelope in original proposal folder only) – The envelope shall contain the following original documents: SF1442 (Solicitation, Offer, and Award) with blocks 14 through 20c completed; Bid Bond (in the amount of 20% for PTO #0001)

    Representations and Certifications, Financial Questionnaires, and Surety Forms will not be rated. However, they will be considered in assessing the Offeror’s responsibility. A total of one (1) original and three (3) hard copies of the complete Phase One proposal in response to this RFP

  • N40084-16-R-0001

    Page 13 of 78

    must be received by this office no later than the date and time stated in Block 13 of the SF1442. Offerors should address all Phase One evaluation factors and shall submit the proposal to the following address:

    Naval Facilities Engineering Command Far East Core Execution Team / ACQ2.RG Attention: Raymond Gloria PSC 473 BOX 13 FPO AP 96349

    Proposal must be clearly marked on the outside of the package with the solicitation number. LATE SUBMITTALS WILL NOT BE CONSIDERED. It is an Offeror's responsibility to deliver its proposal to the proper place at the proper time, which includes allowing a reasonable amount of time for the delivery of the proposal. (See FAR 15.208(a)). Proposals that are received after the stated date and time in Block 13 of the SF1442 will not be considered. Offerors shall ensure that proposals are mailed or sent by courier in a timely manner to be delivered to the NAVFAC Far East facility no later than the date and time stated in Block 13 of the SF1442. Hand deliveries will not be accepted. Financial Questionnaire Offerors shall submit the Financial Questionnaire to their financial institution and request the financial institution complete the questionnaire with regard to the Offeror’s firm. Upon completion of the questionnaire, the financial institution should place the completed questionnaire in a sealed envelope showing the return address of the financial institution and forward it to the Offeror so that the Offeror can include the questionnaire (in the sealed envelope) with the Offeror’s proposal. Information should be submitted for the joint venture. If there is no information for the joint venture, information should be submitted for each joint venture partner.

    1.2.1 The solicitation requires the evaluation of price and the following non-price factors and subfactors:

    a. Phase One: Factor 1 – Technical Approach Factor 2 – Experience Factor 3 – Past Performance Factor 4 – Safety b. Phase Two Factor 5 – Technical Solution (Based on Proposed Task Order 0001) Factor 6 - Price (Based on Proposed Task Order 0001)

    1.2.2 The relative order of importance of the evaluation factors is as follows: Phase One: Phase One proposals shall be evaluated and rated considering Factors 1, 2, 3 and 4. Factor 1 (Technical Approach) will be evaluated on acceptability basis with each offeror rated as either Acceptable or Unacceptable for the factor. If an Offeror is rated Unacceptable for Factor 1, such offeror will not be invited to participate in Phase Two of this source selection, regardless of its ratings under any of the other factors. For the exclusive purpose of determining which Phase One proposals are the most highly rated and which Offerors will be invited to submit Phase Two proposals, Factors 2 (Experience) and 4 (Safety) are of equal importance to

  • N40084-16-R-0001

    Page 14 of 78

    each other, and Factors 2 (Experience) and 4 (Safety), when combined, are of equal importance to Factor 3 (Past Performance). Phase Two: Phase Two proposals shall be evaluated and rated considering Factors 5 (Technical Solution) and Factor 6 (Price). Best Value Decision: Award will be made to the responsible Offeror(s) whose offer conforms to the solicitation and represents the best value to the Government, price and non-price factors considered. In making the best value award decision, Factors 2-5 and price will be considered. For purposes of the best value decision, the technical factors (2, 4, and 5) are of equal importance to each other and, when combined, are of equal importance to the performance confidence assessment (Factor 3, Past Performance). All technical factors and the performance confidence assessment (past performance), when combined, are more important than price. Accordingly, the combined non-price factors (Factors 2-5) are weighted as more important than price. The importance of price will increase if the Offerors’ non-price proposals are considered essentially equal in terms of overall quality, or if price is so high, or low, as to significantly diminish the value of a non-price proposal’s superiority to the Government. 1.2.3 Basis of Evaluation and Submittal Requirements for Each Factor. Basis of Evaluation/Submission Requirements/Criteria Description for each factor: FACTOR 1: TECHNICAL APPROACH a. Proposal Submission Requirements: The composition and management of the firms proposed as the design-build (DB) team for this contract will be evaluated in this factor. The Offeror shall submit the following information under Phase One proposal, Tab “1”: (1) Using Exhibit “A” (Offeror Team Composition and Management), provide a narrative describing the proposed primary construction firm(s) and primary design firm(s) for this contract and the rationale for proposing this arrangement. Provide the role, responsibilities, and contractual relationships between the various firms (see FAR Subpart 9.6). The narrative shall also include a simple organizational chart that clearly identifies the lines of authority between the entities. If the experience of a significant subcontractor is being claimed in Factor 2, the firm must be named in the narrative and organizational chart and the subcontractor’s proposed role described in the narrative. Important Note: International agreements between the U.S. and the United Kingdom concerning U.S. operations on the island of Diego Garcia require that any contract awarded for these requirements must be awarded to an offeror that is a Joint Venture exclusively consisting of U.S. and UK firms unless no qualified U.S./UK joint venture submits a reasonable offer. For any such Joint Ventures, participation by the U.S. member must be no less than 60% of the venture, participation of the UK member must be no less than 20%, and management control of the entire venture must be vested in the U.S. member. U.S. firms that are not part of an eligible joint venture will be permitted to submit a proposal but will only be eligible to be considered for award if no reasonable offer is received from any qualified joint venture. Definition of U.K. Member/Contractor:

  • N40084-16-R-0001

    Page 15 of 78

    For the purpose of this contract, a U.K. member is defined as contractor which has been certified as acceptable by an official designated for this purpose by the U.K. Government. To be eligible to bid for contracts on Diego Garcia, a U.K. member must be one that: (1) has a majority of the directors of the company or a majority of the partners in the partnership are British Citizens; (2) in the case of a company, has a majority UK shareholding; (3) holds a current UK tax certificate; (4) ordinarily carries on business in or from the UK; (5) in respect of this contract will have a majority of its management, technical and supervisory staff who are British Citizens; (6) has performed technical, professional or construction services, similar in complexity, type of work and value to the contract; (7) is registered as an approved contractor by Companies House, the UK Department for Environment, Food and Rural Affairs (DEFRA) or named in the Register of Quality Assessed UK Companies. Offerors are required to provide a copy of their certification to the issuing office concurrent with submission of their proposal. Definition of U.S. Member/Contractor For the purpose of this contract, a U.S. member/contractor is defined as: (1) one whose headquarters, main business address, and principal place of business is one of the fifty states of the United States, the District of Columbia, Puerto Rico, the Virgin Island, American Samoa, or Guam; (2) one which has been legally organized under the laws of one of the fifty states of the United States, the District of Columbia, Puerto Rico, the Virgin Islands, American Samoa or Guam; (3) one which has filed any required local, state, federal franchise, employment, and income tax returns in each of the two tax years immediately preceding the initial issuance of the solicitation and has made any payment legally required for those years; (4) one in which all of its officers, partners, or the sole proprietor, as the case may be, are U.S. citizens; (5) one which has performed work similar in complexity, type of work, and value to this contract within the fifty states of the United States, its territories and possessions. Each U.S. contractor participating in any joint venture must meet all five of the above criteria. The technical approach narrative shall be limited to one (1) double-sided page (or two (2) single-sided pages). The organizational chart is not included in this page limitation. The information requested in item #2 below is also not included in this page limitation. (2) In addition to the narrative, the Offeror shall submit a signed copy of a joint venture agreement, partnership agreement, teaming agreement, or letter of commitment for each member of the Offeror’s team identified above (e.g., joint venture partner, partner, team member, subcontractor, parent company, subsidiary, or other affiliated company, etc.). This attachment shall also include supporting documentation that supports the local U.S/U.K. joint venture requirements as defined and described above. b. Basis of Evaluation: The assessment of the Offeror’s technical approach will be used as a means of evaluating the capability of the Offeror to successfully meet the requirements of the RFP. This factor will be rated on an Acceptable or Unacceptable basis. Offerors whose technical approach is rated Unacceptable will be ineligible to proceed to Phase Two regardless of how their proposal is rated under any of the other factors. An Offeror will be rated “Acceptable” for Factor 1 if the Offeror’s proposed team composition and management meet the requirements of the solicitation and otherwise indicates that the proposed team arrangement and structure provides the Offeror the capability to successfully perform the requirements.

  • N40084-16-R-0001

    Page 16 of 78

    An Offeror will be rated “Unacceptable” for Factor 1 if the proposal does not meet the requirements of the solicitation or does not otherwise indicate that the proposed team arrangement and structure provides the Offeror the capability to successfully perform the requirements. FACTOR 2: EXPERIENCE a. Proposal Submission Requirements: Under Phase One proposal, Tab “2”, submit project information for both Construction Experience and for Design Experience as detailed below using Exhibit “B” (Construction/Design Experience Project Data Sheet) for each prior project being submitted. Offerors shall also submit information on the experience and qualifications of the proposed Project Manager as detailed below. Demonstrate experience as a Joint Venture (JV) if applicable. If a JV already has shared experience, Offerors must submit any relevant projects completed by the JV entity itself. If the JV is a new entity and does not have shared experience, Offerors shall submit at least one relevant project from each of the individual JV member companies. Offerors who fail to submit experience for all Joint Venture members may be rated lower. (1) Construction Experience: Submit a minimum of three (3) and a maximum of five (5) construction projects and renovation, alteration, and repair projects for the Offeror that best demonstrate experience on projects that are similar in size, scope, and complexity to projects that may be ordered under this contract. For purposes of this evaluation, relevant projects are further defined as new construction of infrastructure and/or renovation, alteration, and repair of existing infrastructure. Infrastructure is defined as: residential buildings; non-residential buildings including business and office, mercantile and commercial, health care, educational, recreational, industrial and warehouses facilities; mixed use developments and planned unit developments; public works utilities systems; parks and recreational areas; roadways; marine waterfront, wharf, and shoreline structures; airfield and supporting facilities. At least one construction project must demonstrate the Offeror’s experience with new construction. At least one construction project shall demonstrate the Offeror’s experience with renovation. Projects submitted for the Offeror shall be at least $5,000,000 and completed in the last 5 years or at least 80% complete at the time of proposal submittal. A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project. The attached Construction/Design Experience Project Data Sheet (Exhibit “B”) is MANDATORY and SHALL be used to submit project information. If the same project is being used to demonstrate construction and design experience, Offerors shall submit separate Project Data Sheets for construction and design experience. Except as specifically requested, the Government will not consider information submitted in addition to this form. Individual blocks on this form may be expanded; however, total length for each project data sheet shall not exceed one (1) double-sided page (or two (2) single-sided pages). For all submitted projects, the description of the project shall clearly describe the scope of work performed and the relevancy to the project requirements of this RFP (i.e., unique features, area, construction methods). In addition, the description should also address any sustainable features for the project, including specific descriptions of those

  • N40084-16-R-0001

    Page 17 of 78

    features. Provide applicable documentation on projects that were validated and/or certified through U.S. Green Building Council (USGBC) or the equivalent organization or process. If an Offeror is utilizing experience information of an individual JV member or a firm’s affiliates/subsidiaries/parent (name is not exactly as stated on the SF1442), the proposal shall clearly demonstrate that the JV member or affiliate/subsidiary/parent firm will have meaningful involvement in the performance of the contract. The Offeror may utilize experience of a subcontractor that will perform major or critical aspects of the requirement to demonstrate construction experience under this evaluation factor. The Offer must provide a letter of commitment and an explanation of the meaningful involvement that the subcontractor will have in performance of this contract. More weight may be given to the Offeror’s projects than to those submitted for subcontractors. (2) Design Experience: Submit a minimum of three (3) and a maximum of five (5) design projects for the design team that best demonstrates design experience on projects that are similar in size, scope, and complexity to the requirements of this RFP. For purposes of this evaluation, a relevant project is further defined as new construction of infrastructure and/or renovation, alteration, and repair of existing infrastructure. Infrastructure is defined as: residential buildings; non-residential buildings including business and office, mercantile and commercial, health care, educational, recreational, industrial and warehouses facilities; mixed use developments and planned unit developments; public works utilities systems; parks and recreational areas; roadways; marine waterfront, wharf, and shoreline structures; airfield and supporting facilities. At least one design project shall demonstrate the design team’s experience with new construction. At least one design project shall demonstrate the design team’s experience with renovation. Projects submitted shall be at least $5,000,000 and completed within the last 5 years or at least 80% complete at the time of proposal submittal. For design-build projects, the design portion of the contract shall have been completed within the last 5 years from the time of the proposal submittal. A project is defined as a complete design effort performed under a single task order or contract/subcontract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather Offerors shall submit the work performed under a task order as a project. The attached Construction/Design Experience Project Data Sheet (Exhibit “B”) is MANDATORY and SHALL be used to submit project information. If the same project is being used to demonstrate construction and design experience, Offerors shall submit separate Project Data Sheets for construction and design experience. Except as specifically requested, the Government will not consider information submitted in addition to this form. Individual blocks on this form may be expanded; however, total length for each project data sheet shall not exceed one (1) double-sided page (or two (2) single-sided pages). For all submitted projects, the description of the project shall clearly describe the scope of work performed and the relevancy to the project requirements of this RFP (i.e., unique features, area, construction methods). In addition, the description should also address any sustainable features for the project, including specific descriptions of those features. Provide applicable documentation on projects that were validated and/or certified through U.S. Green Building Council (USGBC) or the equivalent organization or process. If an Offeror is utilizing experience information of an individual JV member or a firm’s affiliates/subsidiaries/parent firm (name is not exactly as stated on the SF1442), the proposal shall clearly demonstrate that the JV member or affiliate/subsidiary/parent firm will have meaningful involvement in the performance of the contract.

  • N40084-16-R-0001

    Page 18 of 78

    The Offeror may utilize experience of a design subcontractor to demonstrate design experience under this evaluation factor. The Offeror must provide a supporting joint venture agreement, partnership agreement, teaming agreement, or letter of commitment and an explanation of the meaningful involvement for the design subcontractor. (3) Key Personnel Experience and Qualifications The Offeror shall submit information on the experience and qualifications of the Project Manager. Use of the form at Exhibit “B” is MANDATORY and shall be used to submit key personnel information for the Project Manager position. The offeror shall submit the following information for the Project Manager position: Project Manager (PM) – Submitted information shall demonstrate that the PM is an individual with combined experience in the following positions: Project Superintendent, QC Manager, Project Manager, Project Engineer or Construction Manager on comparable size and type construction contracts, including major trades that are part of this Contract, as outlined in this solicitation. The individual shall have at least five (5) years of experience as a PM. The individual must be familiar with the requirements of EM 385-1-1 and Critical Path Method (CPM) schedules. The PM shall be an employee of the Offeror’s firm. If the proposed Project Manager is not currently employed by the Offeror, the Offeror shall obtain a letter of intent to be employed by the Offeror. Such letter of intent must be signed by the Project Manager and the Offeror and shall be submitted with the Offeror’s proposal. The submission of information on the Project Manager’s construction experience shall be a minimum of one (1) and maximum of five (5) relevant projects, as identified under the relevancy definition above. In addition, the Offeror’s proposal shall clearly indicate the number of years of experience for the Project Manager position. b. Basis of Evaluation: The basis of evaluation will include the Offeror’s demonstrated experience and depth of experience in performing both relevant construction projects and relevant design projects as defined in the solicitation submittal requirements. The assessment of the Offeror’s relevant experience will be used as a means of evaluating the capability of the Offeror to successfully meet the requirements of the RFP. The Government will only review a maximum of five (5) projects for the Construction Experience, a maximum of five (5) projects for the Design Experience and a maximum of five (5) projects for the key person (Project Manager) will be evaluated. Projects submitted in excess will not be considered. Relevant projects where the Offeror and the proposed design firm(s) have previously worked together may be considered more favorably than those that have not worked together. Relevant projects that demonstrate design-build experience may be considered more favorably than those that do not have design-build experience. Relevant projects that demonstrate experience with sustainable features may be considered more favorably than those that do not demonstrate experience with sustainable features. Joint Ventures or prime contractor/subcontractor teams with a demonstrated history of working successfully together on prior projects may be considered more favorably than those without such history. Offerors who submit relevant projects that demonstrate experience self-performing relevant features of work may receive a higher rating than those who do not demonstrate self-performance. FACTOR 3: PAST PERFORMANCE a. Proposal Submission Requirements:

  • N40084-16-R-0001

    Page 19 of 78

    Submit Past Performance Questionnaires (Attachment “C”) and CPARS evaluations under Phase One proposal, Tab “2” immediately following each of the project data sheets to which they pertain. Submit any additional past performance information under Phase One proposal, Tab “3”. IF A COMPLETED CPARS EVALUATION IS AVAILABLE FOR ANY PROJECT IDENTIFIED FOR FACTOR 2, “EXPERIENCE”, THE CPARS EVALUATION SHALL BE SUBMITTED WITH THE PROPOSAL. IF THERE IS NOT A COMPLETED CPARS EVALUATION FOR A PROJECT IDENTIFIED FOR FACTOR 2, “EXPERIENCE”, the Past Performance Questionnaire (PPQ) included in the solicitation is provided for the offeror or its team members to submit to the client for that project. AN OFFEROR SHALL NOT SUBMIT A PPQ WHEN A COMPLETED CPARS IS AVAILABLE. IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are provided for the client point of contact. Completed PPQs should be submitted with your proposal. If the offeror is unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page of the PPQ (Attachment C), which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government's point of contact, Mr. Raymond Gloria, via email at [email protected] prior to proposal closing date. Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation.” Offerors may provide any information on problems encountered and the corrective actions taken on projects submitted under Factor 2 – Experience. Offerors may also address any adverse past performance issues on the projects submitted under Factor 2 – Experience or on other projects. Explanations shall not exceed one (1) double-sided page (or two (2) single-sided pages) in total. The Government reserves the right to contact references for verification or additional information. The Government’s inability to contact any of the Offeror’s references or the references unwillingness to provide the information requested may affect the Government’s evaluation of this factor. In addition to the above, the Government reserves the right to obtain and also evaluate other past performance information from any and all sources including sources outside of the Government. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of Contractors who are part of a joint venture identified in the Offeror’s proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the Offeror. Performance award or additional information submitted will not be considered. b. Basis of Evaluation: This evaluation focuses on how well the Offeror performed on the relevant projects submitted under Factor 2 – Experience and on other projects for which the Government may obtain information. The Government will consider the recency, relevance, and quality of contractor performance and determine the Government’s level of confidence regarding how successfully the Offeror is likely to perform the requirements of this contract. The Government will review all past performance information, context of the data, and general trends in the Contractor’s performance. This evaluation is separate and distinct from the Contracting Officer’s responsibility determination. The assessment of the Offeror’s past performance will be used as a means of evaluating the Offeror’s probability to successfully meet the requirements of the RFP.

  • N40084-16-R-0001

    Page 20 of 78

    For JV Offerors where the JV entity itself has no record of recent and relevant past performance, the Government will instead evaluate the past performance information of the individual JV members in combination to determine a rating under this factor. Offerors with no record of recent and relevant past performance for both the JV entity and for the individual JV members will be rated neither favorably or unfavorably, receiving a performance confidence assessment rating of “Neutral Confidence”. Although rated neither favorably or unfavorably, the Government may nonetheless determine that a “Substantial Confidence” or “Satisfactory Confidence” past performance rating is worth more than a “Neutral Confidence” when determining which proposal represents the best value to the Government. Factor 4 – Safety a. Submittal Requirements: Offeror shall provide the following information in accordance with the notes at the bottom of this subsection under Phase One proposal, Tab “4”: (1) Summary of Work-Related Injuries and Illnesses Offeror (or each member of a Joint Venture (JV) or partnership) shall provide a Summary of Work-Related Injuries and Illnesses for each of the past three full calendar years (2013-2015) including explanation of any extenuating circumstances or trends. The summary, including explanations, shall not exceed 2 single sided pages per year. The summary shall include the following data for each calendar year: • Total number of fatalities. • Total number of cases with days away from work. • Total number of cases with job transfer or restriction. • Total number of days away from work. • Total number of days of job transfer or restriction. • Total number of other recordable cases. (2) Total Case Incident Rate (TCIR) Offeror (or each member of a JV or partnership) shall provide the Total Case Incident Rate (TCIR) for each of the past three full calendar years (2013-2015) including an explanation of extenuating circumstances or trends covering all three years, not to exceed two single sided pages per year. The Total Case Incident Rate (TCIR) is calculated by multiplying the number of recordable cases by 200,000, and then dividing that number by the number of labor hours. Total Number of Recordable Cases x 200,000

    TCIR = Number of employee labor hours worked (3) Days Away from Work, Restricted Duty, or Job Transfer (DART) rate Offeror (or each member of a JV or partnership) shall provide the Days Away from Work, Restricted Duty, or Job Transfer (DART) rate for each of the past three full calendar years (2013-2015) including explanation of any extenuating circumstances or trends. The summary, including explanations, shall not exceed 2 single sided pages per year. The DART rate is calculated by adding up the number of incidents involving work related deaths, one or more Lost Days, one or more Restricted Days, or the transfer of an employee to a different job within the same company, multiplying that number by 200,000, and then dividing that number by the number of employee labor hours worked. Total Number of DART incidents x 200,000

  • N40084-16-R-0001

    Page 21 of 78

    DART Rate = Number of Employee Labor Hours Worked (4) Citations Offeror (or each member of a JV or partnership) shall provide a listing of any citations, fines, notices or findings of violations, or equivalent warnings or sanctions received from the U.S. Occupational Safety and Health Administration, U.K. Occupational Safety and Health Administration, Japan Labor Standards Inspection Office, Korea Occupational Safety and Health Agency, Singapore Occupational Safety and Health Division, or other government agency responsible for enforcing occupational health or safety standards for each of the past three full calendar years (2013-2015). (5) Safety Recognition Awards/Certificates and Accreditations Where applicable, Offeror (or each member of a JV or partnership) may provide safety recognition awards/certificates, accreditations, and/or letters of commendation specific to safety received within the past five years. Accreditations include participation in the OSHA Voluntary Protection Program, Construction Occupational Health and Safety Management System, Occupational Safety and Health Management System, or other equivalent accreditations endorsed by a government agency. (6) Safety Narrative Offeror shall provide a safety narrative, not to exceed six single sided pages, discussing the following information: • Description of plan to monitor safety performance and ensure a safe worksite. At a minimum, such plan shall include employee involvement and orientations, training, worksite analysis and mishap investigation. • Description of what Offeror (or each member of a JV or partnership) has done to address/correct safety problems in the past. • Description of Offeror’s plan to evaluate safety performance of potential subcontractors as part of the subcontractor selection process. • Description of Offeror’s methods to ensure and monitor safe work practices. Notes: (1) Enterprises which have separate divisions shall include only information relating to divisions which engage in construction or construction related activities. If segregated information applicable only to the division or divisions that may be involved in the performance of the contract is available, information shall be provided at that level, otherwise information shall be provided at the next level that includes information for all divisions that may be involved in performance of the contract. (2) “Recordable cases” include each work related death and each work related injury or occupational illness involving days away from work, restricted work, transfer to another job, medical treatment beyond first aid, or loss of consciousness. (3) Required summaries and rates shall be based on all projects, regardless of whether projects were military or commercial. b. Basis of Evaluation: The Government is seeking to determine that the Offeror has consistently demonstrated a commitment to safety and that the Offeror plans to properly manage and implement safety procedures for itself and its subcontractors. The Government will subjectively evaluate the Offeror’s overall safety record, the Offeror’s plan to

  • N40084-16-R-0001

    Page 22 of 78

    maintain a safe worksite, the Offeror’s ability to correct safety problems, the Offeror’s plan to select and monitor subcontractors, and any safety methods that the Offeror plans to implement for this procurement. The Government’s sources of information for evaluating safety may include, but are not limited to Enterprise Safety Application Management System (ESAMS) Contractor Incident Report System (CIRS), and other related databases. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete safety information regarding these submittal requirements rests with the Offeror. (1) Safety Records: The Government will evaluate the Safety Records (including Summary of Work-Related Injuries and Illnesses, TCIR, DART and Citations) for the past three full calendar years to determine if the Offeror has demonstrated a history of safe work practices taking into account any upward or downward trends and extenuating circumstances that impact the ratings. Lower incident rates and lack of citations may contribute to lower risk ratings while higher incident rates and presence of citations may contribute to higher risk ratings. (2) Safety Recognition Awards/Certificates and Accreditations: The Government will evaluate Safety Recognition Awards/Certificates, accreditations, and/or letters of commendation specific to safety, such awards, certificates, accreditations, or letters of commendation may contribute to a lower risk determination. (3) Technical Approach to Safety: The Government will evaluate the safety narrative to determine the degree to which the Offeror will ensure, manage and maintain the safety of personnel during the performance of work; the Offeror’s procedures to address/correct safety problems; and the Offeror’s plan to select and monitor subcontractors. Plans that demonstrate better safety practices, ability to comply with the safety requirements, commitment to hire subcontractors with a culture of safety, and methods to enhance a safe working environment may contribute to a lower risk determination in the evaluation. PHASE TWO Only Offerors who are invited to submit a Phase Two proposal at a later date are to provide the following information for Factors 5 and 6. Basis of Evaluation/Submission Requirements/Criteria Description for Each Factor: Factor 5 – Technical Solution a. Solicitation Submittal Requirements: (1) Provide a narrative describing the technical solution to the project that meets the requirements of the RFP. Include the following: • Describe how the proposed construction integrates with the surrounding area and existing base facilities design or architectural theme. • Site layout including a description of the project orientation, roadways, parking (include ingress and egress), emergency vehicle access, and ATFP standoff distances as applicable. • Describe the proposed construction schedule including obtaining required permits and required outages to complete the work. • Also include in the proposed construction schedule a plan for providing temporary power to facilities during outages. Narrative shall not exceed three (3) double-sided pages (or six (6) single-sided pages). Up to three (3) conceptual drawings may be provided to supplement the narrative (i.e. demolition plan, site plan, work sequence).

  • N40084-16-R-0001

    Page 23 of 78

    (2) Provide a narrative describing the Offeror’s plans regarding the mobilization and demobilization requirements with regards to the overall contract as a whole and the seed project. Narrative shall not exceed three (3) double-sided pages (or six (6) single-sided pages). b. Basis of Evaluation: (1) The Government will evaluate the narrative and conceptual drawings (if included) considering the extent to which the Offeror’s technical solution demonstrates a clear understanding of the architectural and engineering requirements of the project. The Government will evaluate the Offeror's technical solution to determine adherence to the technical requirements of the RFP. (2) The Government will evaluate the mobilization and demobilization plan to determine the thoroughness of the Offeror’s technical approach. The Government will evaluate how well the contractor demonstrated their understanding of the logistics (identification of the specific elements and its associated effort) with regards to working in Diego Garcia. In addition, the mobilization and demobilization plans will be evaluated to determine the Offeror’s understanding of mobilization and demobilization with regards to the overall contract as a whole and the seed project. FACTOR 6: PRICE – Based on Proposed Task Order 0001 a. Proposal Submission Requirements: The Offeror (see definition) shall complete and submit (in a sealed envelope) the following in the order shown below under Tab “5” of the original proposal only. • Standard Form (SF) 1442 (Solicitation, Offer and Award) • Bid Schedule for Seed Project • Bid Bond Failure to submit a Bid Bond conforming to the requirements of the solicitation may result in an Offeror's proposal being rejected as unacceptable. b. Basis of Evaluation: The price proposal for ELIN 0001 and ELIN 0002 will be evaluated to determine the fairness, reasonableness and completeness of the Offeror’s proposed pricing. The following techniques will be used to ensure a fair and reasonable price: • Comparison of proposed prices received in response to the solicitation. • Comparison of proposed prices with the independent Government estimate. In addition, one or more of the following techniques may also be utilized: • Comparison of proposed prices with available historical information. • Comparison of proposed prices with resources proposed. A price that is found to be either unreasonably high or unrealistically low in relation to the proposed work may be indicative of an inherent lack of understanding of the solicitation requirements and may result in the overall proposal not being considered for award.

  • N40084-16-R-0001

    Page 24 of 78

    Any inconsistency, whether real or apparent, between proposed performance and price must be clearly explained in the price proposal. For example, if unique and innovative approaches are the basis for an apparently unbalanced/unrealistically low priced proposal, the nature of these approaches and their impact on price must be completely documented. The burden of proof of price reasonableness rests solely with the Offeror. The Government reserves the right to examine any Offeror’s proposed pricing for realism where the contracting officer determines that the fairness, reasonableness and completeness of an Offeror’s proposed price cannot adequately be determined from the use of the techniques listed above. The Government also reserves the right to obtain information/reports from Defense Contract Audit Agency (DCAA) or other outside agencies, as required. CLAUSES INCORPORATED BY REFERENCE 52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity MAY 2014 52.203-11 Certification And Disclosure Regarding Payments To

    Influence Certain Federal Transactions SEP 2007

    52.204-7 System for Award Management JUL 2013 52.207-1 Notice Of Standard Competition MAY 2006 52.214-6 Explanation To Prospective Bidders APR 1984 52.214-7 Late Submissions, Modifications, and Withdrawals of Bids NOV 1999 52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004 52.217-5 Evaluation Of Options JUL 1990 52.222-56 Certification Regarding Trafficking in Persons Compliance

    Plan. MAR 2015

    52.233-2 Service Of Protest SEP 2006 252.203-7996 (Dev) Prohibition on Contracting with Entities that Require Certain

    Internal Confidentiality Agreements - Representation (Deviation 2016-O0003)

    OCT 2015

    CLAUSES INCORPORATED BY FULL TEXT 52.211-2 AVAILABILITY OF SPECIFICATIONS, STANDARDS, AND DATA ITEM DESCRIPTIONS LISTED IN THE ACQUISITION STREAMLINING AND STANDARDIZATION INFORMATION SYSTEM (ASSIST) (APR 2014) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (https://assist.dla.mil/online/start/); (2) Quick Search (http://quicksearch.dla.mil/); (3) ASSISTdocs.com (http://assistdocs.com). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (1) Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm);

  • N40084-16-R-0001

    Page 25 of 78

    (2) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (End of provision) CLAUSES INCORPORATED BY FULL TEXT 52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) Any contract awarded as a result of this solicitation will be DX rated order; X DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. (End of provision) 52.214-34 SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) Offers submitted in response to this solicitation shall be in the English language. Offers received in other than English shall be rejected. (End of provision) 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity contract resulting from this solicitation. (End of provision) 52.216-27 SINGLE OR MULTIPLE AWARDS. (OCT 1995) The Government may elect to award a single delivery order contract or task order contract or to award multiple delivery order contracts or task order contracts for the same or similar supplies or services to two or more sources under this solicitation. (End of provision)

  • N40084-16-R-0001

    Page 26 of 78

    52.236-27 SITE VISIT (CONSTRUCTION) (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 solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit for – the SEED Project will be scheduled in Phase 2. (End of provision) 52.236-28 PREPARATION OF PROPOSALS--CONSTRUCTION (OCT 1997) (a) Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposal form. (b) The proposal form may require offerors to submit proposed prices for one or more items on various bases, including-- (1) Lump sum price; (2) Alternate prices; (3) Units of construction; or (4) Any combination of paragraphs (b)(1) through (b)(3) of this provision. (c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no proposal” in the space provided for any item on which no price is submitted. (d) Alternate proposals will not be considered unless this solicitation authorizes their submission. (End of provision) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): Federal Acquisition Regulation (FAR): http://www.acquisition.gov/far Department of Defense FAR Supplement (DFARS): http://farsite.hill.af.mil/vfdfara.htm (End of provision)

  • N40084-16-R-0001

    Page 27 of 78

    52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any FAR or DFARS provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 252.211-7002 AVAILABILITY FOR EXAMINATION OF SPECIFICATIONS, STANDARDS, PLANS, DRAWINGS, DATA ITEM DESCRIPTIONS, AND OTHER PERTINENT DOCUMENTS (DEC. 1991) The specifications, standards, plans, drawings, data item descriptions, and other pertinent documents cited in this solicitation are not available for distribution but may be examined at the following location: Information will be provided, as applicable, in each task order. (End of provision) 252.236-7008 CONTRACT PRICES - BIDDING SCHEDULES. (DEC 1991) (a) The Government's payment for the items listed in the Bidding Schedule shall constitute full compensation to the Contractor for -- (1) Furnishing all plant, labor, equipment, appliances, and materials; and (2) Performing all operations required to complete the work in conformity with the drawings and specifications. (b) The Contractor shall include in the prices for the items listed in the Bidding Schedule all costs for work in the specifications, whether or not specifically listed in the Bidding Schedule. 5252.228 9302 BID GUARANTEE (OCT 2004) - ALTERNATE I 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 price payable for the contract guaranteed minimum 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)

  • N40084-16-R-0001

    Page 28 of 78

    Section 00600 - Representations & Certifications REPS & CERTS REPRESENTATIONS AND CERTIFICATIONS Offerors shall have an active registration and active Representations and Certifications in the System for Award Management (SAM): https://www.sam.gov/portal/public/SAM/ SYSTEM FOR AWARD MANAGEMENT Contractors must be registered in the System for Award Management (SAM) prior to award of a DoD contract. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. A contract cannot be awarded to a contractor not registered in the SAM. Remember to review the NAICS codes listed in your record and make sure that you have listed the NAICS code for this procurement. CLAUSES INCORPORATED BY REFERENCE 52.204-19 Incorporation by Reference of Representations and

    Certifications. DEC 2014

    52.209-5 Certification Regarding Responsibility Matters OCT 2015 52.236-28 Preparation of Proposals--Construction OCT 1997 252.203-7005 Representation Relating to Compensation of Former DoD

    Officials NOV 2011

    CLAUSES INCORPORATED BY FULL TEXT 52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (APR 2016) (a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236220 (2) The small business size standard is Not Applicable. (3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees. (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (d) of this provision applies. (2) If the provision at 52.204-7 is not included in this solicitation, and the offeror is currently registered in System for Award Management (SAM), and has completed the Representations and Certifications section of SAM electronically, the offeror may choose to use paragraph (d) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes: (X) Paragraph (d) applies.

  • N40084-16-R-0001

    Page 29 of 78

    ( ) Paragraph (d) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

    (c) (1) The following representations or certifications in SAM are applicable to this solicitation as indicated:

    (i) 52.203-2, Certificate of Independent Price Determination. This provision applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price adjustment is contemplated, unless—

    (A) The acquisition is to be made under the simplified acquisition procedures in Part 13;

    (B) The solicitation is a request for technical proposals under two-step sealed bidding procedures; or

    (C) The solicitation is for utility services for which rates are set by law or regulation.

    (ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.

    (iii) 52.204-3, Taxpayer Identification. This provision applies to solicitations that do not include the provision at 52.204-7, System for Award Management.

    (iv) 52.204-5, Women-Owned Business (Other Than Small Business). This provision applies to solicitations that—

    (A) Are not set aside for small business concerns;

    (B) Exceed the simplified acquisition threshold; and

    (C) Are for contracts that will be performed in the United States or its outlying areas.

    (v) 52.209-2; Prohibition on Contracting with Inverted Domestic Corporations--Representation.

    (vi) 52.209-5; Certification Regarding Responsibility Matters. This provision applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.

    (vii) 52.209-11, Representation by Corporations Regarding elinquent Tax Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.

    (viii) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to invitations for bids except those in which the place of performance is specified by the Government.

    (ix) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government.

    (x) 52.219-1, Small Business Program Representations (Basic & Alternate I). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas.

    (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard.

    (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard.

  • N40084-16-R-0001

    Page 30 of 78

    (xi) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.

    (xii) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity.

    (xiii) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity.

    (xiv) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items.

    (xv) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.

    (xvi) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items.

    (xvii) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1.

    (xviii) 52.225-4, Buy American--Free Trade Agreements--Israeli Trade Act Certificate. (Basic, Alternates I, II, and III.) This provision applies to solicitations containing the clause at 52.225- 3.

    (A) If the acquisition value is less than $25,000, the basic provision applies.

    (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies.

    (C) If the acquisition value is $50,000 or more but is less than $77,533, the provision with its Alternate II applies.

    (D) If the acquisition value is $77,533 or more but is less than $100,000, the provision with its Alternate III applies.

    (xix) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5.

    (xx) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations.

    (xxi) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certification. This provision applies to all solicitations.

    (xxii) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions.

    (2) The following representations or certifications are applicable as indicated by the Contracting Officer:

    [Contracting Officer check as appropriate.]

  • N40084-16-R-0001

    Page 31 of 78

    (i) 52.204-17, Ownership or Control of Offeror.

    (ii) 52.204-20, Predecessor of Offeror.

    (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.

    (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.

    (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification.

    (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only).

    (vii) 52.227-6, Royalty Information.

    (A) Basic.

    (B) Alternate I.

    (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.

    (d) The offeror has completed the annual representations and certifications electronically via the SAM website accesse