solicitation, offer, 2. type of solicitation 3. date...
TRANSCRIPT
SEE SCHEDULE
- Project FTFA 10-1063, Specifications and Drawings
- ENTER PRICES IN SECTION B. USE A TYPEWRITER OR BLACK INK ONLY.
- THIS ACQUISITION IS A TOTAL SERVICE DISABLED VETERAN OWNED SMALL BUSINESS SET-ASIDE: Offers are being solicited from SDVOSB only. SEE FAR Clause 52.219-6, Notice of Total Small Business Set-Aside.
- The magnitude of this construction project is between $1,000,000.00 and $5,000,000.00
- DISCUSSION OF OFFER: The government may award a contract based solely on initial offers received, without discussion of such offer. Accordingly, each initial offer should be submitted on the most favorable terms from both the price and technical standpoint.
- SEE CONTINUATION PAGE FOR ADDITIONAL BLOCK 10 INFORMATION.
SHAWN D. VANZANDT 850-882-0297
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
31-Mar-2014
(RFP)
(IFB)
X
CALL:
Renovate Battalion Headquarters, Bldg 6009, Camp Rudder
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 within _______ 10 calendar days and complete it within ________ 364 calendar days after receiving
award, X notice to proceed. This performance period is X mandatory, negotiable. (See _________________________ FAR 52.211-10
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 __________ 2 copies to perform the work required are due at the place specified in Item 8 by ___________
local time ______________ 30 Apr 2014 (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) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.
D. Offers providing less than _______ 60 calendar days for Government acceptance after the date offers are due will not be considered and will 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
AFTC/PZIO EGLIN - FA2823 308 WEST D AVENUE, SUITE 130 (BLDG 260) EGLIN AFB FL 32542-5418
FA2823
PAGE OF PAGES
1 OF
CODE
(Title, identifying no., date):
.)
12B. CALENDAR DAYS
10
09:00 AM (hour)
Sealed envelopes containing offers
5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO.
FTFA 10-1063
8. ADDRESS OFFER TO (If Other Than Item 7)
FAX: TEL: TEL: FAX:
FA2823-14-R-6000 64
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 is
accepted 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 SIGN
OFFER (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 and
on 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 is
contract. 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 DATE
BY
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
FA2823-14-R-6000
Page 3 of 64
Section SF 30 - BLOCK 14 CONTINUATION PAGE
BLOCK 10 CONTINUATION
- All offerors MUST complete the Online Representations and Certifications application (SAM) System for
Award Management@ https://www.sam.gov/portal/public/SAM/#1#. Failure to complete all required
Representations and Certifications will make your proposal ineligible for award.
- ENTER CONTRACTOR DUNS NO:______________ ENTER CONTRACTOR CAGE CODE:___________
- EMAIL ADDRESS OF COMPANY REPRESENTATIVES:
PRIMARY:_____________________________________________________________________________
ALTERNATE:___________________________________________________________________________
- Disclosure of Magnitude of Construction: The estimated amount of this project is between $1,000,000.00 and
$5,000,000.00.
A SITE VISIT HAS BEEN SCHEDULED FOR Monday, 14 April 2014, 9:00 a.m. CST AT Headquarter Building
6009, Camp Rudder, Eglin AFB, Florida. Email written request with the name of those who will attend the site visit
to Shawn Vanzandt, email [email protected] and Jennifer Richards, email
[email protected]. Requests must be received NLT Monday, 7 April 2014 at 9:00 a.m., CST.
Please allow extra time to obtain your pass.
- SUBMISSION OF QUESTIONS: Questions regarding this solicitation must be submitted in writing in Word
format to the individuals listed above no later than the close of business 5 calendar days after the site visit.
- SUBMISSION OF PROPOSALS. Offerors are responsible for submitting proposals so as to reach the Government
office designated in the solicitation by the date/time specified. Personnel requiring access to Eglin AFB for the
purpose of delivering a proposal must e-mail a written request containing the company name and the name of the
person(s) requiring access to Shawn Vanzandt, email at [email protected] and Jennifer Richards, e-mail at
[email protected]. Requests must be received NLT 24 hours prior to the date and time established
for receipt of proposals. Please allow extra time to obtain your pass.
- For either the site visit or submission of proposals, all personnel requesting access to Eglin AFB must possess a
valid State or Government picture identification card. Personnel requesting vehicle access to Eglin AFB must
provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate.
FA2823-14-R-6000
Page 4 of 64
Section B - Supplies or Services and Prices
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 1 Lot FTFA101063, Renovate Battalion
FFP
The contractor shall furnish all plant, labor, materials, equipment, design, and
supervision necessary to renovate the Battalion Headquarters at Camp Rudder Bldg
6009 on Eglin Air Force Base in accordance with the attached Statement of Work
dated 30 December, 2013.
THIS CLIN IS SUBJECT TO THE STATUTORY COST LIMITATION CITED
IN DFARS 252.236-7006 OF $5,000,000.
FOB: Destination
PURCHASE REQUEST NUMBER: F1T2BR3353A001
SIGNAL CODE: A
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0002 1 Lot FTFA101063, Renovate Battalion
FFP
The contractor shall furnish all plant, labor, materials, equipment, design, and
supervision necessary to renovate the Battalion Headquarters at Camp Rudder Bldg
6009 on Eglin Air Force Base in accordance with the attached Statement of Work
dated 30 December, 2013.
FOB: Destination
PURCHASE REQUEST NUMBER: F1T2BR3353A001
SIGNAL CODE: A
NET AMT
FA2823-14-R-6000
Page 5 of 64
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0003 1 Lot FTFA101063, Renovate Battalion
FFP
The contractor shall furnish all plant, labor, materials, equipment, design, and
supervision necessary to renovate the Battalion Headquarters at Camp Rudder Bldg
6009 on Eglin Air Force Base in accordance with the attached Statement of Work
dated 30 December, 2013.
FOB: Destination
PURCHASE REQUEST NUMBER: F1T2BR3353A001
SIGNAL CODE: A
NET AMT
ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0004 1 Lot FTFA101063A, Construct Addition Battlion
FFP
The contractor shall furnish all plant, labor, materials, equipment, design, and
supervision necessary to renovate the Battalion Headquarters at Camp Rudder Bldg
6009 on Eglin Air Force Base in accordance with the attached Statement of Work
dated 30 December, 2013..
THIS CLIN IS SUBJECT TO THE STATUTORY COST LIMITATION CITED
IN DFARS 252.236-7006 OF $750,000.
FOB: Destination
PURCHASE REQUEST NUMBER: F1T2BR3353A003
SIGNAL CODE: A
NET AMT
CLAUSES INCORPORATED BY FULL TEXT
52.211-12 LIQUIDATED DAMAGES--CONSTRUCTION (SEP 2000)
FA2823-14-R-6000
Page 6 of 64
(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 $217.17 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)
FA2823-14-R-6000
Page 7 of 64
Section E - Inspection and Acceptance
CLAUSES INCORPORATED BY REFERENCE
52.246-12 Inspection of Construction AUG 1996
52.246-13 Inspection--Dismantling, Demolition, or Removal of
Improvements
AUG 1996
FA2823-14-R-6000
Page 8 of 64
Section F - Deliveries or Performance
DELIVERY INFORMATION
CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC
0001 17-JAN-2014 1 96 CEG/CEP - F1T2BR
501 DE LEON ST BLDG 634 STE 100
EGLIN AFB FL 32542
FOB: Destination
F1T2BR
0002 17-JAN-2014 1 (SAME AS PREVIOUS LOCATION)
FOB: Destination
F1T2BR
0003 17-JAN-2014 1 (SAME AS PREVIOUS LOCATION)
FOB: Destination
F1T2BR
0004 18-JAN-2014 1 (SAME AS PREVIOUS LOCATION)
FOB: Destination
F1T2BR
CLAUSES INCORPORATED BY FULL TEXT
52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)
The Contractor shall be required to (a) commence work under this contract within 5 calendar days after the date the
Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready
for use not later than 364 days after the Notice to Proceed.* The time stated for completion shall include final
cleanup of the premises.
*The Contracting Officer shall specify either a number of days after the date the contractor receives the notice to
proceed, or a calendar date.
(End of clause)
FA2823-14-R-6000
Page 9 of 64
Section H - Special Contract Requirements
CLAUSES INCORPORATED BY REFERENCE
H-800 IMPLEMENTATION OF WARRANTY-CONSTRUCTION AUG 2003
H-804 IMPLEMENTATION OF WARRANTY OF
CONSTRUCTION -SPECIAL WARRANTY FOR
PAINTING
MAR 2001
CLAUSES INCORPORATED BY FULL TEXT
H-025 INCORPORATION OF SECTION K OCT 1998
Section K of the solicitation is hereby incorporated by reference.
H-801 MEDICAL INFORMATION JAN 2000
The name of the Contractor’s physician(s) and preferred hospital (for use in the event of industrial injury of
employees) shall be posted by the Contractor at the site of the work in a prominent place where it can easily be seen
by the workers. This information shall also be furnished to the Director of Base Medical Services, 96 MDG/SG,
Eglin AFB FL 32542-5300.
H-803 INSPECTION AND SURVEILLANCE JAN 2000
The Director, Civil Engineering, Eglin Air Force Base, Florida, is designated as the representative of the Contracting
Officer for the purpose of surveillance and inspection of performance of work under this contract. This designation
does not include authority to direct or authorize the Contractor to make changes in the scope or terms of the contract
without the written authority of the Contracting Officer. Contractor shall notify Project Management Branch, 96
CEN/CENM, telephone 882-2864 at least 24 hours in advance of the date work will commence under this contract;
contractor shall also notify that office at earliest possible time of anticipated absence(s) from the job site.
H-807 ON-BASE PERFORMANCE JAN 2000
(a) Work on this project shall be accomplished during normal hours, which are 7:00 AM to 3:30 PM, Monday
through Friday, except legal holidays. Any work desired to be accomplished during other than the normal hours will
require prior approval of the Contracting Officer. The Contractor must submit a written request to the Contracting
Officer.
(b) The Contractor’s performance may be interrupted from time to time because of high priority mission schedules.
For each calendar day and/or portion of a calendar day that the contractor is removed from the job site, the contract
FA2823-14-R-6000
Page 10 of 64
schedule will be adjusted by one (1) calendar day. Contractor shall contact the Operations Range Control
Center (ROCC) at 850-882-5800 for mission schedules. There is a possibility that there will be an average of
ten (10) days per month for mission outages.
(c) If building remains occupied throughout construction, special provisions apply as follows:
A. The temporary modular building and the new addition can be done concurrently with no disruption to the
operations within Building 6009.
B. The temporary modular building must be operational with all utilities before the occupants of Building 6009
can move into it.
C. Building 6009 can only be renovated once the occupants have fully moved completely into the temporary
modular building.
D. The government will move the existing furniture from Building 6009 into the temporary modular building
when the temporary modular building is totally operational with utilities and during a transition between rotation of
classes.
E. The Tactical Operations Center (TOC) is critical to the mission at the Ranger Camp. This will be moved to
the temporary modular building by the government once the temporary modular building is totally operational and
during a transition between rotation of classes.
F. The government will move the existing furniture from the temporary modular building when the renovation
of Building 6009 and the new addition is completed and accepted by the government.
G. The Tactical Operations Center (TOC) will be moved to Building 6009 by the government when the
renovation of Building 6009 and the new addition is completed and accepted by the government and during a
transition between rotation of classes.
H-810 HURRICANE SEASON JAN 2000
Hurricane season for the state of Florida is normally the period from 01 June through 30 November. During an
actual hurricane, tropical storm or tropical depression condition, you may be contacted by the contracting office and
requested to secure equipment, clean up your work area and properly protect stored materials. In accordance with
the contract clause FAR 52.236-9, “Protection of Existing Vegetation, Structures, Equipment, Utilities and
Improvements” and FAR 52.236-12 “Cleaning Up,” you should keep this in mind and maintain your work area free
from debris and in a safe and secure condition at the completion of each work day. A duty is imposed on the
Contractor to monitor local weather conditions, weather bulletins and base closure information in the local media.
The Contractor must contact the Contract Administrator with a report of conditions adversely affecting the
construction site.
H-811 CONSTRUCTION PERMITS APR 2009
In accordance with (IAW) FAR 52.236-7, the Contractor shall obtain a construction permit for any construction
work on Eglin Air Force Base. An AF Form 103 “Base Civil Engineering Work Clearance Request” must be
submitted with all required signatures, to the Contract Inspector prior to beginning of performance on the job site.
No work shall begin until approval of the AF Form 103 has been granted.
CLAUSES INCORPORATED BY FULL TEXT
H-813 ENVIRONMENTAL INSURANCE REQUIREMENTS JAN 2000
FA2823-14-R-6000
Page 11 of 64
The Contractor shall, at its own expense, provide and maintain insurance during the entire performance period of this
contract which specifically provides coverage for environmental damages with a minimum amount of $1,000,000.00
per occurrence.
CLAUSES INCORPORATED BY FULL TEXT
H-817 UTILITIES JAN 2000
All reasonable required amounts of water and electric power will be made available to the Contractor by the
Government without cost to the Contractor.
CLAUSES INCORPORATED BY FULL TEXT
H-818 UTILITY OUTAGES JAN 2000
Contractor shall notify the Contracting Officer’s Representative (COR) in writing two weeks prior to any utility
outage anticipated during the performance of this contract.
CLAUSES INCORPORATED BY FULL TEXT
H-819 NO UTILITIES JAN 2000
Power and water are not available at the job site, nor will they be made available by the Government. Contractor is
responsible for providing temporary lighting for working at night, portable generators, and portable water.
CLAUSES INCORPORATED BY FULL TEXT
H-820 SALVAGE MATERIALS JAN 2000
(a) All items of Government property indicated on the drawings or in the specifications to be removed and disposed
of by the contractor shall become the property of the contractor and shall be removed promptly from the Eglin AFB
Reservation and legally disposed of EXCEPT _NONE__.
(b) Contractors are encouraged to recycle salvage materials when possible. Contact the Eglin Recycling Center,
850-882-7744, for assistance.
H-829 HAZARDOUS WASTE REMOVAL JAN 2000
FA2823-14-R-6000
Page 12 of 64
The Contractor shall dispose of all hazardous waste in accordance with all applicable local, federal and state
environmental laws and regulations, including but not limited to 40 CFR 260-268, Hazardous Waste Management,
and Rule 17-30 Florida Administrative Code. The Contractor shall assume the responsibility of determining what
constitutes “hazardous waste” and complying with all environmental laws and regulations governing its removal.
H-837 DAILY REPORT TO INSPECTOR JAN 2000
(a) The Contractor shall submit a Daily Report to 96 CEN//CENM inspector on AAC Form 3 or 4003. The report
shall include weather conditions, work accomplished, test accomplished, test reports, delays and discrepancies.
(b) The report to the inspector shall be the original signed by the contractor or his superintendent and turned into 96
CEN/CENM inspector by 12:00 noon the following work day.
H-841 SUPERINTENDENT (DEC 2012) Upon notification of award, the Prime Contractor shall identify a superintendent and alternate for this contract and job site. The full name, home address, SSN#, date of birth, state driver’s license #, days/hours of access required, and consent to a background check for security purposes of each such employee shall be required. The Prime Contractor’s superintendent and/or alternate shall be accountable for all individuals allowed onto the installation. The likelihood of a potential employee meeting all security requirements and being granted authorization to access the base should be considered in all hiring and subcontracting decisions. The U.S. Air Force will not be responsible or liable for any costs or delays that a contractor incurs due to a contractor’s employee being denied access to Eglin AFB. The Superintendent and/or alternate shall be responsible for collecting badges/PVC cards from all employees upon completion of the project/contract or termination of service. Prior to final payment approval, the Superintendent shall provide a company letter stating that all Eglin AFB access badges issued in the performance of this contract have been properly turned into the 96 Security Forces Squadron (SFS). This letter must have some type of validation from the 96 SFS badging office employee either by stamp or signature.
H-842 WEATHER DELAYS MAY 2003
The Anticipated Normal Weather Delay Schedule shown below is developed by month for this geographic location
using National Oceanic and Atmospheric Administration (NOAA) and similar Weather Averaging System data for
the project’s general location. The Government has included additional time in the allowed performance period
using this data. (The basic performance period allows seven calendar days for every five-day working days
assuming based on working Monday through Friday. The contractor’s progress schedule must take these anticipated
adverse weather delays into account in all weather-dependent activities to ensure timely completion of the job.
MONTHLY ANITCIPATED ADVERSE WEATHER DELAY
WORK DAYS BASED ON A 5-DAY WORKWEEK
JAN FEB MAR APR MAY JUN JUL AUG SEP OCT NOV DEC
5 5 5 3 3 5 8 6 5 3 4 5
FA2823-14-R-6000
Page 13 of 64
Upon acknowledgement of Notice to Proceed (NTP) and continuing throughout the contract, the Contractor will
record on his Daily Report (AAC Form 3), the occurrence of adverse weather and resultant impact to normally
scheduled work. Actual adverse weather delay days must prevent work on critical activities for fifty percent or more
of the Contractor’s scheduled workday and must cause a delay in the work activities critical to contract completion.
In order to obtain relief from contract schedule requirements, the Contractor will have to demonstrate not only that
the anticipated amount of weather delay was exceeded by actual weather interruption, but also that reasonable efforts
were made to compensate for such excess interruptions through changes in work hours, changes in the planned
sequence of work, increased concurrent activities, or other available measures. Contemporaneous documentation of
such efforts and prompt coordination thereof with government inspectors is encouraged (see below).
In the event that all reasonable effort to complete the required performance on schedule fail and it is determined that
excessive inclement weather was the cause of that failure, the Contractor may request extension of the project
performance period for any weather delays suffered because of adverse weather beyond the number day indicated on
the chart. The number of workdays of delay added to the schedule shall be converted to calendar days by adding the
appropriate number of weekend days associated with that number of workdays.
(1) Adverse weather days will not be granted for other than normal workdays that the Contractor requested to work
solely for the Contractor’s convenience to meet the contract performance period.
(2) Any extensions to the contract because of change orders will have the normal adverse weather days figured into
the extension period.
(3) If the contract dictates an alternate performance period other than a normal Monday through Friday five-day
workweek, an extension will be considered based on the contract requirement for a workday.
Upon the request of the Contractor made within one workweek after the relevant events, the government inspector
will review the Contractor’s documentation of weather delays and circumstances relevant to the availability of work-
arounds and promptly confirm or dispute the Contractor’s conclusions in writing to the Contractor and the
Contracting Officer. If the Contractor requests an adjustment to the contract schedule based on the government
inspector’s review, the contractor shall notify the Contracting Officer in writing and provide relevant information and
recommendations regarding the request. The Contracting Officer shall determine whether the request should be
promptly granted, deferred pending determination of cumulative weather effects during the contract performance
period, denied, or some combination thereof. The reason for any deferral or denial will be simultaneously
communicated to the Contractor in writing.
The findings of the Contracting Officer shall be final and conclusive subject to appeal under the Disputes clause.
Upon any extension, the Contractor shall immediately submit to the Contracting Officer a revised progress schedule
to meet the revised performance period.
H-843 VERIFICATION OF UTILITY LINES MAY 2003
Once utility lines are flagged or spotted by the proper approving utilities authority, it is the Contractor’s
responsibility to verify the utility location and depth. The Contractor will be responsible for repairing any broken
lines that might occur during the digging process.
H-846 INSURANCE CLAUSE IMPLEMENTATION MAR 2004
FA2823-14-R-6000
Page 14 of 64
The Contractor shall obtain and maintain the minimum kinds and amounts of insurance during performance of this
contract as specified in FAR Sub Part 28.3.
H-853 Conformance with Environmental Management Systems (Pollution Prevention and
Right-to-Know Information)
APR 2008
1. In addition to the requirements in FAR 52.223-5, contractors shall provide a list of toxic and hazardous chemicals
to the Facility Hazardous Materials Cell, 96 CEG/CEVCP, 850-882-4677 before bringing any material onto the
facility. This list shall consist of the material name, manufacturer name and address, quantity and size of the
materials. This list may be in Microsoft Word or Excel. Updates of this list shall be submitted quarterly to the
above office.
2. The Contractor shall perform work under this contract consistent with the relevant policy and objectives
identified in the agency, organizational, or facility environmental management system (EMS) applicable for your
contract. The Contractor shall perform work in a manner that conforms to all appropriate Environmental
Management Programs and Operational Controls identified by the agency, organizational, or facility EMS, and
provide monitoring and measurement information as necessary for the organization to address environmental
performance relative to the environmental, energy, and transportation management goals. In the event an
environmental nonconformance or noncompliance associated with the contracted services is identified, the contractor
shall take corrective and/or preventative actions. In the case of a noncompliance, the Contractor shall respond and
take corrective action immediately. In the case of a nonconformance, the Contractor shall respond and take
corrective action based on the time schedule established by the EMS Site Coordinator, 96 CEG/CEVCP, 850-882-
7684. In addition, the Contractor shall ensure that their employees are aware of the roles and responsibilities
identified by the environmental management system and how these requirements affect their work performed under
this contract.
3. All on-site contractor personnel shall complete facility sponsored environmental training specific to the facility.
The facility training will take approximately thirty minutes to accomplish. The training must be completed within 90
days of the contractor employee being work on the installation. The method of training can be video or my seminar
presentations. Documentation of the training will be provided to EMS Coordinator, 96 CEG/CEVCP, 850-882-
7684. Upon contract award, the Contracting Officer's Representative will notify the facility-level Environmental
Management Systems Coordinator, 96 CEG/CEVCP, 850-882-7684 to arrange EMS training for appropriate staff.
H-854 BONDS NOV 2013
(a) Within the time period specified by the Contracting Officer, the offeror shall furnish two bonds each with surety
or sureties acceptable to the Government in the form of a Performance Bond (Standard Form 25) and a Payment
Bond (Standard Form 25A). The penal sums of such bonds shall be as follows:
(1) Bid Bonds. Each bidder shall submit WITH THEIR BID a Bid Bond (Standard Form 24) with a surety
or sureties acceptable to the Government, or other security in the form of twenty percent (20%) of the bid
price but shall not exceed $3,000,000. The Bid Bond amount shall be expressed either as a percentage of
the bid price or in dollars and cents.
(2) Performance Bond. The penal sum of the Performance Bond shall equal one hundred percent (100%)
of any Delivery (Call) Order $150,000 or greater obligated under this Requirements contract. If the total
FA2823-14-R-6000
Page 15 of 64
value of outstanding Delivery (Call) Orders exceeds $150,000 at any one given time, Contractor shall
furnish additional performance bonding to reflect increased value of the Delivery (Call) Orders. This
requirement also applies to any options exercised by the Government. Any bonds will be furnished by the
Contractor to the Government prior to commencement of contract performance.
(3) Payment Bonds. The penal sum of the Payment Bond shall equal one hundred percent (100%) of any
Delivery (Call) Order $150,000 or greater obligated under this Requirements contract. If the total value of
outstanding Delivery (Call) Orders exceeds $150,000 at any one given time, Contractor shall furnish
additional performance bonding to reflect increased value of the Delivery (Call) Orders. This requirement
also applies to any options exercised by the Government. Any bonds will be furnished by the Contractor to
the Government prior to commencement of contract performance.
(b) Alternate Payment Protection. For delivery orders between $30,000 and $150,000, the contractor shall submit
one of the following payment protections for one hundred (100%) of the individual delivery order price:
Payment Bond
Irrevocable Letter of Credit
H-855
WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE
SF 1442
THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR INVOICES AND ADDITIONAL EMAILS
CORRECTLY THROUGH WAWF:
Invoice Type: CONSTRUCTION PAYMENT INVOICE
*Contract Number: See Block #4 of the award
*Issue Date: See Block #3 of the award
Issue By DODAAC: See Block #7 of the award
*Admin DODAAC: See Block #26 of the award
*Inspected By DODAAC / BPN:
*Contracting Officer Code: Same as Issued By DoDAAC (see Block #7)
Pay DODAAC: See Block #27 of the award
*Federal Supply Classification Code:
ADDITIONAL EMAIL NOTIFICATIONS:
Payments may be expedited electronically via the Internet through the Wide Area Work Flow (WAWF) system.
WAWF may be accessed at https://wawf.eb.mil
WAWF Training may be accessed online at http://www.wawftraining.com
Payment information may be accessed using the DFAS website at http://www.dod.mil/dfas/ (may also be accessed
through WAWF website. Log on and click on “Pay Status” shown in left-hand column)
FA2823-14-R-6000
Page 16 of 64
In order to inquire on the status of your payment, DFAS will need your contract number or invoice number. You
may access WAWF to check the status of your in. Log in, click on My Pay Status (in the left column of the page),
scroll to bottom portion of page, see Commercial Pay and click on Vendor Pay Inquiry. Input your invoice data to
access status.
If DFAS has processed your payment, it should be deposited into your bank account approximately 31 days after
THEIR process date. If several days have passed and the payment hasn’t been deposited, you may check with the
DFAS representative (see Misc. Info Tab on your electronic invoice) who processed your invoice and ask for the
scheduled payment date.
WIDE AREA WORK FLOW DODAAC AND EMAIL DISTRIBUTION TABLE
Requests for payment shall be processed electronically via the Wide Area Work Flow (WAWF) system. Use of
WAWF will speed payment processing time and allow you to monitor payment status online. There are no charges
or fees to use WAWF. For information on WAWF go to https://wawf.eb.mil . Your Electronic Point of Contact
(EPC) identified in the Central Contractor Registration (CCR) must use this website to register your company in
WAWF.
Before registering, you must contact the WAWF Help Desk at 1-866-618-5988 or 1-801-605-7095 and ask them to
“activate” your Cage Code. Once your CAGE is activated, you will then be able to register your company in WAWF.
Web Based Training is located at http://www.wawftraining.com/. A live training database is located at
https://wawftraining.eb.mil/.
Use the DFAS website at http://www.dod.mil/dfas/ to check the status of your invoice. This website may also be
access via the WAWF website; log onto WAWF, click on My Pay Status (in the left column of the page), scroll to
bottom portion of page, see Commercial Pay and click on Vendor Pay Inquiry. Input your invoice data to access
status.
If DFAS has processed your payment, it should be deposited into your bank account approximately 31 days after
THEIR process date. If that time period has elapsed and the payment hasn’t been deposited, you may check with the
DFAS representative who processed your invoice and ask for the scheduled payment date (see Misc. Info Tab on
your electronic invoice in WAWF).
NOTE: USE OF WAWF IS MANDATORY.
The following codes (aka BPN (Business Partner Number) will be required to route your invoices and emails
to inspection/acceptance personnel through WAWF.
CAGE CODE:
ISSUE DODAAC: FA2823
ADMIN DODAAC: FA2823
INSPECT BY DODAAC: F1T2BR
ACCEPTOR / SERVICE ACCEPTOR: F1T2BR
SHIP-TO CODE: F1T2BR
PAY DODAAC: F03000
FSC CODE: Y111
FA2823-14-R-6000
Page 17 of 64
EMAIL POINT OF CONTACT LISTING: (Send emails to the following personnel):
ACCEPTOR / SERVICE ACCEPTOR / INSPECTOR: [email protected]
CONTRACT ADMINISTRATOR: [email protected] / [email protected]
CONTRACTING OFFICER: [email protected]
ADDITIONAL CONTACTS:
TYPE OF INVOICE: Use the type of invoice indicated with "X" below:
__ Invoice and Receiving Report (Combo)
__ Invoice as 2-in-1 (Services Only)
__ Receiving Report Only
__ Invoice Only
__ Performance Based Payment
__ Progress Payment
__ Cost Voucher
_x_ Construction (NOTE: Invoices to be submitted only AFTER receipt of
approved AF Form 3065, Contract Progress Report)
Contractor required to invoice against correct CLIN:
- CLIN 1 = Renovation Battalion Headquarters Bldg 6009 - CLIN 2 = Temporary Modular Building - CLIN 3 = Auditorium Seating - CLIN 4 = Construct Addition Battalion Headquarters Bldg 6009
FA2823-14-R-6000
Page 18 of 64
Section I - Contract Clauses
CLAUSES INCORPORATED BY REFERENCE
52.202-1 Definitions NOV 2013
52.203-3 Gratuities APR 1984
52.203-5 Covenant Against Contingent Fees APR 1984
52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006
52.203-7 Anti-Kickback Procedures OCT 2010
52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal or
Improper Activity
JAN 1997
52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997
52.203-12 Limitation On Payments To Influence Certain Federal
Transactions
OCT 2010
52.203-17 Contractor Employee Whistleblower Rights and Requirement
To Inform Employees of Whistleblower Rights
SEP 2013
52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber
Content Paper
MAY 2011
52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011
52.204-10 Reporting Executive Compensation and First-Tier Subcontract
Awards
JUL 2013
52.204-13 System for Award Management Maintenance JUL 2013
52.209-6 Protecting the Government's Interest When Subcontracting
With Contractors Debarred, Suspended, or Proposed for
Debarment
AUG 2013
52.211-13 Time Extensions SEP 2000
52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004
52.215-2 Audit and Records--Negotiation OCT 2010
52.215-8 Order of Precedence--Uniform Contract Format OCT 1997
52.215-10 Price Reduction for Defective Certified Cost or Pricing Data AUG 2011
52.215-11 Price Reduction for Defective Certified Cost or Pricing Data--
Modifications
AUG 2011
52.215-12 Subcontractor Certified Cost or Pricing Data OCT 2010
52.215-13 Subcontractor Certified Cost or Pricing Data--Modifications OCT 2010
52.215-15 Pension Adjustments and Asset Reversions OCT 2010
52.215-18 Reversion or Adjustment of Plans for Postretirement Benefits
(PRB) Other than Pensions
JUL 2005
52.215-21 Requirements for Certified Cost or Pricing Data or
Information Other Than Certified Cost or Pricing Data--
Modifications
OCT 2010
52.215-21 Alt I Requirements for Certified Cost or Pricing Data or
Information Other Than Certified Cost or Pricing Data--
Modifications (Oct 2010) - Alternate I
OCT 2010
52.219-8 Utilization of Small Business Concerns JUL 2013
52.219-11 Special 8(A) Contract Conditions FEB 1990
52.219-12 Special 8(A) Subcontract Conditions FEB 1990
52.219-14 Limitations On Subcontracting NOV 2011
52.219-17 Section 8(A) Award DEC 1996
52.219-18 Notification Of Competition Limited To Eligible 8 (A)
Concerns
JUN 2003
52.219-18 Alt I Notification of Competition Limited to Eligible 8(A)
Concerns (Jun 2003) - Alternate I
APR 2005
FA2823-14-R-6000
Page 19 of 64
52.219-18 Alt II Notification Of Competition Limited To Eligible 8 (A)
Concerns (Jun 2003) Alternate II
DEC 1996
52.219-27 Notice of Service-Disabled Veteran-Owned Small Business
Set-Aside
NOV 2011
52.222-3 Convict Labor JUN 2003
52.222-4 Contract Work Hours and Safety Standards Act - Overtime
Compensation
JUL 2005
52.222-6 Davis Bacon Act JUL 2005
52.222-7 Withholding of Funds FEB 1988
52.222-8 Payrolls and Basic Records JUN 2010
52.222-9 Apprentices and Trainees JUL 2005
52.222-10 Compliance with Copeland Act Requirements FEB 1988
52.222-11 Subcontracts (Labor Standards) JUL 2005
52.222-12 Contract Termination-Debarment FEB 1988
52.222-13 Compliance with Davis-Bacon and Related Act Regulations. FEB 1988
52.222-14 Disputes Concerning Labor Standards FEB 1988
52.222-15 Certification of Eligibility FEB 1988
52.222-21 Prohibition Of Segregated Facilities FEB 1999
52.222-23 Notice of Requirement for Affirmative Action to Ensure
Equal Employment Opportunity for Construction
FEB 1999
52.222-26 Equal Opportunity MAR 2007
52.222-27 Affirmative Action Compliance Requirements for
Construction
FEB 1999
52.222-27 Affirmative Action Compliance Requirements for
Construction
FEB 1999
52.222-35 Equal Opportunity for Veterans SEP 2010
52.222-36 Affirmative Action For Workers With Disabilities OCT 2010
52.222-37 Employment Reports on Veterans SEP 2010
52.222-40 Notification of Employee Rights Under the National Labor
Relations Act
DEC 2010
52.222-42 Statement Of Equivalent Rates For Federal Hires MAY 1989
52.222-50 Combating Trafficking in Persons FEB 2009
52.222-54 Employment Eligibility Verification AUG 2013
52.223-2 Affirmative Procurement of Biobased Products Under Service
and Construction Contracts
SEP 2013
52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997
52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011
52.223-6 Drug-Free Workplace MAY 2001
52.223-12 Refrigeration Equipment and Air Conditioners MAY 1995
52.223-15 Energy Efficiency in Energy-Consuming Products DEC 2007
52.223-17 Affirmative Procurement of EPA-Designated Items in Service
and Construction Contracts
MAY 2008
52.223-18 Encouraging Contractor Policies To Ban Text Messaging
While Driving
AUG 2011
52.224-1 Privacy Act Notification APR 1984
52.224-2 Privacy Act APR 1984
52.225-9 Buy American Act--Construction Materials SEP 2010
52.225-10 Notice of Buy American Act Requirement--Construction
Materials
FEB 2009
52.225-13 Restrictions on Certain Foreign Purchases JUN 2008
52.227-1 Authorization and Consent DEC 2007
52.227-2 Notice And Assistance Regarding Patent And Copyright
Infringement
DEC 2007
52.227-4 Patent Indemnity-Construction Contracts DEC 2007
FA2823-14-R-6000
Page 20 of 64
52.227-17 Rights In Data-Special Works DEC 2007
52.228-1 Bid Guarantee SEP 1996
52.228-2 Additional Bond Security OCT 1997
52.228-5 Insurance - Work On A Government Installation JAN 1997
52.228-11 Pledges Of Assets JAN 2012
52.228-12 Prospective Subcontractor Requests for Bonds OCT 1995
52.228-13 Alternative Payment Protections JUL 2000
52.228-14 Irrevocable Letter of Credit DEC 1999
52.228-15 Performance and Payment Bonds--Construction OCT 2010
52.229-1 State and Local Taxes APR 1984
52.229-3 Federal, State And Local Taxes FEB 2013
52.232-5 Payments under Fixed-Price Construction Contracts SEP 2002
52.232-17 Interest OCT 2010
52.232-23 Assignment Of Claims JAN 1986
52.232-25 Prompt Payment JUL 2013
52.232-27 Prompt Payment for Construction Contracts JUL 2013
52.232-33 Payment by Electronic Funds Transfer--System for Award
Management
JUL 2013
52.232-39 Unenforceability of Unauthorized Obligations JUN 2013
52.233-1 Disputes JUL 2002
52.233-1 Alt I Disputes (Jul 2002) - Alternate I DEC 1991
52.233-3 Protest After Award AUG 1996
52.233-4 Applicable Law for Breach of Contract Claim OCT 2004
52.236-1 Performance of Work by the Contractor APR 1984
52.236-2 Differing Site Conditions APR 1984
52.236-3 Site Investigation and Conditions Affecting the Work APR 1984
52.236-4 Physical Data APR 1984
52.236-5 Material and Workmanship APR 1984
52.236-6 Superintendence by the Contractor APR 1984
52.236-7 Permits and Responsibilities NOV 1991
52.236-8 Other Contracts APR 1984
52.236-9 Protection of Existing Vegetation, Structures, Equipment,
Utilities, and Improvements
APR 1984
52.236-10 Operations and Storage Areas APR 1984
52.236-11 Use and Possession Prior to Completion APR 1984
52.236-12 Cleaning Up APR 1984
52.236-13 Accident Prevention NOV 1991
52.236-14 Availability and Use of Utility Services APR 1984
52.236-15 Schedules for Construction Contracts APR 1984
52.236-16 Quantity Surveys APR 1984
52.236-17 Layout of Work APR 1984
52.236-21 Specifications and Drawings for Construction FEB 1997
52.236-21 Alt I Specifications and Drawings for Construction (Feb 1997) -
Alternate I
APR 1984
52.237-2 Protection Of Government Buildings, Equipment, And
Vegetation
APR 1984
52.237-4 Payment by Government to Contractor APR 1984
52.242-13 Bankruptcy JUL 1995
52.242-14 Suspension of Work APR 1984
52.243-4 Changes JUN 2007
52.244-5 Competition In Subcontracting DEC 1996
52.244-6 Subcontracts for Commercial Items DEC 2013
52.246-21 Warranty of Construction MAR 1994
52.246-21 Alt I Warranty of Construction (Mar 1994) - Alternate I APR 1984
FA2823-14-R-6000
Page 21 of 64
52.246-23 Limitation Of Liability FEB 1997
52.246-24 Limitation Of Liability--High-Value Items FEB 1997
52.248-3 Value Engineering-Construction OCT 2010
52.249-2 Termination For Convenience Of The Government (Fixed-
Price)
APR 2012
52.249-2 Alt I Termination for Convenience of the Government (Fixed-
Price) (Apr 2012) - Alternate I
SEP 1996
52.249-3 Termination for Convenience of the Government
(Dismantling, Demolition, or Removal of Improvements)
APR 2012
52.249-10 Default (Fixed-Price Construction) APR 1984
52.249-10 Alt I Default (Fixed-Price Construction) (Apr 1984) Alternate I APR 1984
52.253-1 Computer Generated Forms JAN 1991
252.201-7000 Contracting Officer's Representative DEC 1991
252.203-7000 Requirements Relating to Compensation of Former DoD
Officials
SEP 2011
252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-
Contract-Related Felonies
DEC 2008
252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013
252.203-7005 Representation Relating to Compensation of Former DoD
Officials
NOV 2011
252.204-7003 Control Of Government Personnel Work Product APR 1992
252.204-7004 Alt A System for Award Management Alternate A MAY 2013
252.204-7006 Billing Instructions OCT 2005
252.204-7012 Safeguarding of unclassified controlled technical information NOV 2013
252.205-7000 Provision Of Information To Cooperative Agreement Holders DEC 1991
252.209-7004 Subcontracting With Firms That Are Owned or Controlled By
The Government of a Terrorist Country
DEC 2006
252.223-7004 Drug Free Work Force SEP 1988
252.223-7006 Prohibition On Storage And Disposal Of Toxic And
Hazardous Materials
APR 2012
252.225-7012 Preference For Certain Domestic Commodities FEB 2013
252.227-7000 Non-estoppel OCT 1966
252.227-7033 Rights in Shop Drawings APR 1966
252.228-7004 Bonds Or Other Security DEC 1991
252.232-7003 Electronic Submission of Payment Requests and Receiving
Reports
JUN 2012
252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013
252.232-7010 Levies on Contract Payments DEC 2006
252.236-7000 Modification Proposals-Price Breakdown DEC 1991
252.236-7005 Airfield Safety Precautions DEC 1991
252.236-7006 Cost Limitation JAN 1997
252.236-7007 Additive or Deductive Items DEC 1991
252.236-7008 Contract Prices-Bidding Schedules DEC 1991
252.243-7001 Pricing Of Contract Modifications DEC 1991
252.243-7002 Requests for Equitable Adjustment DEC 2012
252.244-7000 Subcontracts for Commercial Items JUN 2013
252.246-7004 Safety of Facilities, Infrastructure, and Equipment for Military
Operations
OCT 2010
252.247-7023 Transportation of Supplies by Sea JUN 2013
5352.242-9000 CONTRACTOR ACCESS TO AIRFORCE
INSTALLATIONS
NOV 2012
FA2823-14-R-6000
Page 22 of 64
CLAUSES INCORPORATED BY FULL TEXT
52.204-1 APPROVAL OF CONTRACT (DEC 1989)
This contract is subject to the written approval of Susan Riley and shall not be binding until so approved.
(End of clause)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JULY 2013)
(a) Definitions. As used in this clause--
Long-term contract means a contract of more than five years in duration, including options. However, the term does
not include contracts that exceed five years in duration because the period of performance has been extended for a
cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other
appropriate authority.
Small business concern means a concern, including its affiliates, that is independently owned and operated, not
dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business
under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is ``not
dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a
kind of business activity in which a number of business concerns are primarily engaged. In determining whether
dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of
employees, financial resources, competitive status or position, ownership or control of materials, processes, patents,
license agreements, facilities, sales territory, and nature of business activity.
(b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor
shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause,
upon the occurrence of any of the following:
(1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to
include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract.
(2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification
of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the
contract.
(3) For long-term contracts--
(i) Within 60 to 120 days prior to the end of the fifth year of the contract; and
(ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter.
(c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this
rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to
this contract. The small business size standard corresponding to this NAICS code can be found at
http://www.sba.gov/content/table-small-business-size-standards.
(d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a
contract other than a construction or service contract, is 500 employees.
FA2823-14-R-6000
Page 23 of 64
(e) Except as provided in paragraph (g) of this clause, the Contractor shall make the representation required by
paragraph (b) of this clause by validating or updating all its representations in the Representations and Certifications
section of the System for Award Management (SAM) and its other data in SAM, as necessary, to ensure that they
reflect the Contractor's current status. The
Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this
clause that the data have been validated or updated, and provide the date of the validation or update.
(f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the
Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause.
(g) If the Contractor does not have representations and certifications in SAM, or does not have a representation in
SAM for the NAICS code applicable to this contract, the Contractor is required to complete the following
rerepresentation and submit it to the contracting office, along with the contract number and the date on which the
rerepresentation was completed:
The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 236210- assigned to
contract number .
(Contractor to sign and date and insert authorized signer's name and title).
(End of clause)
52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (AUG 2013)
(a) Definitions. As used in this clause--Commercially available off-the-shelf (COTS) item—
(1) Means any item of supply that is--
(i) A commercial item (as defined in paragraph (1) of the definition at 2.101);
(ii) Sold in substantial quantities in the commercial marketplace; and
(iii) Offered to the Government, without modification, in the same form in which it is sold in the commercial
marketplace; and
(2) Does not include bulk cargo, as defined in 46 U.S.C. 40102(4), such as agricultural products and petroleum
products. Per 46 CFR 525.1(c)(2), ``bulk cargo'' means cargo that is loaded and carried in bulk onboard ship without
mark or count, in a loose unpackaged form, having homogenous characteristics. Bulk cargo loaded into intermodal
equipment, except LASH or Seabee barges, is subject to mark and count and, therefore, ceases to be bulk cargo.
Employee assigned to the contract means an employee who was hired after November 6, 1986 (after November 27,
2009, in the Commonwealth of the Northern Mariana Islands), who is directly performing work, in the United States,
under a contract that is required to include the clause prescribed at 22.1803. An employee is not considered to be
directly performing work under a contract if the employee--
(1) Normally performs support work, such as indirect or overhead functions; and
(2) Does not perform any substantial duties applicable to the contract.
FA2823-14-R-6000
Page 24 of 64
Subcontract means any contract, as defined in 2.101, entered into by a subcontractor to furnish supplies or services
for performance of a prime contract or a subcontract. It includes but is not limited to purchase orders, and changes
and modifications to purchase orders.
Subcontractor means any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime
Contractor or another subcontractor.
United States, as defined in 8 U.S.C. 1101(a)(38), means the 50 States, the District of Columbia, Puerto Rico, Guam,
the Commonwealth of the Northern Mariana Islands, and the U.S. Virgin Islands.
(b) Enrollment and verification requirements.
(1) If the Contractor is not enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor
shall--
(i) Enroll. Enroll as a Federal Contractor in the E-Verify program within 30 calendar days of contract award;
(ii) Verify all new employees. Within 90 calendar days of enrollment in the E-Verify program, begin to use E-Verify
to initiate verification of employment eligibility of all new hires of the Contractor, who are working in the United
States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3)
of this section); and
(iii) Verify employees assigned to the contract. For each employee assigned to the contract, initiate verification
within 90 calendar days after date of enrollment or within 30 calendar days of the employee's assignment to the
contract, whichever date is later (but see paragraph (b)(4) of this section).
(2) If the Contractor is enrolled as a Federal Contractor in E-Verify at time of contract award, the Contractor shall
use E-Verify to initiate verification of employment eligibility of--
(i) All new employees. (A) Enrolled 90 calendar days or more. The Contractor shall initiate verification of all new
hires of the Contractor, who are working in the United States, whether or not assigned to the contract, within 3
business days after the date of hire (but see paragraph (b)(3) of this section); or
(B) Enrolled less than 90 calendar days. Within 90 calendar days after enrollment as a Federal Contractor in E-
Verify, the Contractor shall initiate verification of all new hires of the Contractor, who are working in the United
States, whether or not assigned to the contract, within 3 business days after the date of hire (but see paragraph (b)(3)
of this section); or
(ii) Employees assigned to the contract. For each employee assigned to the contract, the Contractor shall initiate
verification within 90 calendar days after date of contract award or within 30 days after assignment to the contract,
whichever date is later (but see paragraph (b)(4) of this section).
(3) If the Contractor is an institution of higher education (as defined at 20 U.S.C. 1001(a)); a State or local
government or the government of a Federally recognized Indian tribe; or a surety performing under a takeover
agreement entered into with a Federal agency pursuant to a performance bond, the Contractor may choose to verify
only employees assigned to the contract, whether existing employees or new hires. The Contractor shall follow the
applicable verification requirements at (b)(1) or (b)(2), respectively, except that any requirement for verification of
new employees applies only to new employees assigned to the contract.
(4) Option to verify employment eligibility of all employees. The Contractor may elect to verify all existing
employees hired after November 6, 1986 (after November 27, 2009, in the Commonwealth of the Northern Mariana
Islands), rather than just those employees assigned to the contract. The Contractor shall initiate verification for each
existing employee working in the United States who was hired after November 6, 1986 (after November 27, 2009, in
the Commonwealth of the Northern Mariana Islands), within 180 calendar days of--
FA2823-14-R-6000
Page 25 of 64
(i) Enrollment in the E-Verify program; or
(ii) Notification to E-Verify Operations of the Contractor's decision to exercise this option, using the contact
information provided in the E-Verify program Memorandum of Understanding (MOU).
(5) The Contractor shall comply, for the period of performance of this contract, with the requirements of the E-
Verify program MOU.
(i) The Department of Homeland Security (DHS) or the Social Security Administration (SSA) may terminate the
Contractor's MOU and deny access to the E-Verify system in accordance with the terms of the MOU. In such case,
the Contractor will be referred to a suspension or debarment official.
(ii) During the period between termination of the MOU and a decision by the suspension or debarment official
whether to suspend or debar, the Contractor is excused from its obligations under paragraph (b) of this clause. If the
suspension or debarment official determines not to suspend or debar the Contractor, then the Contractor must
reenroll in E-Verify.
(c) Web site. Information on registration for and use of the E-Verify program can be obtained via the Internet at the
Department of Homeland Security Web site: http://www.dhs.gov/E-Verify.
(d) Individuals previously verified. The Contractor is not required by this clause to perform additional employment
verification using E-Verify for any employee--
(1) Whose employment eligibility was previously verified by the Contractor through the E-Verify program;
(2) Who has been granted and holds an active U.S. Government security clearance for access to confidential, secret,
or top secret information in accordance with the National Industrial Security Program Operating Manual; or
(3) Who has undergone a completed background investigation and been issued credentials pursuant to Homeland
Security Presidential Directive (HSPD)-12, Policy for a Common Identification Standard for Federal Employees and
Contractors.
(e) Subcontracts. The Contractor shall include the requirements of this clause, including this paragraph (e)
(appropriately modified for identification of the parties), in each subcontract that--
(1) Is for--(i) Commercial or noncommercial services (except for commercial services that are part of the purchase of
a COTS item (or an item that would be a COTS item, but for minor modifications), performed by the COTS
provider, and are normally provided for that COTS item); or
(ii) Construction;
(2) Has a value of more than $3,000; and
(3) Includes work performed in the United States.
(End of clause)
52.223-11 OZONE-DEPLETING SUBSTANCES (MAY 2001)
FA2823-14-R-6000
Page 26 of 64
(a) Definition. Ozone-depleting substance, as used in this clause, means any substance the Environmental Protection
Agency designates in 40 CFR part 82 as--
(1) Class I, including, but not limited to, chlorofluorocarbons, halons, carbon tetrachloride, and methyl chloroform;
or
(2) Class II, including, but not limited to, hydrochlorofluorocarbons.
(b) The Contractor shall label products which contain or are manufactured with ozone-depleting substances in the
manner and to the extent required by 42 U.S.C. 7671j (b), (c), and (d) and 40 CFR Part 82, Subpart E, as follows:
“WARNING: Contains (or manufactured with, if applicable), a substance(s) which harm(s) public health and
environment by destroying ozone in the upper atmosphere.”----------------------------
The Contractor shall insert the name of the substance(s).
(End of clause)
52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses 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. Also, the full text of a clause may
be accessed electronically at this/these address(es):
http://farsite.hill.af.mil
(End of clause)
252.215-7009 PROPOSAL ADEQUACY CHECKLIST (JAN 2014)
The offeror shall complete the following checklist, providing location of requested information, or an explanation of
why the requested information is not provided. In preparation of the offeror's checklist, offerors may elect to have
their prospective subcontractors use the same or similar checklist as appropriate.
PROPOSAL ADEQUACY CHECKLIST
REFERENCES
SUBMISSION
ITEM PROPOSAL
PAGE No.
If not provided
EXPLAIN (may use
continuation pages)
GENERAL INSTRUCTIONS
1. FAR 15.408, Table
15-2, Section I
Paragraph A
Is there a properly completed first page of
the proposal per FAR 15.408 Table 15-2 I.A
or as specified in the solicitation?
FA2823-14-R-6000
Page 27 of 64
REFERENCES
SUBMISSION
ITEM PROPOSAL
PAGE No.
If not provided
EXPLAIN (may use
continuation pages)
2. FAR 15.408, Table
15-2, Section I
Paragraph A(7)
Does the proposal identify the need for
Government-furnished material/tooling/test
equipment? Include the accountable
contract number and contracting officer
contact information if known.
3. FAR 15.408, Table
15-2, Section I
Paragraph A(8)
Does the proposal identify and explain
notifications of noncompliance with Cost
Accounting Standards Board or Cost
Accounting Standards (CAS); any proposal
inconsistencies with your disclosed practices
or applicable CAS; and inconsistencies with
your established estimating and accounting
principles and procedures?
4. FAR 15.408, Table
15-2, Section I,
Paragraph C(1)
FAR 2.101, “Cost or
pricing data”
Does the proposal disclose any other known
activity that could materially impact the
costs?
This may include, but is not limited to, such
factors as—
(1) Vendor quotations;
(2) Nonrecurring costs;
(3) Information on changes in production
methods and in production or purchasing
volume;
(4) Data supporting projections of business
prospects and objectives and related
operations costs;
(5) Unit-cost trends such as those associated
with labor efficiency;
(6) Make-or-buy decisions;
(7) Estimated resources to attain business
goals; and
(8) Information on management decisions
that could have a significant bearing on
costs.
5. FAR 15.408, Table
15-2, Section I
Paragraph B
Is an Index of all certified cost or pricing
data and information accompanying or
identified in the proposal provided and
appropriately referenced?
6. FAR 15.403-1(b) Are there any exceptions to submission of
certified cost or pricing data pursuant to
FAR 15.403-1(b)? If so, is supporting
documentation included in the proposal?
(Note questions 18-20.)
FA2823-14-R-6000
Page 28 of 64
REFERENCES
SUBMISSION
ITEM PROPOSAL
PAGE No.
If not provided
EXPLAIN (may use
continuation pages)
7. FAR 15.408, Table
15-2, Section I
Paragraph C(2)(i)
Does the proposal disclose the judgmental
factors applied and the mathematical or
other methods used in the estimate, including
those used in projecting from known data?
8. FAR 15.408, Table
15-2, Section I
Paragraph C(2)(ii)
Does the proposal disclose the nature and
amount of any contingencies included in the
proposed price?
9. FAR 15.408 Table 15-
2, Section II,
Paragraph A or B
Does the proposal explain the basis of all
cost estimating relationships (labor hours or
material) proposed on other than a discrete
basis?
10. FAR 15.408, Table
15-2, Section I
Paragraphs D and E
Is there a summary of total cost by element
of cost and are the elements of cost cross-
referenced to the supporting cost or pricing
data? (Breakdowns for each cost element
must be consistent with your cost accounting
system, including breakdown by year.)
11. FAR 15.408, Table
15-2, Section I
Paragraphs D and E
If more than one Contract Line Item Number
(CLIN) or sub Contract Line Item Number
(sub-CLIN) is proposed as required by the
RFP, are there summary total amounts
covering all line items for each element of
cost and is it cross-referenced to the
supporting cost or pricing data?
12. FAR 15.408, Table
15-2, Section I
Paragraph F
Does the proposal identify any incurred costs
for work performed before the submission of
the proposal?
13. FAR 15.408, Table
15-2, Section I
Paragraph G
Is there a Government forward pricing rate
agreement (FPRA)? If so, the offeror shall
identify the official submittal of such rate
and factor data. If not, does the proposal
include all rates and factors by year that are
utilized in the development of the proposal
and the basis for those rates and factors?
COST ELEMENTS
MATERIALS AND SERVICES
14. FAR 15.408, Table
15-2, Section II
Paragraph A
Does the proposal include a consolidated
summary of individual material and services,
frequently referred to as a Consolidated Bill
of Material (CBOM), to include the basis for
FA2823-14-R-6000
Page 29 of 64
REFERENCES
SUBMISSION
ITEM PROPOSAL
PAGE No.
If not provided
EXPLAIN (may use
continuation pages)
pricing? The offeror’s consolidated summary
shall include raw materials, parts,
components, assemblies, subcontracts and
services to be produced or performed by
others, identifying as a minimum the item,
source, quantity, and price.
SUBCONTRACTS (Purchased materials or services)
15. DFARS 215.404-3 Has the offeror identified in the proposal
those subcontractor proposals, for which the
contracting officer has initiated or may need
to request field pricing analysis?
16. FAR 15.404-3(c)
FAR 52.244-2
Per the thresholds of FAR 15.404-3(c),
Subcontract Pricing Considerations, does the
proposal include a copy of the applicable
subcontractor’s certified cost or pricing
data?
17. FAR 15.408, Table
15-2,
Note 1;
Section II Paragraph
A
Is there a price/cost analysis establishing the
reasonableness of each of the proposed
subcontracts included with the proposal?
If the offeror’s price/cost analyses are not
provided with the proposal, does the
proposal include a matrix identifying dates
for receipt of subcontractor proposal,
completion of fact finding for purposes of
price/cost analysis, and submission of the
price/cost analysis?
EXCEPTIONS TO CERTIFIED COST OR PRICING DATA
18. FAR 52.215-20
FAR 2.101,
“commercial item”
Has the offeror submitted an exception to the
submission of certified cost or pricing data
for commercial items proposed either at the
prime or subcontractor level, in accordance
with provision 52.215-20?
a. Has the offeror specifically identified
the type of commercial item claim (FAR
2.101 commercial item definition,
paragraphs (1) through (8)), and the basis
on which the item meets the definition?
b. For modified commercial items (FAR
2.101 commercial item definition paragraph
(3)); did the offeror classify the
modification(s) as either—
FA2823-14-R-6000
Page 30 of 64
REFERENCES
SUBMISSION
ITEM PROPOSAL
PAGE No.
If not provided
EXPLAIN (may use
continuation pages)
i. A modification of a type customarily
available in the commercial marketplace
(paragraph (3)(i)); or
ii. A minor modification (paragraph
(3)(ii)) of a type not customarily available in
the commercial marketplace made to meet
Federal Government requirements not
exceeding the thresholds in FAR 15.403-
1(c)(3)(iii)(B)?
c. For proposed commercial items “of a
type”, or “evolved” or modified (FAR 2.101
commercial item definition paragraphs (1)
through (3)), did the contractor provide a
technical description of the differences
between the proposed item and the
comparison item(s)?
19. [Reserved]
20. FAR 15.408, Table
15-2, Section II
Paragraph A(1)
Does the proposal support the degree of
competition and the basis for establishing the
source and reasonableness of price for each
subcontract or purchase order priced on a
competitive basis exceeding the threshold
for certified cost or pricing data?
INTERORGANIZATIONAL TRANSFERS
21. FAR 15.408, Table
15-2, Section II
Paragraph A.(2)
For inter-organizational transfers proposed
at cost, does the proposal include a complete
cost proposal in compliance with Table 15-
2?
22. FAR 15.408, Table
15-2, Section II
Paragraph A(1)
For inter-organizational transfers proposed
at price in accordance with FAR 31.205-
26(e), does the proposal provide an analysis
by the prime that supports the exception
from certified cost or pricing data in
accordance with FAR 15.403-1?
DIRECT LABOR
23. FAR 15.408, Table
15-2, Section II
Paragraph B
Does the proposal include a time phased
(i.e.; monthly, quarterly) breakdown of labor
hours, rates and costs by category or skill
FA2823-14-R-6000
Page 31 of 64
REFERENCES
SUBMISSION
ITEM PROPOSAL
PAGE No.
If not provided
EXPLAIN (may use
continuation pages)
level? If labor is the allocation base for
indirect costs, the labor cost must be
summarized in order that the applicable
overhead rate can be applied.
24. FAR 15.408, Table
15-2, Section II
Paragraph B
For labor Basis of Estimates (BOEs), does
the proposal include labor categories, labor
hours, and task descriptions, (e.g.; Statement
of Work reference, applicable CLIN, Work
Breakdown Structure, rationale for estimate,
applicable history, and time-phasing)?
25. FAR subpart 22.10 If covered by the Service Contract Labor
Standards statute (41 U.S.C. chapter 67), are
the rates in the proposal in compliance with
the minimum rates specified in the statute?
INDIRECT COSTS
26. FAR 15.408, Table
15-2, Section II
Paragraph C
Does the proposal indicate the basis of
estimate for proposed indirect costs and how
they are applied? (Support for the indirect
rates could consist of cost breakdowns,
trends, and budgetary data.)
OTHER COSTS
27. FAR 15.408, Table
15-2, Section II
Paragraph D
Does the proposal include other direct costs
and the basis for pricing? If travel is
included does the proposal include number
of trips, number of people, number of days
per trip, locations, and rates (e.g. airfare, per
diem, hotel, car rental, etc)?
28. FAR 15.408, Table
15-2, Section II
Paragraph E
If royalties exceed $1,500 does the proposal
provide the information/data identified by
Table 15-2?
29.
FAR 15.408, Table
15-2, Section II
Paragraph F
When facilities capital cost of money is
proposed, does the proposal include
submission of Form CASB-CMF or
reference to an FPRA/FPRP and show the
calculation of the proposed amount?
FORMATS FOR SUBMISSION OF LINE ITEM SUMMARIES
30. FAR 15.408, Table
15-2, Section III
Are all cost element breakdowns provided
using the applicable format prescribed in
FAR 15.408, Table 15-2 III? (or alternative
format if specified in the request for
FA2823-14-R-6000
Page 32 of 64
REFERENCES
SUBMISSION
ITEM PROPOSAL
PAGE No.
If not provided
EXPLAIN (may use
continuation pages)
proposal)
31. FAR 15.408, Table
15-2, Section III
Paragraph B
If the proposal is for a modification or
change order, have cost of work deleted
(credits) and cost of work added (debits)
been provided in the format described in
FAR 15.408, Table 15-2.III.B?
32. FAR 15.408, Table
15-2, Section III
Paragraph C
For price revisions/redeterminations, does
the proposal follow the format in FAR
15.408, Table 15-2.III.C?
OTHER
33. FAR 16.4 If an incentive contract type, does the
proposal include offeror proposed target
cost, target profit or fee, share ratio, and,
when applicable, minimum/maximum fee,
ceiling price?
34. FAR 16.203-4 and
FAR
15.408 Table 15-2,
Section II, Paragraphs
A, B, C, and D
If Economic Price Adjustments are being
proposed, does the proposal show the
rationale and application for the economic
price adjustment?
35.
FAR 52.232-28 If the offeror is proposing Performance-
Based Payments did the offeror comply with
FAR 52.232-28?
36. FAR 15.408(n)
FAR 52.215-22
FAR 52.215-23
Excessive Pass-through Charges–
Identification of Subcontract Effort: If the
offeror intends to subcontract more than
70% of the total cost of work to be
performed, does the proposal identify: (i) the
amount of the offeror’s indirect costs and
profit applicable to the work to be performed
by the proposed subcontractor(s); and (ii) a
description of the added value provided by
the offeror as related to the work to be
performed by the proposed subcontractor(s)?
(End of provision)
252.219-7009 SECTION 8(A) DIRECT AWARD (SEP 2007)
FA2823-14-R-6000
Page 33 of 64
(a) This contract is issued as a direct award between the contracting office and the 8(a) Contractor pursuant to the
Partnership Agreement between the Small Business Administration (SBA) and the Department of Defense.
Accordingly, the SBA, even if not identified in Section A of this contract, is the prime contractor and retains
responsibility for 8(a) certification, for 8(a) eligibility determinations and related issues, and for providing
counseling and assistance to the 8(a) Contractor under the 8(a) Program. The cognizant SBA district office is:
(To be completed by the Contracting Officer at the time of award)
(b) The contracting office is responsible for administering the contract and for taking any action on behalf of the
Government under the terms and conditions of the contract; provided that the contracting office shall give advance
notice to the SBA before it issues a final notice terminating performance, either in whole or in part, under the
contract. The contracting office also shall coordinate with the SBA prior to processing any novation agreement. The
contracting office may assign contract administration functions to a contract administration office.
(c) The 8(a) Contractor agrees that--
(1) It will notify the Contracting Officer, simultaneous with its notification to the SBA (as required by SBA's 8(a)
regulations at 13 CFR 124.308), when the owner or owners upon whom 8(a) eligibility is based plan to relinquish
ownership or control of the concern. Consistent with Section 407 of Pub. L. 100-656, transfer of ownership or
control shall result in termination of the contract for convenience, unless the SBA waives the requirement for
termination prior to the actual relinquishing of ownership and control; and
(2) It will not subcontract the performance of any of the requirements of this contract without the prior written
approval of the SBA and the Contracting Officer.
(End of Clause)
252.219-7010 ALTERNATE A (JUN 1998)
(a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration
(SBA) for participation in the SBA's 8(a) Program and which meet the following criteria at the time of submission of
offer--
(1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and
(2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any
remedial action directed by the SBA.
(b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this
clause.
(c) Any award resulting from this solicitation will be made directly by the Contracting Officer to the successful 8(a)
offeror selected through the evaluation criteria set forth in this solicitation.
(d)(1) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the
contract, only end items manufactured or produced by small business concerns in the United States or its outlying
areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract
does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph
does not apply to construction or service contracts.
FA2823-14-R-6000
Page 34 of 64
(2) The (insert name of SBA's contractor) will notify the (insert name of contracting agency)
Contracting Officer in writing immediately upon entering an agreement (either oral or written) to transfer all or part
of its stock or other ownership interest to any other party.
(End of clause)
252.227-7023 DRAWINGS AND OTHER DATA TO BECOME PROPERTY OF GOVERNMENT. (MAR
1979)
All designs, drawings, specifications, notes and other works developed in the performance of this contract shall
become the sole property of the Government and may be used on any other design or construction without additional
compensation to the Contractor. The Government shall be considered the "person for whom the work was
prepared" for the purpose of authorship in any copyrightable work under 17 U.S.C. 201(b). With respect thereto, the
Contractor agrees not to assert or authorize others to assert any rights nor establish any claim under the design patent
or copyright laws. The Contractor for a period of three (3) years after completion of the project agrees to furnish all
retained works on the request of the Contracting Officer. Unless otherwise provided in this contract, the Contractor
shall have the right to retain copies of all works beyond such period.
(End of clause)
252.236-7001 CONTRACT DRAWINGS AND SPECIFICATIONS (AUG 2000)
(a) The Government will provide to the Contractor, without charge, one set of contract drawings and specifications,
except publications incorporated into the technical provisions by reference, in electronic or paper media as chosen by
the Contracting Officer.
(b) The Contractor shall--
(1) Check all drawings furnished immediately upon receipt;
(2) Compare all drawings and verify the figures before laying out the work;
(3) Promptly notify the Contracting Officer of any discrepancies;
(4) Be responsible for any errors that might have been avoided by complying with this paragraph (b); and
(5) Reproduce and print contract drawings and specifications as needed.
(c) In general--
(1) Large-scale drawings shall govern small-scale drawings; and
(2) The Contractor shall follow figures marked on drawings in preference to scale measurements.
(d) Omissions from the drawings or specifications or the misdescription of details of work that are manifestly
necessary to carry out the intent of the drawings and specifications, or that are customarily performed, shall not
relieve the Contractor from performing such omitted or misdescribed details of the work. The Contractor shall
perform such details as if fully and correctly set forth and described in the drawings and specifications.
FA2823-14-R-6000
Page 35 of 64
(e) The work shall conform to the specifications and the contract drawings identified on the following index of
drawings:
Renovation of Battalion Headquarters, Bldg 6009, Camp Rudder FTFA 10-1063 SPEC NO. 13AQ
(End of clause)
5352.201-9101 OMBUDSMAN (NOV 2012)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential
offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the
source of the concern. The existence of the ombudsman does not affect the authority of the program manager,
contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of
proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman
may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements,
and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or
postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for
debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, concerned parties may contact the
Center/MAJCOM/DRU or AFISRA ombudsmen, Col Evan C. Dertien, AFTC/CV, 1 South Rosamond Blvd,
Edwards AFB, CA 93524-3784, phone number (661) 277-2810, facsimile number (661) 277-7593. Concerns, issues,
disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be
brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant
Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number
(571) 256-2397, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical
requirements. Such inquiries shall be directed to the Contracting Officer.
5352.215-9001 NOTICE OF PRE-BID/PRE-PROPOSAL CONFERENCE (MAY 1996)
(a) A pre-bid/pre-proposal conference will be conducted at Headquarters Building 6009, Camp Rudder, Eglin AFB,
Florida on 14 April 2014 at 0900 for the purpose of answering questions regarding this solicitation.
(b) Submit the names of all attendees not to exceed 6 (call for special circumstances) to Shawn Vanzandt
[email protected] prior to 7 April 2014. This information must be provided in advance in order to ensure
access to the military base/conference site and adequate seating for the conference attendees.
(c) Bidders/Offerors are requested to submit questions to the point of contact noted above not later than 5 days after
Pre-Proposal Site Visit on 14 April 2014. Information provided at this conference shall not qualify the terms and
conditions of the solicitation and specifications. Terms of the solicitation and specifications remain unchanged
FA2823-14-R-6000
Page 36 of 64
unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the
acknowledgment and receipt of solicitation amendments shall apply.
(d) A record of the conference shall be made and furnished to all prospective bidders/offerors. The record should
include minutes of the meeting, including questions (on a non-attribution basis) and answers
5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSs) (APR 2003)
(a) Unless the requiring activity has obtained prior Senior Acquisition Official (SAO) approval, contractors may not:
(1) Provide any service or product with any specification, standard, drawing, or other document that requires the use
of a Class I ODS in the test, operation, or maintenance of any system, subsystem, item, component, or process; or
(2) Provide any specification, standard, drawing, or other document that establishes a test, operation, or maintenance
requirement that can only be met by use of a Class I ODS.
[Note: This prohibition does not apply to manufacturing.]
(b) For the purposes of Air Force policy, the following products that are pure (i.e., they meet the relevant product
specification identified in AFI 32-7086) are Class I ODSs:
(1) Halons: 1011, 1202, 1211, 1301, and 2402;
(2) Chlorofluorocarbons (CFCs): CFC-11, CFC-12, CFC-13, CFC-111, CFC-112, CFC-113, CFC-114, CFC-115,
CFC-211, CFC-212, CFC-213, CFC-214, CFC-215, CFC-216, and CFC-217, and the blends R-500, R-501, R-502,
and R-503; and
(3) Carbon Tetrachloride, Methyl Chloroform, and Methyl Bromide.
[NOTE: Material that use one or more of these Class I ODSs as minor constituents do not meet the Air Force
definition of a Class I ODS.]
(c) The requiring activity has obtained SAO approval to permit the contractor to use the following Class I ODS(s):
Class I ODS/ Application or Use/Quantity (lbs.) per contract period of performance
of 364 days.
(d) The offeror/contractor is required to notify the contracting officer if any Class I ODS that is not specifically listed
above is required in the test, operation, or maintenance of any system, subsystem, item, component, or process.
(End of clause)
5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (JUN 1997)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Comply with the specific health and safety requirements established by this contract;
(2) Comply with the health and safety rules of the Government installation that concern related activities not
directly addressed in this contract;
(3) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor
and Government personnel performing or in any way coming in contact with the performance of this contract; and
FA2823-14-R-6000
Page 37 of 64
(4) Take such additional immediate precautions as the contracting officer may reasonably require for health and
safety purposes.
(c) The contracting officer may, by written order, direct Air Force Occupational Safety and Health Standards
(AFOSH) and/or health/safety standards as may be required in the performance of this contract and any
adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(d) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the
contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this
contract.
5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012)
(a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who
make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel
are required to wear or prominently display installation identification badges or contractor-furnished, contractor
identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the
following: contract number, location of work site, start and stop dates, names and SSN/Date of Birth /Drivers
License #/State of employees and subcontractor employees needing access to the base. The letter is required
regardless of the length of visit and will also specify the individual(s) authorized to sign for a request for base
identification credentials or vehicle passes. The Contracting Officer or Contracting Specialist will endorse request
and then send it to Security Forces via email for processing into the Security Forces database. Contractors requiring
base access for work, meetings or site visits must complete the Eglin CAB (Contractor Access Badge) Affidavit.
These documents can be hand delivered to the Eglin AFB East Gate Visitor Control Center in a sealed envelope with
a point of contact (POC) and phone number on the front of the envelope.
Affidavits that are emailed must contain only one (1) affidavit attached per email. When submitting multiple
AFFIDAVITS each AFFIDAVIT has to be a separate file attachment to the email. Do not exceed the email file size
of 10 MB or the email may not be received. The email subject line and document must read “FOUO LAST NAME,
FIRST NAME”. (Name is of the person identified in the Affidavit).
Email to Security Forces at: [email protected]
Or you may also send the affidavit via U.S. Postal Service or FedEx to:
96 Security Forces Squadron
ATTN: 96 SFS/S5B Pass and Registration
302 West D Ave, Bldg 272
Eglin AFB FL 32542
Anticipate a three-day lead time for Security Forces to process the documents and conduct the required background
check. Once the background check is complete, a copy will be returned to the POC listed on the envelope. The prime
contractor can provide paperwork for their subcontractor(s) and submit as many documents per envelope as
necessary.
(c) When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver’s
license, current vehicle registration, valid vehicle insurance certificate and social security card to obtain a vehicle
pass. All deliveries to contractor work sites on Eglin AFB main base must go through the North Gate, located off
SR-85 South. Trucks trying to enter the East, West or the Northwest (old ACC) gate will be turned around and told
to use the North Gate. Contractors’ work trucks carrying equipment and tools are also required to use the North
Gate.
FA2823-14-R-6000
Page 38 of 64
(d) During performance of the contract, the contractor shall be responsible for obtaining required identification for
newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer
requires access to the work site. A new access badge will not be issued when the old/expired badge is not returned to
Security Forces. Any lost badges have to be explained in writing using a company letter head, and signed by an
authorized company representative. The lost badge letter must be sent to the Contract Specialist and then signed by
the Contract Specialist or Contracting Officer, and then the letter will be sent to Security Forces for their review.
After Security Forces has the letter a new badge may be issued.
(e) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall
comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel
Security Program Management citing the appropriate paragraphs as applicable.
(f) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor
shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the
issuing office.
(g) Failure to comply with these requirements may result in withholding of final payment.
FA2823-14-R-6000
Page 39 of 64
Section J - List of Documents, Exhibits and Other Attachments
SECTION J
ATTACHMENTS
TITLE DAT E NMBR OF
PAGES
ATTACH 1: STATEMENT OF WORK 29 Nov 2013 3 Pages
ATTACH 2: DRAWINGS 29 Nov 2013 89 Pages
ATTACH 3: SPECIFICATIONS 29 Nov 2013 695 Pages
FTFA 10-1063
ATTACH 4: PAST PERFORMANCE QUESTIONNAIRE Undated 3 Pages
ATTACH 5: PAST PERFORMANCE PROJECT INFORMATION Undated 1 Page
ATTACH 6: FINANCIAL RESPONSIBILITY QUESTIONNAIRE Undated 1 Page
ATTACH 7: SCHEDULE OF WAGE RATES 3 Jan 2014 5 Pages
Decision No.: FL140029
AMENDMENTS: Amendments issued to this solicitation will be part of any resultant contract and will be
listed above at the time of award.
FA2823-14-R-6000
Page 40 of 64
Section K - Representations, Certifications and Other Statements of Offerors
CLAUSES INCORPORATED BY REFERENCE
52.203-11 Certification And Disclosure Regarding Payments To
Influence Certain Federal Transactions
SEP 2007
52.236-28 Preparation of Proposals--Construction OCT 1997
CLAUSES INCORPORATED BY FULL TEXT
52.204-8 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2014)
(a)(1) The North American Industry Classification System (NAICS) code for this acquisition is 236210.
(2) The small business size standard is $33,500,000.
(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 ORCA 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:
( ) Paragraph (d) applies.
( ) 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 ORCA 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, Central Contractor Registration.
(iv) 52.204-5, Women-Owned Business (Other Than Small Business).This provision applies to solicitations that--
FA2823-14-R-6000
Page 41 of 64
(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. This provision
applies to solicitations using funds appropriated in fiscal years 2008, 2009, 2010, or 2012.
(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) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011) (E.O. 13423) (Applies to services
performed on Federal facilities).
(viii) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is
specified by the Government.
(ix) 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.
(x) 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.
(xi) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the
clause at 52.222-26, Equal Opportunity.
(xii) 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.
(xiii) 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.
(xiv) 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.
(xv) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use
of, EPA-designated items.
(xvi) 52.225-2, Buy American Act Certificate. This provision applies to solicitations containing the clause at 52.225-
1.
(xvii) 52.225-4, Buy American Act--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.
FA2823-14-R-6000
Page 42 of 64
(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 $79,507, the provision with its Alternate II applies.
(D) If the acquisition value is $79,507 or more but is less than $100,000, the provision with its Alternate III applies.
(xviii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at
52.225-5.
(xix) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision
applies to all solicitations.
(xx) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to
Iran--Representation and Certifications. This provision applies to all solicitations.
(xxi) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision
applies to--
(A) Solicitations for research, studies, supplies, or services of the type normally acquired from higher educational
institutions; and
(B) For DoD, NASA, and Coast Guard acquisitions, solicitations that contain the clause at 52.219-23, Notice of
Price Evaluation Adjustment for Small Disadvantaged Business Concerns.
(2) The following certifications are applicable as indicated by the Contracting Officer:
(Contracting Officer check as appropriate.)
(i) 52.219-22, Small Disadvantaged Business Status.
(A) Basic.
(B) Alternate I.
(ii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products.
(iii) 52.222-48, Exemption from Application of the Service Contract Act to Contracts for Maintenance,
Calibration, or Repair of Certain Equipment Certification.
(iv) 52.222-52, Exemption from Application of the Service Contract Act to Contracts for Certain
Services–Certification.
(v) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA–Designated
Products (Alternate I only).
(vi) 52.227-6, Royalty Information.
(A) Basic.
(B) Alternate I.
(vii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software.
FA2823-14-R-6000
Page 43 of 64
(d) The offeror has completed the annual representations and certifications electronically via the Online
Representations and Certifications Application (ORCA) website accessed through https://www.acquisition.gov. After
reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations
and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this
provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to
this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation),
as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes
identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended
representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as
of the date of this offer.
------------------------------------------------------------------------
FAR Clause Title Date Change
------------------------------------------------------------------------
------ ---------- ------ ------
------------------------------------------------------------------------
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the
representations and certifications posted on SAM.
(End of provision)
52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JULY 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 proceedings 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.
FA2823-14-R-6000
Page 44 of 64
(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.
(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)
K-800 CONTRACTS WITH GOVERNMENT EMPLOYEES OR ORGANIZATIONS
OWNED OR CONTROLLED BY THEM (IAW FAR 3.601)
OCT 1992
The offeror certifies its organization or business concern is ( ), is not ( ) owned or substantially owned or
controlled by one or more Government employees.
NOTE: This policy is intended to avoid any conflict of interest that arises between the employee’s interests and their
Government duties, and to avoid the appearance of preferential treatment toward its employees.
FA2823-14-R-6000
Page 45 of 64
Section L - Instructions, Conditions and Notices to Bidders
SECTION L
Excerpts from Section L - Instructions, Conditions, and Notices to Offerors
INSTRUCTIONS TO OFFERORS
L-002. I. PROPOSAL PREPARATION INSTRUCTIONS
A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein.
Offerors are required to meet all solicitation requirements, including terms and conditions, representations and
certifications, and requirements as defined in the specifications and drawings. Failure to meet a requirement may
result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms
and conditions and provide complete accompanying rationale. The response shall consist of three (3) separate parts;
Volume I - Price Proposal, Volume II - Past Performance Information, and Volume III - Past Performance
References. You must submit original and two (2) paper copies. Offerors are cautioned to follow the detailed
instructions fully and carefully, as the Government intends to make an award based on the initial offers received,
without discussion of such offers.
In proposal volumes, follow the quantity and page limits as follows:
*PROVIDE A DIGITAL COPY OF ALL PROPOSALS ON A SINGLE WRITABLE COMPACT DISK OF
THE FOLLOWING AS WELL AS PAPER COPIES*
Section Copies Page Limits
Volume I – Price Proposal Original + (2) copies No page limit
AF Form 3052 Original + (2) copies No page limit
(Attachment 1)
Financial Responsibility Original + (2) copies No page limit (***)
Questionnaires (Appendix Cs)
Amendments (if any) Original + (2) copies No page limit
Completed Standard Form 30
Volume II – Past Performance Proposal Original + (2) copies 10 pages (*)
Volume III – Past Performance References Original + (2) copies No page limit (**)
(Appendix As)
Completed Past Performance Original + (2) copies No page limit (**)
Questionnaires (Appendix Bs)
NOTES:
* If the offeror is utilizing significant subcontractors, a total of ten (10) additional pages are authorized for all
subcontractors past performance information.
** Provide the form at Appendix A of not more than five (5) references of the most relevant contracts performed for
Federal agencies and commercial customers within the last three (3) years as part of the Past Performance
FA2823-14-R-6000
Page 46 of 64
Volume III. If the offeror is utilizing significant subcontractors, in addition to the five (5) references for the prime,
the offeror may provide five (5) additional references for each significant subcontractor. Past performance regarding
predecessor companies, key personnel who have relevant experience, or sub-contractors that will perform major or
critical aspects of the requirement will NOT be rated as highly as past performance information for the principal
offeror. In addition, the offeror is responsible for providing the Government the completed Appendix B
questionnaires provided back to the offeror by their references as part of the Past Performance as Volume
III.
*** Provide the form at Appendix C to be completed by an authorized representative of the financial institution or
multiple financial institutions to meet the responsibility of FAR 9.104-1(a) in regards to having, or the ability to
obtain, adequate financial resources to cover the contract.
The paper files will be checked to determine the number of pages and compliance with proposal instructions. Those
pages in excess of the limit will be removed from the back of the Volume II and III and returned by the
Procuring Contracting Officer (PCO) to ensure they are not evaluated. The Government will not keep any
pages in excess of the limit. If Evaluation Notices (EN’s) are required, page limits may be placed on any responses.
Any page limits for responses to ENs will be identified in the letter forwarding the ENs to you. Excess pages
submitted in response to EN’s will also be removed in the same manner by the PCO.
B. The contracting officer has determined there is a high probability of adequate price competition in this
acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in
the contracting officer’s opinion, adequate price competition exists no additional cost information will be requested
and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the
contracting officer determines that adequate price competition no longer exists; offerors may be required to submit
information to the extent necessary for the contracting officer to determine the reasonableness and affordability of
the price. In accordance with FAR 15.403-1(b) and 15.403-3(a), data other than cost or pricing data may be required
to support price reasonableness and realism. Data shall be provided in accordance with FAR 15.403-5. If, after
receipt of proposals, the CO determines that there is insufficient information available to determine price
reasonableness and none of the exceptions in FAR 15.403-1 apply, the Offeror shall be required to submit certified
cost or pricing data. Should adequate price competition not exist after receipt of proposals, the provisions of FAR
Part 15.403-4 shall apply, and the Offeror will be asked to provide certification of cost or pricing data.
C. Specific Instructions:
1. Volume I – PRICE PROPOSAL – Submit Original Proposal and Two (2) Copies.
(a) Complete blocks 14 (to include CAGE Code), 15, 16, 17, 19 (if applicable), and 20A-C of the SF 1442,
Solicitation, Offer, and Award. An authorized official of the firm must sign and date the SF 1442 in Blocks 20A-C.
In doing so, the offeror accedes to the contract terms and conditions as written in the RFP Sections A through J.
These sections constitute the model contract.
(b) Insert proposed unit prices in Section B for each Contract Line Item Number (CLIN). An offeror’s proposed
prices will be determined by multiplying the quantities identified in Section B by the proposed unit price for each
Contract Line Item Number to confirm the extended amount for each. The extended amounts will be added together
to determine the total evaluated price.
(c) Complete the necessary fill-ins and certifications in Sections I through K. Section K shall be returned in its
entirety with your price proposal. For Sections C through I, the offeror shall submit only those pages that require a
fill-in. The offeror’s Online Representations and Certifications Application System For Award Management (SAM)
record must be current, accurate and complete. For additional information, reference
https://www.sam.gov/portal/public/SAM/.
FA2823-14-R-6000
Page 47 of 64
(d) In accordance with block 13 of the SF 1442 a Bid Guarantee is required (See contract clause 52.228-1). The Bid
Guarantee must be 20% of the offered amount and must accompany the proposal submission.
(e) All Standard Form (SF) 30 Solicitation Amendments issued must be signed to acknowledge the SF 30
amendment and submitted with Proposal. Submit Original and two (2) Copies.
(f) Submission of the financial questionnaire is required to be submitted by the offeror on the Appendix C form(s) in
regards to having, or the ability to obtain, adequate financial resources to cover the contract. Appendix C form shall
be completed by the offeror’s main financial banking institution. In addition, the offeror may provide the Appendix
C form completed by the offeror’s suppliers or from other businesses having financial affairs with the offeror. This
information is to allow the contracting officer with adequate information to determine the offeror to have the
necessary financial resources to perform the contract or to have the ability to obtain them prior to award in
accordance with FAR 9.104-1(a). Information submitted on Appendix C form(s) is not a technical factor and
will not be evaluated under Price Proposal or Past Performance. Rather, this information is required by the FAR in
order to be eligible for award and is submitted in advance to expedite the contracting officer’s determination of
contractor responsibility prior to contract award.
(g) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until 60 days ‘after’ the
proposal due date of 30 April, 2014.
2. Volume II –PAST PERFORMANCE PROPOSAL – Submit Original Proposal and Two (2) Copies.
Only information for same or similar type contracts is desired. Provide any information currently available (i.e.
descriptive language, letters, metrics, customer surveys, independent surveys, etc.) which demonstrates customer
satisfaction with overall job performance and quality of completed projects for same or similar type contracts
completed in the last three years. In addition, explain corrective actions taken in the past, if any, for substandard
performance and any current performance problems such as extended performance periods, numerous warranty calls,
etc. Provide comments regarding any known performance deemed unacceptable to the customer, or not in
accordance with the contract terms and conditions. If applicable, provide a letter from all subcontractors that will
perform major or critical aspects of the requirement, consenting to the release of their past performance information
to the prime contractor. Past performance regarding predecessor companies, key personnel who have recent and
relevant experience or sub-contractors that will perform major or critical aspects of the requirement WILL NOT be
rated as highly as past performance information for the principal offeror.
3. Volume III –PAST PERFORMANCE REFERENCES – Submit Original Proposal and Two (2) Copies.
(a) Only references for same or similar type contracts are desired.
(b) The Government will evaluate the quality and extent of offeror’s performance deemed recent and relevant to the
requirements of this RFP. The Government will use information submitted by the offeror on the Appendix A and
Appendix B forms, the Past Performance Proposal and other sources such as other Federal Government offices and
commercial sources, to assess performance. Recent and relevant contracts include contracts that meet the recent and
relevancy definition cited below. The evaluation of past performance information will take into account past
performance information regarding predecessor companies, key personnel who have recent and relevant experience,
or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to
the instant acquisition; however, past performance regarding predecessor companies, key personnel who have
recent and relevant experience, or sub-contractors that will perform major or critical aspects of the
requirement will NOT be rated as highly as past performance information for the principal offeror.
RECENT AND RELEVANT INFORMATION For the purpose of this solicitation, Recent and Relevant Past
Performance is defined as:
1. RECENT – Ongoing contracts with a performance history, and contracts completed within three (3) years from
the issue date of this solicitation (see Standard Form 1442, Block 3).
FA2823-14-R-6000
Page 48 of 64
2. RELEVANT – Performance of construction work which is the same or similar in scope, magnitude, trade, and
complexity, as described in the solicitation, including the specifications and drawings, contract type, contract
environment, subcontractor interaction, and price. Relevant contracts include experience and expertise in the area of
construction activities with a focus on general construction, renovation/interior construction and renovation
including electrical, demo, paving/sidewalks, structural, finishes, plumbing, mechanical/HVAC, communications,
and roofing. The Order of work elements to include project phasing will include the Temporary Building, New
Construction, and Renovation.
The Government may also use other information available to it that is determined relevant to this effort, such as, but
not limited to, the Construction Contractor Appraisal Support System (CCASS).
Teaming Arrangement or Joint Venture: If the offeror intends to fulfill the requirements of this solicitation in a
teaming arrangement or joint venture, the offeror must provide complete information as to the arrangement,
including a list of any relevant and recent past/present performance information on previous teaming arrangements or
joint ventures with the same teaming or joint venture partner. If this is a first-time joint effort, each party to the
arrangement must provide a list of past and present contracts.
Subcontractor Consent: Past performance information pertaining to a subcontractor cannot be disclosed to the
prime offeror without the subcontractor’s consent. Provide with the proposal a letter from all subcontractors that will
perform major or critical aspects of the requirement, consenting to the release of their past performance information
to the prime contractor.
D. Documents submitted in response to this Request for Proposal (RFP) must be fully responsive to and
consistent with the following:
1. Requirements of the RFP (Contract Line Item Numbers and Specifications, Drawings) and Government standards
and regulations pertaining to the Specifications and Drawings.
2. Evaluation Factors for Award in Section M of this RFP.
RELATIONSHIP BETWEEN SECTION L, INSTRUCTIONS AND SECTION M, EVALUATION
Your attention is directed to the functional relationship between Sections L and M of this solicitation. Section L
provides information for the purpose of organizing the proposal and is not intended to be all-inclusive. Section M
describes evaluation factors for award, to include the evaluation procedures for responsiveness to the solicitation,
ranking of the Price proposal, and the assessment of Past Performance information. Since the Government
evaluation of proposals will cover areas identified in Section M, proposals should address all such areas of
evaluation. PROPOSALS THAT DO NOT CONTAIN THE INFORMATION REQUESTED BY THIS
PROVISION RISK REJECTION.
3. Any limitation on the number of proposal pages. Pages exceeding the page limitations set forth in this Clause will
not be read or evaluated, and will be removed from the proposal (in a manner previously described in paragraph A of
this contract clause).
4. Format for all proposal Volumes shall be as follows:
(a) Proposals shall be neat, indexed (cross-indexed as appropriate) and assembled in an orderly manner.
(b) Page Set-Up/Font Size/Lines on Page. Only 8 ½ x 11 inch, portrait format pages are acceptable for
text-oriented material. Landscape (8 ½ x 11 inch) pages are permitted for charts or graphs. Foldout pages are
limited to 11 x 17 inch and may be portrait or landscape (limit 5). Text font shall be Times New Roman (with no
“narrow” font versions acceptable). Font size shall be 12 point with proportional spacing permitted. Type size for
figures and tables must be no smaller than 8-point with proportional spacing permitted. Text may be wrapped
FA2823-14-R-6000
Page 49 of 64
around figures and tables. Margins on all four (4) edges of each page shall be at least 1 inch. Include: RFP number,
Volume and/or subdirectory title and page number in the margin on the upper right of all pages. Single spacing may
be used for figures and tables. Company name and proprietary information notices shall be placed on top and/or
bottom margins. Use single column formatting only; multi-column formatting is not allowed. Graphics are allowed
in either color or B & W with an 8-point minimum on embedded text except where data is only being used as a
sample and readability is not intended. Proposals shall not be supplemented by a package or supplemented by
reference documents. Elaborate formats, bindings or color presentations are not desired or required.
(c) Page Definition. A page is defined as one face of a sheet of paper containing information.
(d) Page Numbering. Pages in each volume must be numbered sequentially and consecutively. The cover page,
table of contents, list(s) of tables and drawings, and blank pages are excluded from the page count.
(e) It is preferred that the volumes are not submitted in hard cover binders.
E. Deviations. Deviations from these instructions will be reviewed by the Contracting Officer to ensure that no
contractor receives a competitive advantage. Deviations resulting in a competitive advantage for an offeror will
result in the proposal being determined noncompliant with the RFP requirements. Offerors unconditionally assume
the risk that a clear quantitative deviation will be deemed qualitatively advantageous to the offeror and determined
noncompliant with the RFP.
F. Disposition of Unsuccessful Proposals. In accordance with FAR Subpart 4.8 (Government Contract Files), the
Government will retain one copy of all unsuccessful proposals. Unless the offeror requires otherwise, the
Government will destroy extra copies of unsuccessful proposals.
G. Proposal Delivery. Offerors are advised that delays can be experienced entering the installation when proposals
are hand carried to the base. See below instructions for specific requirements to access this installation. In addition
to the specific instructions below vehicle registration, proof of insurance and proper identification is required to enter
the installation. All proposals will be filed behind lock and key in the Contracting Office. Proposals must be hand
delivered or mailed to arrive at the following address by the required dates:
AFTC/PZIOC
ATTN: SHAWN VANZANDT/JENNIFER RICHARDS
308 WEST D AVENUE, BUILDING 260, SUITE 130
EGLIN AFB FL 32542
H. HAND-CARRIED proposals must be deposited in the bid repository located in Building 260, Room 130, Eglin
AFB, FL. Please call the Contract Specialist or Contracting Officer to notify once your delivery is made. All
offeror’s proposals must then be date/time stamped listed on the proposal envelope/package by the Contract
Specialist or Contracting Officer. Outside the front door of the Contracting Office, Suite 130 is a telephone table
that contains all of the telephone numbers of personnel in Operational Contracting. The envelope used in submitting
your proposal must be plainly marked with the solicitation number, and the date and local time set for proposal
closing. NOTE: It is imperative that a contractor intending to deliver their proposal by commercial carrier, e.g.
Federal Express, DHL, UPS, etc., insure that the outer envelope of the commercial carrier’s package identifies the
contents as a proposal. This outer package must clearly show the solicitation number and the date and local time set
for proposal closing.
When hand delivering the proposal without having an Eglin AFB access badge you are required to go to the East
Gate visitor control center, Building 873, Eglin AFB, Florida only. No other Eglin AFB gate may be used to
deliver proposals. The Eglin AFB East Gate is located just south of Domino’s pizza located at 437 S John Sims
Pkwy, Valparaiso, Fl. The contractor delivering an offer is required to contact the Contract Specialist, Jennifer
Richards at 850-882-0243 or Shawn Vanzandt at 850-882-0297 a few minutes before arriving at the East gate.
Offeror’s will hand the Contract Specialist their proposal at the visitor center parking lot area.
FA2823-14-R-6000
Page 50 of 64
NOTE: No base badges will be issued to enter the base to hand deliver proposals.
I. Electronic Reference Documents. All referenced documents for this solicitation are available on the Federal
Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov. Potential offerors are encouraged to
subscribe for real-time email notifications when information has been posted to the website for this solicitation.
J. Formal Communications: Offerors shall submit formal communications such as requests for clarifications
and/or information concerning this solicitation in writing (Email is considered the recommended method) to the
following address NO LATER THAN TEN (10) CALENDAR DAYS prior to the proposal closing/due date.
ATTN: JENNIFER RICHARDS/SHAWN VANZANDT
308 WEST D AVENUE, BUILDING 260, SUITE 130
EGLIN AFB FL 32542
Email: [email protected] and [email protected]
K. Site Visit: The site visit will be held on 14 April, 2014 at 0900 hours CST. Offers’ will go to the Eglin AFB
East Gate Visitor’s Center (Valparaiso) at least a half hour before 0900 CST to pick up base access passes.
Offeror’s then will go to Camp Rudder.
BASE PASSES FOR SITE VISIT: The memorandum and the CAB affidavit will be emailed to
[email protected] and [email protected]. The memorandum and CAB affidavit will then be
submitted to Security Forces by the Contract Specialist. Security Forces will perform a background check on all
contractors visiting. When sending emails to the Contract Specialist please check your email options for obtaining a
‘delivery receipt’ to allow verification of the email being delivered.
The access for both forms should only be for Eglin AFB, Camp Rudder, for 14 April, 2014 from 0900-1700 hours
CST or (9am-5pm) CST. * Ensure the memorandum and the CAB affidavit are emailed/received by the Contract
Specialist (at a minimum of) four (4) work days (M-F) before the day of the site visit 14 April, 2014 so that Security
Forces will have enough time to process the required forms and perform the required background check(s). Please
be advised do not expect to get on base with a retired military or dependent ID card; Security Forces does not allow
the use of these cards when doing business on base. All offeror/contractor personnel are required to notify
(telephone or email) the Contract Specialist if planning on attending the site visit.
FA2823-14-R-6000
Page 51 of 64
CLAUSES INCORPORATED BY REFERENCE
52.204-7 System for Award Management JUL 2013
52.215-20 Requirements for Certified Cost or Pricing Data or
Information Other Than Certified Cost or Pricing Data
OCT 2010
52.236-27 Site Visit (Construction) FEB 1995
52.236-27 Alt I Site Visit (Construction) (Feb 1995) - Alternate I FEB 1995
52.237-1 Site Visit APR 1984
CLAUSES INCORPORATED BY FULL TEXT
52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013)
(a) Definitions. As used in this provision--
Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc.
(D&B) to identify unique business entities.
Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-
character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.)
This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for
Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at
Subpart 32.11) for the same parent concern.
Registered in the System for Award Management SAM database means that--
(1) The offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the
Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability
and Transparency Act of 2006 (see Subpart 4.14) into the SAM database;
(2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact
sections of the registration in the SAM database;
(3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification
Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to
provide consent for TIN validation to the Government as a part of the SAM registration process; and
(4) The Government has marked the record ``Active''.
(b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be
registered in the SAM database prior to award, during performance, and through final payment of any contract, basic
agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
(2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation
“DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror's name and address
exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is
registered in the SAM database.
FA2823-14-R-6000
Page 52 of 64
(c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one.
(1) An offeror may obtain a DUNS number--
(i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun
and Bradstreet at 1-866-705-5711 if located within the United States; or
(ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should
indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office.
(2) The offeror should be prepared to provide the following information:
(i) Company legal business.
(ii) Tradestyle, doing business, or other name by which your entity is commonly recognized.
(iii) Company Physical Street Address, City, State, and Zip Code.
(iv) Company Mailing Address, City, State and Zip Code (if separate from physical).
(v) Company Telephone Number.
(vi) Date the company was started.
(vii) Number of employees at your location.
(viii) Chief executive officer/key manager.
(ix) Line of business (industry).
(x) Company Headquarters name and address (reporting relationship within your entity).
(d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer,
the Contracting Officer will proceed to award to the next otherwise successful registered Offeror.
(e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors
who are not registered should consider applying for registration immediately upon receipt of this solicitation.
(f) Offerors may obtain information on registration at https://www.acquisition.gov.
(End of clause)
52.216-1 TYPE OF CONTRACT (APR 1984)
The Government contemplates award of a Firm Fixed Price Construction contract resulting from this solicitation.
(End of provision)
52.216-7 ALLOWABLE COST AND PAYMENT (JUN 2013)
FA2823-14-R-6000
Page 53 of 64
(a) Invoicing.
(1) The Government will make payments to the Contractor when requested as work progresses, but (except for small
business concerns) not more often than once every 2 weeks, in amounts determined to be allowable by the
Contracting Officer in accordance with Federal Acquisition Regulation (FAR) subpart 31.2 in effect on the date of
this contract and the terms of this contract. The Contractor may submit to an authorized representative of the
Contracting Officer, in such form and reasonable detail as the representative may require, an invoice or voucher
supported by a statement of the claimed allowable cost for performing this contract.
(2) Contract financing payments are not subject to the interest penalty provisions of the Prompt Payment Act. Interim
payments made prior to the final payment under the contract are contract financing payments, except interim
payments if this contract contains Alternate I to the clause at 52.232-25.
(3) The designated payment office will make interim payments for contract financing on the 30th day after the
designated billing office receives a proper payment request.
In the event that the Government requires an audit or other review of a specific payment request to ensure
compliance with the terms and conditions of the contract, the designated payment office is not compelled to make
payment by the specified due date.
(b) Reimbursing costs. (1) For the purpose of reimbursing allowable costs (except as provided in subparagraph
(b)(2) of the clause, with respect to pension, deferred profit sharing, and employee stock ownership plan
contributions), the term "costs" includes only--
(i) Those recorded costs that, at the time of the request for reimbursement, the Contractor has paid by cash, check, or
other form of actual payment for items or services purchased directly for the contract;
(ii) When the Contractor is not delinquent in paying costs of contract performance in the ordinary course of business,
costs incurred, but not necessarily paid, for--
(A) Supplies and services purchased directly for the contract and associated financing payments to subcontractors,
provided payments determined due will be made--
(1) In accordance with the terms and conditions of a subcontract or invoice; and
(2) Ordinarily within 30 days of the submission of the Contractor's payment request to the Government;
(B) Materials issued from the Contractor's inventory and placed in the production process for use on the contract;
(C) Direct labor;
(D) Direct travel;
(E) Other direct in-house costs; and
(F) Properly allocable and allowable indirect costs, as shown in the records maintained by the Contractor for
purposes of obtaining reimbursement under Government contracts; and
(iii) The amount of financing payments that have been paid by cash, check, or other forms of payment to
subcontractors.
(2) Accrued costs of Contractor contributions under employee pension plans shall be excluded until actually paid
unless--
FA2823-14-R-6000
Page 54 of 64
(i) The Contractor's practice is to make contributions to the retirement fund quarterly or more frequently; and
(ii) The contribution does not remain unpaid 30 days after the end of the applicable quarter or shorter payment
period (any contribution remaining unpaid shall be excluded from the Contractor's indirect costs for payment
purposes).
(3) Notwithstanding the audit and adjustment of invoices or vouchers under paragraph (g) of this clause, allowable
indirect costs under this contract shall be obtained by applying indirect cost rates established in accordance with
paragraph (d) of this clause.
(4) Any statements in specifications or other documents incorporated in this contract by reference designating
performance of services or furnishing of materials at the Contractor's expense or at no cost to the Government shall
be disregarded for purposes of cost-reimbursement under this clause.
(c) Small business concerns. A small business concern may receive more frequent payments than every 2 weeks.
(d) Final indirect cost rates. (1) Final annual indirect cost rates and the appropriate bases shall be established in
accordance with Subpart 42.7 of the Federal Acquisition Regulation (FAR) in effect for the period covered by the
indirect cost rate proposal.
(2)(i) The Contractor shall submit an adequate final indirect cost rate proposal to the Contracting Officer (or
cognizant Federal agency official) and auditor within the 6-month period following the expiration of each of its fiscal
years. Reasonable extensions, for exceptional circumstances only, may be requested in writing by the Contractor and
granted in writing by the Contracting Officer. The Contractor shall support its proposal with adequate supporting
data.
(ii) The proposed rates shall be based on the Contractor's actual cost experience for that period. The appropriate
Government representative and the Contractor shall establish the final indirect cost rates as promptly as practical
after receipt of the Contractor's proposal.
(iii) An adequate indirect cost rate proposal shall include the following data unless otherwise specified by the
cognizant Federal agency official:
(A) Summary of all claimed indirect expense rates, including pool, base, and calculated indirect rate.
(B) General and Administrative expenses (final indirect cost pool). Schedule of claimed expenses by element of cost
as identified in accounting records (Chart of Accounts).
(C) Overhead expenses (final indirect cost pool). Schedule of claimed expenses by element of cost as identified in
accounting records (Chart of Accounts) for each final indirect cost pool.
(D) Occupancy expenses (intermediate indirect cost pool). Schedule of claimed expenses by element of cost as
identified in accounting records (Chart of Accounts) and expense reallocation to final indirect cost pools.
(E) Claimed allocation bases, by element of cost, used to distribute indirect costs.
(F) Facilities capital cost of money factors computation.
(G) Reconciliation of books of account (i.e., General Ledger) and claimed direct costs by major cost element.
(H) Schedule of direct costs by contract and subcontract and indirect expense applied at claimed rates, as well as a
subsidiary schedule of Government participation percentages in each of the allocation base amounts.
FA2823-14-R-6000
Page 55 of 64
(I) Schedule of cumulative direct and indirect costs claimed and billed by contract and subcontract.
(J) Subcontract information. Listing of subcontracts awarded to companies for which the contractor is the prime or
upper-tier contractor (include prime and subcontract numbers; subcontract value and award type; amount claimed
during the fiscal year; and the subcontractor name, address, and point of contact information).
(K) Summary of each time-and-materials and labor-hour contract information, including labor ategories, labor rates,
hours, and amounts; direct materials; other direct costs; and, indirect expense applied at claimed rates.
(L) Reconciliation of total payroll per IRS form 941 to total labor costs distribution.
(M) Listing of decisions/agreements/approvals and description of accounting/organizational changes.
(N) Certificate of final indirect costs (see 52.242-4,
Certification of Final Indirect Costs).
(O) Contract closing information for contracts physically completed in this fiscal year (include contract number,
period of performance, contract ceiling amounts, contract fee computations, level of effort, and indicate if the
contract is ready to close).
(iv) The following supplemental information is not required to determine if a proposal is adequate, but may be
required during the audit process:
(A) Comparative analysis of indirect expense pools detailed by account to prior fiscal year and budgetary data.
(B) General organizational information and limitation on allowability of compensation for certain contractor
personnel. See 31.205-6(p). Additional salary reference information is available at
http://www.whitehouse.gov/omb/procurement_index_exec_comp/.
(C) Identification of prime contracts under which the contractor performs as a subcontractor.
(D) Description of accounting system (excludes contractors required to submit a CAS Disclosure Statement or
contractors where the description of the accounting system has not changed from the
previous year's submission).
(E) Procedures for identifying and excluding unallowable costs from the costs claimed and billed (excludes
contractors where the procedures have not changed from the previous year's submission).
(F) Certified financial statements and other financial data (e.g., trial balance, compilation, review, etc.).
(G) Management letter from outside CPAs concerning any internal control weaknesses.
(H) Actions that have been and/or will be implemented to correct the weaknesses described in the management letter
from subparagraph G) of this section.
(I) List of all internal audit reports issued since the last disclosure of internal audit reports to the Government.
(J) Annual internal audit plan of scheduled audits to be performed in the fiscal year when the final indirect cost rate
submission is made.
(K) Federal and State income tax returns.
(L) Securities and Exchange Commission 10-K annual report.
FA2823-14-R-6000
Page 56 of 64
(M) Minutes from board of directors meetings.
(N) Listing of delay claims and termination claims submitted which contain costs relating to the subject fiscal year.
(O) Contract briefings, which generally include a synopsis of all pertinent contract provisions, such as: Contract type,
contract amount, product or service(s) to be provided, contract performance period, rate ceilings, advance approval
requirements, pre-contract cost allowability limitations, and billing limitations.
(v) The Contractor shall update the billings on all contracts to reflect the final settled rates and update the schedule
of cumulative direct and indirect costs claimed and billed, as required in paragraph (d)(2)(iii)(I) of this section,
within 60 days after settlement of final indirect cost rates.
(3) The Contractor and the appropriate Government representative shall execute a written understanding setting forth
the final indirect cost rates. The understanding shall specify (i) the agreed-upon final annual indirect cost rates, (ii)
the bases to which the rates apply, (iii) the periods for which the rates apply, (iv) any specific indirect cost items
treated as direct costs in the settlement, and (v) the affected contract and/or subcontract, identifying any with advance
agreements or special terms and the applicable rates. The understanding shall not change any monetary ceiling,
contract obligation, or specific cost allowance or disallowance provided for in this contract. The understanding is
incorporated into this contract upon execution.
(4) Failure by the parties to agree on a final annual indirect cost rate shall be a dispute within the meaning of the
Disputes clause.
(5) Within 120 days (or longer period if approved in writing by the Contracting Officer) after settlement of the final
annual indirect cost rates for all years of a physically complete contract, the Contractor shall submit a completion
invoice or voucher to reflect the settled amounts and rates. The completion invoice or voucher shall include settled
subcontract amounts and rates. The prime contractor is responsible for settling subcontractor amounts and rates
included in the completion invoice or voucher and providing status of subcontractor audits to the contracting officer
upon request.
(6)(i) If the Contractor fails to submit a completion invoice or voucher within the time specified in paragraph (d)(5)
of this clause, the Contracting Officer may--
(A) Determine the amounts due to the Contractor under the contract; and
(B) Record this determination in a unilateral modification to the contract.
(ii) This determination constitutes the final decision of the Contracting Officer in accordance with the Disputes
clause.
(e) Billing rates. Until final annual indirect cost rates are established for any period, the Government shall reimburse
the Contractor at billing rates established by the Contracting Officer or by an authorized representative (the
cognizant auditor), subject to adjustment when the final rates are established. These billing rates--
(1) Shall be the anticipated final rates; and
(2) May be prospectively or retroactively revised by mutual agreement, at either party's request, to prevent
substantial overpayment or underpayment.
(f) Quick-closeout procedures. Quick-closeout procedures are applicable when the conditions in FAR 42.708(a) are
satisfied.
FA2823-14-R-6000
Page 57 of 64
(g) Audit. At any time or times before final payment, the Contracting Officer may have the Contractor's invoices or
vouchers and statements of cost audited. Any payment may be (1) Reduced by amounts found by the Contracting
Officer not to constitute allowable costs or (2) Adjusted for prior overpayments or underpayments.
(h) Final payment. (1) Upon approval of a completion invoice or voucher submitted by the Contractor in accordance
with paragraph (d)(5) of this clause, and upon the Contractor's compliance with all terms of this contract, the
Government shall promptly pay any balance of allowable costs and that part of the fee (if any) not previously paid.
(2) The Contractor shall pay to the Government any refunds, rebates, credits, or other amounts (including interest, if
any) accruing to or received by the Contractor or any assignee under this contract, to the extent that those amounts
are properly allocable to costs for which the Contractor has been reimbursed by the Government. Reasonable
expenses incurred by the Contractor for securing refunds, rebates, credits, or other amounts shall be allowable costs
if approved by the Contracting Officer. Before final payment under this contract, the Contractor and each assignee
whose assignment is in effect at the time of final payment shall execute and deliver--
(i) An assignment to the Government, in form and substance satisfactory to the Contracting Officer, of refunds,
rebates, credits, or other amounts (including interest, if any) properly allocable to costs for which the Contractor has
been reimbursed by the Government under this contract; and
(ii) A release discharging the Government, its officers, agents, and employees from all liabilities, obligations, and
claims arising out of or under this contract, except--
(A) Specified claims stated in exact amounts, or in estimated amounts when the exact amounts are not known;
(B) Claims (including reasonable incidental expenses) based upon liabilities of the Contractor to third parties arising
out of the performance of this contract; provided, that the claims are not known to the Contractor on the date of the
execution of the release, and that the Contractor gives notice of the claims in writing to the Contracting Officer
within 6 years following the release date or notice of final payment date, whichever is earlier; and
(C) Claims for reimbursement of costs, including reasonable incidental expenses, incurred by the Contractor under
the patent clauses of this contract, excluding, however, any expenses arising from the Contractor's indemnification of
the Government against patent liability.
(End of clause)
52.222-5 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005)
(a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the
work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Davis-Bacon Act, of this solicitation.
(2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror
shall request a determination from the Contracting Officer.
(b)(1) If the wage determination provided by the Government for work at the primary site of the work is not
applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting
Officer.
(2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination
for a secondary site of the work.
(End of provision)
FA2823-14-R-6000
Page 58 of 64
52.233-2 SERVICE OF PROTEST (SEP 2006)
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an
agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served
on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from
______________________. (Contracting Officer designate the official or location where a protest may be served
on the Contracting Officer.)
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the
GAO.
(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):
http://farsite.hill.af.mil
(End of provision
252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2013)
Substitute the following paragraphs (d) and (e) for paragraph (d) of the provision at FAR 52.204-8:
(d)(1) The following representations or certifications in the System for Award Management (SAM) database are
applicable to this solicitation as indicated:
(i) 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country. Applies to all
solicitations expected to result in contracts of $150,000 or more.
(ii) 252.209-7003, Reserve Officer Training Corps and Military Recruiting on Campus--Representation. Applies to
all solicitations with institutions of higher education.
(iii) 252.216-7008, Economic Price Adjustment--Wage Rates or Material Prices Controlled by a Foreign
Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be
performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and
may during contract performance impose a mandatory change in wages or prices of materials.
(iv) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part
in a foreign country.
FA2823-14-R-6000
Page 59 of 64
(v) 252.229-7012, Tax Exemptions (Italy)--Representation. Applies to solicitations when contract performance will
be in Italy.
(vi) 252.229-7013, Tax Exemptions (Spain)--Representation. Applies to solicitations when contract performance will
be in Spain.
(2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the
Contracting Officer: [Contracting Officer check as appropriate.]
____ (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government.
____ (ii) 252.225-7000, Buy American--Balance of Payments Program Certificate.
____ (iii) 252.225-7020, Trade Agreements Certificate.
____ Use with Alternate I.
____ (iv) 252.225-7022, Trade Agreements Certificate--Inclusion of Iraqi End Products.
____ (v) 252.225-7031, Secondary Arab Boycott of Israel.
____ (vi) 252.225-7035, Buy American--Free Trade Agreements--Balance of Payments Program Certificate.
____ Use with Alternate I.
____ Use with Alternate II.
____ Use with Alternate III.
____ Use with Alternate IV.
____ Use with Alternate V.
____ (vii) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those
for direct purchase of ocean transportation services or those with an anticipated value at or
below the simplified acquisition threshold.
(e) The offeror has completed the annual representations and certifications electronically via the SAM Web site at
https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of
the offer that the representations and certifications currently posted electronically that apply to this solicitation as
indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12
months, are current, accurate, complete, and applicable to this solicitation (including the business size standard
applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this
offer by reference (see FAR 4.1201); except for the changes identified below ____ [offeror to insert changes,
identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also
incorporated in this offer and are current, accurate, and complete
as of the date of this offer.
FAR/DFARS Clause # Title Date Change
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the
representations and certifications located in the SAM database.
FA2823-14-R-6000
Page 60 of 64
(End of provision)
L-124C. 52.236-27 SITE VISIT (CONSTRUCTION) - - ALTERNATE I FEB 1995
(IAW FAR 36.523)
For the purpose of this clause the blank (s) is/are completed as follows:
( b ) An organized site visit has been scheduled for - -
14 APRIL 2014 AT 0900 HRS
( c ) Participants will meet at - -
Headquarters Building 6009, Camp Rudder, Eglin AFB, Florida .
FA2823-14-R-6000
Page 61 of 64
Section M - Evaluation Factors for Award
SECTION M
EVALUATION OF PROPOSALS
I. BASIS FOR CONTRACT AWARD:
A. This is a competitive Best Value acquisition utilizing the tradeoff process without technical proposals in
accordance with FAR 15.3, Contracting by Negotiation, as supplemented by DoD Source Selection Procedures,
AFFARS 5315.3, MP5315.3 and the evaluation process and criteria set forth in this solicitation. This procurement
will be conducted as Full and Open after Exclusion of Sources; 100% Service Disabled Veteran Owned Small
Business set-aside. The Government will award a contract resulting from the solicitation to the acceptable,
responsible Small Business offeror whose proposal, conforming to this solicitation offers the best-value to the
Government. The evaluation factors are: Factor 1: Price and Factor 2: Past Performance, with Past Performance
being approximately equal to Price. Evaluation criteria are the same for all competing offerors.
B. Offerors shall assure that proposals are submitted in accordance with the instructions provided in clause FAR
52.215-1, Instructions to Offerors - Competitive Acquisitions and Section L of this solicitation. By submission of its
offer, the offeror accedes to all solicitation requirements, including terms and conditions, representations and
certifications, exhibits, attachments, Drawings, and Specifications
C. Offerors shall propose prices for all items. Any offer that fails to cite a price for each item or fails to make an
entry may be rejected as nonconforming to this solicitation.
D. In accordance with FAR 9.104-1(a), the contracting officer must make a determination that a prospective
contractor has adequate financial resources to perform the contract or the ability to obtain them prior to award. The
Government requests an advanced copy of this information submitted by the offeror on the Appendix C form(s) in
regards to having, or the ability to obtain, adequate financial resources to cover the contract. Information submitted
on Appendix C form(s) is not a technical factor and will not be evaluated under Price Proposal or Past
Performance. Rather, this information is required by the FAR in order to be eligible for award and is submitted in
advance to expedite the contracting officer’s determination of contractor responsibility prior to contract award.
E. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete
accompanying rationale. Failure to meet a requirement risks rejection.
F. Only Firm-Fixed-Price (FFP) offers will be evaluated for FFP Contract Line Item Numbers (CLINs). An offer
using a sliding price scale or subject to escalation based on any contingency for FFP designated CLINs will not be
accepted.
II. The evaluation process will proceed as follows:
A. Price Evaluation: Initially, offers will be ranked according to their Total Evaluated Prices (TEPs).
The offeror will bid on four separate CLINs.
- CLIN 1 = Renovation Battalion Headquarters Bldg 6009
- CLIN 2 = Temporary Modular Building
- CLIN 3 = Auditorium Seating
- CLIN 4 = Construct Addition Battalion Headquarters Bldg 6009
The offeror’s proposed CLIN prices will be determined by multiplying the “Unit Price” by the Government provided
”Quantity” identified to determine the “Amount” for each CLIN. As part of the price evaluation, all CLIN
“Amounts” will be added together (summed) to establish an offeror’s overall TEP for the acquisition. For all CLINs
shown to be Not Separately Priced (NSP), the Government will evaluate these CLINs as $0.00. Price will be
reviewed and evaluated based on the CLINs shown within solicitation Part I, Section B – Supplies or Services and
Prices which begins on the page following the SF 1442- Solicitation, Offer, and Award.
FA2823-14-R-6000
Page 62 of 64
The Offeror's Price proposal will be evaluated, using one or more of the techniques defined in FAR 15.404, in order
to determine if it is reasonable. Once the Contracting Officer has determined that adequate price competition exists
within this source selection price fair and reasonableness will be evaluated, at a minimum, based on the comparison
of the offeror’s overall TEP with all other competitive offerors’ overall TEPs received in response to the solicitation.
After the proposal is rank by price, the past performance evaluation will proceed as defined in paragraph B below.
B. Past Performance Evaluation: Using the information provided in Volume II, Past Performance Proposal and
Volume III, Past Performance References (Appendix A) and completed Past Performance Questionnaires (Appendix
B’s) and other available information, the contracting officer shall seek recent and relevant performance information
on all offerors based on (1) the past and present efforts provided by the offeror and (2) data independently obtained
from other Government, commercial and other sources.
1. Recent Definition: Ongoing contracts with a performance history, and contracts completed within three (3) years
from the issue date of this solicitation (see Standard Form 1442, Block 3).
2. Relevancy Definition: Relevant performance includes performance of efforts involving contracts including
experience and expertise in the area of construction activities specifically focusing on general construction,
renovation/interior construction and renovation including electrical, demo, paving/sidewalks, structural, finishes,
plumbing, mechanical/HVAC, communications, and roofing that are similar or greater in scope, magnitude and
complexity than the effort described in this solicitation. Reference the below paragraph 5 Performance Confidence
Assessments table for the definitions of the ratings. The Order of work elements to include project phasing will
include the Temporary Building, New Construction, and Renovation.
3. The Government reserves the right to seek information on higher-priced offeror’s if none of the lower-priced
offerors receive a Substantial Confidence performance confidence assessment. The purpose of the past performance
evaluation is to allow the Government to assess the offeror’s ability to perform the effort described in this RFP,
based on the offeror’s demonstrated present and past performance. The Government will conduct a performance
confidence assessment based upon past performance of the offerors as it relates to the probability of successfully
performing the solicitation requirements. This evaluation will include the contractor’s record of (i) conforming to the
specifications and contract requirements, (ii) management of the project, (iii) reasonable and cooperative behavior
and performance and commitment to customer satisfaction, and (iv) quality control. This assessment represents the
Government evaluation team’s judgment of the probability of an offeror successfully accomplishing the proposed
effort, based upon the offeror’s demonstrated present and past performance. The rating may be determined initially,
or as a result of discussions. The assessment process will result in an overall performance confidence assessment
rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown
Confidence.
4. Offerors submitting past performance information regarding predecessor companies, key personnel, or
subcontractors, are highly encouraged to provide sufficient details regarding them to allow the Government to fully
evaluate the relative value of the information. For example, but not limited to, how is the past performance of a
predecessor company, key personnel, or subcontractor recent and relevant to the determination of this offeror’s
ability to perform this contract. What will the level of involvement of key personnel be on this contract effort?
Provide full details of any subcontractor’s involvement on this work effort. However, past performance regarding
predecessor companies, key personnel who have recent and relevant experience, or subcontractors that will perform
major or critical aspects of the requirement will NOT be rated as highly as past performance information for the
principal offeror.
5. Offerors with no recent and relevant past or present performance history or the offeror’s performance record is so
limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown
Confidence," meaning the rating is treated neither favorably nor unfavorably. Definitions for Performance
Confidence Assessments and Relevancy are as defined below:
FA2823-14-R-6000
Page 63 of 64
Performance Confidence Assessments
Substantial Confidence Based on the offeror’s recent/relevant performance record, the Government has a high
expectation that the offeror will successfully perform the required effort.
Satisfactory Confidence Based on the offeror’s recent/relevant performance record, The Government has a
reasonable expectation that the offeror will successfully perform the required effort.
Limited Confidence Based on the offeror’s recent/relevant performance record, The Government has a low
expectation that the offeror will successfully perform the required effort.
No Confidence Based on the offeror’s recent/relevant performance record, The Government has no
expectation that the offeror will successfully perform the required effort.
Unknown Confidence
(Neutral)
No recent/relevant performance record is available or the offeror’s performance record
is so sparse that no meaningful confidence assessment rating can be reasonably
assigned.
Past Performance Relevancy Ratings Definitions
Very Relevant
Present/past performance effort involved essentially the same scope and magnitude of
effort and complexities this solicitation requires.
Relevant
Present/past performance effort involved similar scope and magnitude of effort and
complexities this solicitation requires.
Somewhat Relevant
Present/past performance effort involved some of the scope and magnitude of effort and
complexities than this solicitation requires.
Not Relevant
Present/past performance effort involved little or none of the scope and magnitude of
effort and complexities this solicitation requires.
6. In evaluating past performance, the Government reserves the right to give greater consideration to information on
those contracts deemed most relevant to the effort described in this RFP.
C. Best-Value Determination: Offerors will be initially ranked from lowest TEP to the highest TEP.
1. If the first lowest TEP is determined to be reasonable, and is judged to have an overall Substantial Confidence
performance rating, that offer represents the best value for the Government and the evaluation process stops at this
point. Award will be made to that offeror without further consideration of any other offers.
2. IF THE LOWEST TEP OFFER IS NOT JUDGED TO HAVE AN OVERALL SUBSTAINTIAL
CONFIDENCE PEFORMANCE RATING THE EVALUATION WILL CONTINUE AS FOLLOWS:
a. If the lowest TEP acceptable offer is determined to be reasonable, but does not have a confidence rating of
Substantial Confidence, the next lowest TEP, acceptable offer will be evaluated and the process will continue until
an offeror whose price is reasonable receives a confidence rating of Substantial Confidence overall for past
performance. If none of the offerors is judged to have a Substantial Confidence performance confidence assessment,
then the next level of a Satisfactory Confidence Rating will be evaluated and the process will continue (in order by
price) until an offeror is judged to have a Satisfactory Confidence performance assessment or until all offerors are
evaluated.
b. The Source Selection Authority shall then make an integrated assessment best-value award decision by
determining if the best-value to the Government is to pay a higher cost for a higher past performance assessment
rating. The Government reserves the following rights:
(i). To award a contract to the lowest TEP offeror who has Substantial Confidence Rating;
FA2823-14-R-6000
Page 64 of 64
(ii). To award to higher TEP offeror who has Substantial Confidence Rating;
(iii). To award a contract to the lowest TEP offeror who has at least a Satisfactory Confidence Rating.
3. Offerors are cautioned to submit sufficient information and in the format specified in FAR 52.215-1, Instructions
to Offerors - Competitive Acquisitions and Section L of this solicitation. Offeror’s may be asked to clarify certain
aspects of their proposal (for example, the relevance of past performance information) or respond to adverse past
performance information to which the offeror has not previously had an opportunity to respond. Adverse past
performance is defined as past performance information that supports a less than satisfactory rating on any evaluation
element or any unfavorable comments received from sources without a formal rating system. Communication
conducted to resolve minor or clerical errors will not constitute discussions and the contracting officer reserves the
right to award a contract without the opportunity for proposal revision.
4. The Government intends to award a contract without discussions with respective offerors. The Government
reserves the right to conduct discussions, if later the Contracting Officer determines this to be necessary. The
Government may reject any or all offers, if such, is in the public interest; accept other than the lowest offer; and
waive informalities and minor irregularities in received offers.
5. Proposals are intended to be evaluated, and award made, without discussions with the offerors [other than minor
clarification(s)], unless discussions are determined to be necessary. The Government reserves the right to conduct
discussions if the Contracting Officer later determines them to be necessary. Offerors may be required to participate
in telephone discussions or in face-to-face oral discussions at the Operational Contracting Division, 308 West ―D
Avenue, Suite 130, Bldg 260, Eglin AFB FL. Offerors are cautioned to follow the detailed instructions fully and
carefully, as the Government reserves the right to make an award based on initial offers received, without discussion
of such offers. The offeror's initial proposal should reflect their best effort.