volume 1 of 5 -...

42
UNCLASSIFIED//FOUO Rel NOR ITA US MATOC TASK ORDER (UNRESTRICTED GULF COAST REGION) RFP NO: W91278-16-URGC-0005 CADD CODE: M014ER64 VOLUME 1 OF 5 SPECIFICATIONS FOR NIRL REPROGRAMMING LAB EGLIN AIR FORCE BASE, FLORIDA (OKALOOSA COUNTY) “GOOD ENGINEERING RESULTS IN A BETTER ENVIRONMENT” U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St Mobile, Alabama 36602

Upload: vungoc

Post on 21-Aug-2018

213 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

UNCLASSIFIED//FOUO Rel NOR ITA US

MATOC TASK ORDER (UNRESTRICTED GULF COAST REGION)

RFP NO: W91278-16-URGC-0005

CADD CODE: M014ER64

VOLUME 1 OF 5

SPECIFICATIONS

FOR

NIRL REPROGRAMMING LAB

EGLIN AIR FORCE BASE, FLORIDA

(OKALOOSA COUNTY)

“GOOD ENGINEERING RESULTS IN A BETTER ENVIRONMENT”

U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St

Mobile, Alabama 36602

Page 2: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

UNCLASSIFIED//FOUO Rel NOR ITA US

Page 3: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AFB, FL M014ER64

Page 1 of 7 UNCLASSIFIED//FOUO Rel NOR ITA US

TO: GULF COAST UNRESTRICTED MATOC OFFERORS

Subject: W91278-16-URGC-0005, Task Order, Request for Proposal (RFP) for Norway, Italy Reprogramming Laboratory (NIRL), Eglin Air Force Base, FL.

1. You are requested to submit a Firm-Fixed Priced (FFP) proposal as detailed in the specifications on the website that will be provided by e-mail from the Contract Specialist. Description of Work: The project scope will consist of 32,854 square feet computer lab/multi-story building required to reprogram the F35 Joint Strike fighter. Building systems include a fire detection and suppression system, constructed to meet ICD/ICS 705 Physical Security Standards for Secure Areas, TEMPEST requirements, unclassified and classified comm systems, CCTV, IDS and access control security systems. Supporting facilities include site work, parking areas, utilities, (electrical distribution system, water, sanitary sewer, communications and gas) stormwater, roadwork and walkways. The project will be Leadership in Energy and Environmental Design (LEED) “Silver” certifiable.

The approximate Cost Range for the project is estimated to be between $10,000,000.00 - $25,000,000.00

The Programmed Amount for this project is $20,000,000.00.

Basis of Award: Tradeoff Best Value

Construction Time: Please refer to Specification Section 01 00 00

Liquidated Damages: Please refer to Specification Section 01 00 00

Wage Rates – Please refer to Specification Section 01 00 00

2. You are requested to submit your proposal not later than 2:00 pm (CST), August 17, 2016 to the following address: U.S. Army Engineer District, Mobile, ATTN: Plans Room (Proposal Delivery) 1009 P.O. Box 2288, Mobile, AL 36628-0001 (or) 109 St Joseph Street, Mobile, Alabama 36602

Submit proposals clearly identified as a proposal on the outside of the box or envelope, and copies (hard copies and electronic) as indicated in Section 00 11 00, to the office named above. The CD’s shall contain PDFs of signed copies and may be submitted within 3 business days after the proposal receipt date. The information submitted in the initial (hard copy) proposal takes precedence over the information provided on the CD’s in case of a conflict. Proposals delivered by hand must be delivered to the address named above and will not be accepted at any other location. Offerors are cautioned to allow

Page 4: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AFB, FL M014ER64

Page 2 of 7 UNCLASSIFIED//FOUO Rel NOR ITA US

ample time (30 minutes minimum) for processing through enhanced security procedures in Federal facilities, which must be accomplished prior to delivery of offers/bids to the designated place for receipt of same.

It is requested that all technical questions be submitted to the Bidder’s Inquiry Portal inProjnet at website http://www.projnet.org/projnet, in order to be considered for response and inclusion in the amendment. The cut-off date for submission of RFIs is August 3, 2016. Do not send RFI’s after this date. All RFIs for this solicitation will be posted in the Projnet website for your review. Please see Requests for Information attached.

3. If a Contractor does not wish to be considered for this particular task order, please respond in writing on or before the proposal due date indicating the reasons why.

4. Your proposal should include a cover letter (on company letterhead) documenting the submission of your proposal to include a signature by an officer of the company so duly authorized to bind the company contractually. Amendments shall be acknowledged by completion of blocks 15A and 15B, and 15C of Standard Form 30 Amendment form and returned with your proposal.

5. Price Proposal should include the following:

a. The contractor shall provide a FFP proposal for performance of this project as identified in the Scope of Work.

b. The FFP shall be structured as described in the solicitation, and shall match the format of the RFP Bidding Schedule.

c. In accordance with Section 1004, paragraph 4.3.2.3 of the main IDIQ contract document, the prices for the CLINs, as offered in the original solicitation CLIN schedule, shall serve as the basis for establishing prices for all contract CLINS utilized in pricing this task order (and all modifications thereto), including the field overhead, design, and mark-ups, as applicable to the work involved in the requirement.

The Contractor's costs for the CLINs may be equal to or less than, but shall not exceed the costs shown in the contract CLIN schedule. The Government reserves the right to obtain breakdowns of the proposals, in the event discussions of prices are required in order to resolve differences between the proposals and the Government’s estimate. Such price discussions, normally, will be conducted with all Contractors that are competing on the same Task Order. However, a Contractor may be excluded from discussions, in the interest of efficiency and timeliness of the award of a Task Order, if their price is so unreasonable that it will have little or no chance of becoming competitive."

The Government reserves the right to verify Contractor past performance information which may include reference checks and reviews of surveys found in the Past Performance Information Retrieval System (PPIRS). The Government reserves the right to verify past and present performance on any projects performed by the Offeror. The

Page 5: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AFB, FL M014ER64

Page 3 of 7 UNCLASSIFIED//FOUO Rel NOR ITA US

Offeror will be given an opportunity to address adverse past performance information, if the Offeror has not had a previous opportunity to review the rating. Recent contracts with interim ratings that are below “Satisfactory” will be examined to ensure that corrective measures are being implemented. The Contracting Officer will consider the number and severity of the problems, the appropriateness and/or effectiveness of any corrective actions taken (not just planned or promised), and the Offeror's overall work record. Prompt corrective action in isolated instances may not outweigh overall negative trends.

6. A Contractor Site Visit has been scheduled for 0900 hrs on 20 July 2016. The purpose of the site visit is for contractors to become familiar with the existing site conditions and to facilitate formal generation of related questions. Attendance at the contractor site visit is strongly recommended. Due to Base Security requirements and limited field staff available for construction contractor site visits, this scheduled site visit will be the only one offered. Individual requests for site visits will not be granted. Contractors will be required to call Ms. Kelli Williams with the Corps of Engineers' Eglin Resident Engineer's office, seventy-two week day working hours (3 days) prior to the site visit by 0830 hrs on 15 July 2016 and instructions on gate access will be given at that time. Request for attendance received after the date shown above will not be accepted. The number of attendees is limited to four from each firm.

Name: Ms. Kelli Williams Address: Building 632, Inverness Road, Eglin AFB, FL 32542 Telephone: 850-882-7024

Contractors must meet at the Eglin Resident Engineer's conference room, Building 632, Eglin AFB, Florida at the time and date listed above. Contractors will be required to register with Ms. Rose Grant for installation access. Requests for Information (RFIs) generated from the site visit should be entered into the ProjNet contractor RFI system for responses. This will give the Government time to investigate and prepare technical questions formally submitted to the Bidder’s Inquiry Portal in Projnet at website http://www.projnet.org/projnet.

7. Pricing submitted for this task order shall be good for a period of 120 calendar days after the proposal due date. The Government reserves the right to conduct discussions on price only, if the Contracting Officer determines that discussions are necessary or are otherwise in the Government's best interest. However, The Government intends to make award on the basis of initial offers, without discussions.

Sincerely,

John C. Vandiver Contracting Officer

VANDIVER.JOHN.C.1386949308

Digitally signed by VANDIVER.JOHN.C.1386949308 DN: c=US, o=U.S. Government, ou=DoD, ou=PKI, ou=USA, cn=VANDIVER.JOHN.C.1386949308 Date: 2016.06.28 09:01:05 -05'00'

Page 6: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AFB, FL M014ER64

Page 4 of 7 UNCLASSIFIED//FOUO Rel NOR ITA US

Attachments: Request for Information FAR Clause 52.204-9 – Personal Identity Verification of Contractor Personnel Calculation Form for Compliance with FAR 52.236-1

Page 7: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AFB, FL M014ER64

Page 5 of 7 UNCLASSIFIED//FOUO Rel NOR ITA US

REQUESTS FOR INFORMATION

Any questions about this solicitation, including technical questions about plans and specifications, shall be submitted via the Bidder Inquiry Portal in ProjNet at https://www.projnet.org. Questions should be submitted no later than 3 AUGUST 2016 at 2:00 p.m. Central Time to allow time for a response, and amendment to the solicitation if necessary. On this date and time the portal will be closed. For technical questions, no other means of communication, e-mail, fax, or telephone will be accepted. Oral exchanges between Offerors and the Government prior to award of the contract will not be binding. In addition to information available to Offerors on the Bidder Inquiry Portal, any substantive information or changes concerning this solicitation will be furnished to all Offerors as an amendment to the solicitation if the information is necessary to the submittal of offers or bids.

To submit and review inquiry items, prospective Offerors must use the Bidder Inquiry Key presented below and follow the instructions listed below the key for access. From this page Offerors can view all inquiries for this solicitation or add an inquiry. A prospective Offeror who submits a comment /question will receive an acknowledgement of their comment/question via email, followed by a response to their comment/ question posted to the ProjNet system after it has been processed by the USACE technical team.

The Solicitation Number is: W91278-16-URGC-0005

The Bidder Inquiry Key is: 8ZXSUU-R9RYKS

Specific Instructions for ProjNet Bid Inquiry Access: 1. From the ProjNet home page linked above, click on Quick Add on the upper right side of the

screen.2. Identify the Agency. This should be marked as USACE.3. Key. Enter the Bidder Inquiry Key listed above. 4. Email. Enter the email address you would like to use for communication. 5. Click Continue. A page will then open saying that a user account was not found and will ask you

to create one using the provided form. 6. Enter your First Name, Last Name, Company, City, State, Phone, Email, Secret Question, Secret

Answer, and Time Zone. Make sure to remember your Secret Question and Answer as they will be used from this point on to access the ProjNet system.

7. Click Add User. Once this is completed you are now registered within ProjNet and are currently logged into the system.

Specific Instructions for Future ProjNet Bid Inquiry Access:

1. For future access to ProjNet, you will not be emailed any type of password. You will utilize your Secret Question and Secret Answer to log in.

2. From the ProjNet home page linked above, click on Quick Add on the upper right side of the screen.

3. Identify the Agency. This should be marked as USACE.4. Key. Enter the Bidder Inquiry Key listed above. 5. Email. Enter the email address you used to register previously in ProjNet. 6. Click Continue. A page will then open asking you to enter the answer to your Secret Question. 7. Enter your Secret Answer and click Login. Once this is completed you are now logged into the

system.

Offerors are requested to review the solicitation and amendments in their entirety, as well as to review the Bidder Inquiry Portal for previous questions and responses, prior to submission of a new inquiry on the Portal.

Page 8: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AFB, FL M014ER64

Page 6 of 7 UNCLASSIFIED//FOUO Rel NOR ITA US

CAUTION: ANY INQUIRY SUBMITTED AND ANSWERED WITHIN THIS SYSTEM, WILL BE ACCESSIBLE TO VIEW BY ALL INTERESTED OFFERORS OR BIDDERS ON THIS SOLICITATION.

The call center for the ProjNet operates weekdays from 8 AM to 5 PM U.S. Central Time. The telephone number is 1-800-428-HELP.

52.204-9 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007)

(a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24, and Federal Information Processing Standards Publication (FIPS PUB) Number 201.

(b) The Contractor shall insert this clause in all subcontracts when the subcontractor is required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system.

(End of clause)

Page 9: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AFB, FL M014ER64

Page 7 of 7 UNCLASSIFIED//FOUO Rel NOR ITA US

CALCULATION FORM FOR Work Performed by the Contractor

A. Clearly describe the work to be self performed by the prime contractor:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________

B. Calculation of Self-Performed Work:

Total Contract Value $___________________________

Deduct Subcontracted MEP Value - $____________________________

Deduct Prime contractor G&A, home office overhead, markups for profit, bond, taxes, and any other burdens on the labor or materials. - $____________________________

Corrected Contract Value B1 $____________________________

Identify and give the dollar value of all work being done on the Site by the prime contractor’s own organization and it’s forces, which includes the cost of labor performed and materials brought on site. Exclude all prime contractor G&A, home office overhead, markups for profit, bond, taxes, and any other ODCS or burdens on the labor or materials. B2 $______________________________

Percentage of work done by Prime = B2/B1 X 100%

B2) $_____________________/(B1) $ ________________ X 100%= _________________________________%

rime contractors work must be equal to or greater than 15%.

Page 10: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

This page was intentionally left blank for duplex printing.

Page 11: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

TABLE OF CONTENTS - PAGE 2 UNCLASSIFIED//FOUO Rel NOR ITA US

TABLE OF CONTENTS

VOLUME 1 OF 5 RFP LETTER BIDDING REQUIREMENTS

BIDDING SCHEDULE EXPLANATION OF BID ITEMS 00 11 00 BEST VALUE ONE-PHASE VERTICAL CONSTRUCTION (PROPOSAL

SUBMISSION REQUIREMENTS AND INSTRUCTIONS) 00 12 00 BEST VALUE ONE-PHASE VERTICAL CONSTRUCTION (EVALUATION OF

PROPOSALS AND BASIS OF AWARD) SPECIFICATIONS

DIVISION 01-GENERAL REQUIREMENTS 01 00 00 ADDITIONAL SPECIAL CONTRACT REQUIREMENTS

PROJECT SIGNS EGLIN BASE ACCESS REQUIREMENTS

FORM DD1354 DD FORM 1354 CHECKLIST WAGE RATES 01 11 00 SUMMARY OF THE WORK 01 32 01.00 10 PROJECT SCHEDULE 01 33 00 SUBMITTAL PROCEDURES FOR SUBMITTAL REGISTER ENGINEERING FORM 4025R 01 33 29 SUSTAINABILITY REQUIREMENTS 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS 01 42 00 SOURCES FOR REFERENCE PUBLICATIONS 01 45 00.00 10 QUALITY CONTROL 01 45 00.10 10 QUALITY CONTROL SYSTEM (QCS) SAM FORM 696 01 45 35 SPECIAL INSPECTIONS 01 57 20.00 10 ENVIRONMENTAL PROTECTION EGLIN STANDARD 01 57 23 TEMPORARY STORM WATER POLLUTION CONTROL 01 74 19 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT 01 78 23 OPERATION & MAINTENANCE DATA 01 91 00.00 COMMISSIONING

DIVISION 02 - EXISTING CONDITIONS

02 41 00 DEMOLITION

DIVISION 03 - CONCRETE

03 30 00 CAST-IN-PLACE CONCRETE

DIVISION 04 - MASONRY

04 20 00 MASONRY

Page 12: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

TABLE OF CONTENTS - PAGE 2 UNCLASSIFIED//FOUO Rel NOR ITA US

DIVISION 05 - METALS

05 12 00 STRUCTURAL STEEL 05 21 00 STEEL JOIST FRAMING 05 30 00 STEEL DECKS 05 40 00 COLD-FORMED METAL FRAMING 05 50 13 MISCELLANEOUS METAL FABRICATIONS 05 51 00 METAL STAIRS 05 51 33 METAL LADDERS

DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES

06 10 00 ROUGH CARPENTRY 06 41 16.00 10 LAMINATE CLAD ARCHITECTURAL CASEWORK 06 61 16 SOLID POLYMER (SOLID SURFACING) FABRICATIONS

VOLUME 2 OF 5 DIVISION 07 - THERMAL AND MOISTURE PROTECTION

07 05 23 PRESSURE TESTING AN AIR BARRIER SYSTEM FOR AIR TIGHTNESS 07 13 53 ELASTOMERIC SHEET WATERPROOFING 07 21 13 BOARD AND BLOCK INSULATION 07 21 16 MINERAL FIBER BLANKET INSULATION 07 22 00 ROOF AND DECK INSULATION 07 27 10.00 10 BUILDING AIR BARRIER SYSTEM 07 27 26 FLUID-APPLIED MEMBRANE AIR / MOISTURE BARRIER 07 41 13 METAL ROOF PANELS 07 42 14 INSULATED METAL WALL PANELS 07 42 43 COMPOSITE WALL PANELS 07 52 00 MODIFIED BITUMINOUS MEMBRANE ROOFING 07 53 00 EPDM GUTTER LINER 07 60 00 FLASHING AND SHEET METAL 07 76 00 ROOFTOP PAVER SYSTEM (HIGH WIND UPLIFT RESISTANT SYSTEM

WITH LOCK DOWN CONCRETE PAVERS) 07 81 00 SPRAY APPLIED FIREPROOFING 07 84 00 FIRESTOPPING 07 92 00 JOINT SEALANTS

DIVISION 08 - OPENINGS

08 11 13 STEEL DOORS AND FRAMES 08 11 16 ALUMINUM DOORS AND FRAMES 08 14 00 WOOD DOORS 08 33 23 OVERHEAD COILING DOORS 08 44 00 CURTAIN WALL AND GLAZED ASSEMBLIES 08 44 13 EXTERIOR SUN CONTROL DEVICES 08 71 00 DOOR HARDWARE 08 81 00 GLAZING 08 91 00 METAL WALL AND DOOR LOUVERS

Page 13: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

TABLE OF CONTENTS - PAGE 2 UNCLASSIFIED//FOUO Rel NOR ITA US

DIVISION 09 - FINISHES

09 06 90 COLOR SCHEDULE 09 22 00 SUPPORTS FOR PLASTER AND GYPSUM BOARD 09 24 23 STUCCO 09 29 00 GYPSUM BOARD 09 30 13 CERAMIC TILING 09 51 00 ACOUSTICAL CEILINGS 09 65 00 RESILIENT FLOORING 09 68 00 CARPETING 09 69 13 RIGID GRID ACCESS FLOORING 09 90 00 PAINTS AND COATINGS 09 96 00 HIGH PERFORMANCE COATINGS 09 98 00 EMI SHIELDING COATING SYSTEM

DIVISION 10 - SPECIALTIES

10 14 01 EXTERIOR SIGNAGE 10 14 02 INTERIOR SIGNAGE 10 21 13 TOILET COMPARTMENTS 10 26 13 WALL AND CORNER GUARDS 10 28 13 TOILET ACCESSORIES 10 44 16 FIRE EXTINGUISHERS 10 71 13 AIRFOIL SUNSHADES 10 73 16 ALUMINUM CANOPY 10 75 16 FLAGPOLES 10 82 00 LOUVERED SCREENS AND GATES

DIVISION 12 - FURNISHINGS

12 21 00 WINDOW BLINDS 12 48 13 ENTRANCE FLOOR MATS AND FRAMES 12 50 00 FURNITURE SYSTEMS 12 70 00 COMPREHENSIVE INTERIOR DESIGN

DIVISION 14 – CONVEYANCE

14 24 00 HYDRAULIC ELEVATORS

DIVISION 21 - FIRE SUPPRESSION

21 13 13.00 10 WET PIPE SPRINKLER SYSTEM, FIRE PROTECTION 21 22 00.00 40 CLEAN AGENT FIRE EXTINGUISHING SYSTEMS

DIVISION 22 - PLUMBING

22 00 00 PLUMBING, GENERAL PURPOSE

VOLUME 3 OF 5 DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING

23 00 00 AIR SUPPLY, DISTRIBUTION, VENTILATION, AND EXHAUST SYSTEMS 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC 23 07 00 THERMAL INSULATION FOR MECHANICAL SYSTEMS 23 08 00.00 10 COMMISSIONING OF HVAC SYSTEMS 23 09 23.13 20 BACnet DIRECT DIGITAL CONTROL SYSTEMS FOR HVAC 23 11 25 FACILITY GAS PIPING

Page 14: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

TABLE OF CONTENTS - PAGE 2 UNCLASSIFIED//FOUO Rel NOR ITA US

23 52 43.00 20 LOW PRESSURE WATER HEATING BOILERS (UNDER 800,000 BTU/ HR OUTPUT) 23 64 10 WATER CHILLERS, VAPOR COMPRESSION TYPE 23 64 26 CHILLED WATER PIPING SYSTEMS 23 65 00 LIQUID COOLING UNIT 23 81 23.00 20 COMPUTER ROOM AIR CONDITIONING UNITS DIVISION 26 - ELECTRICAL 26 20 00 INTERIOR DISTRIBUTION SYSTEM 26 23 00 SWITCHBOARDS 26 32 15.00 10 DIESEL-GENERATOR SET STATIONARY 100-2500 KW, WITH AUXILIARIES 26 32 33.00 10 UNINTERRUPTIBLE POWER SUPPLY (UPS) SYSTEM ABOVE 15 KVA

CAPACITY 26 36 00.00 10 AUTOMATIC TRANSFER SWITCH AND BY-PASS/ISOLATION SWITCH 26 41 00 LIGHTNING PROTECTION SYSTEM 26 42 14.00 10 CATHODIC PROTECTION SYSTEM (SACRIFICIAL ANODE) 26 51 00 INTERIOR LIGHTING 26 56 00 EXTERIOR LIGHTING DIVISION 27 - COMMUNICATIONS 27 05 29.00 10 PROTECTIVE DISTRIBUTION SYSTEM (PDS) FOR SIPRNET

COMMUNICATION SYSTEMS 27 10 00 BUILDING TELECOMMUNICATIONS CABLING SYSTEM 27 40 00 AUDIO-VISUAL SYSTEMS 27 51 23.10 WHITE NOISE DIVISION 28 - ELECTRONIC SAFETY AND SECURITY 28 16 01.00 10 SMALL INTRUSION DETECTION SYSTEM 28 20 00.00 20 ACCESS CONTROL SYSTEM 28 23 23.00 10 CLOSED CIRCUIT TELEVISION SYSTEM 28 31 76 INTERIOR FIRE ALARM AND MASS NOTIFICATION SYSTEM VOLUME 4 OF 5 DIVISION 31 - EARTHWORK 31 00 00 EARTHWORK 31 11 00 CLEARING AND GRUBBING 31 23 00.00 20 EXCAVATION AND FILL 31 31 16.13 CHEMICAL TERMITE CONTROL 31 32 11 SOIL SURFACE EROSION CONTROL DIVISION 32 - EXTERIOR IMPROVEMENTS 32 05 33 LANDSCAPE ESTABLISHMENT 32 11 23 AGGREGATE AND/OR GRADED-CRUSHED AGGREGATE BASE COURSE 32 12 17 HOT MIX BITUMINOUS PAVEMENT 32 16 13 CONCRETE SIDEWALKS AND CURBS AND GUTTERS 32 17 24.00 10 PAVEMENT MARKINGS 32 31 13 CHAIN LINK FENCES AND GATES 32 92 23 SODDING 32 93 00 EXTERIOR PLANTS

Page 15: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

TABLE OF CONTENTS - PAGE 2 UNCLASSIFIED//FOUO Rel NOR ITA US

DIVISION 33 – UTILITIES 33 11 00 WATER DISTRIBUTION 33 30 00 SANITARY SEWERS 33 40 00 STORM DRAINAGE UTILITIES 33 56 10 FACTORY-FABRICATED FUEL STORAGE TANKS 33 61 00 PREFABRICATED UNDERGROUND COOLING DISTRIBUTION SYSTEM 33 70 02.00 10 ELECTRICAL DISTRIBUTION SYSTEM, UNDERGROUND 33 71 01 OVERHEAD TRANSMISSION AND DISTRIBUTION 33 82 00 TELECOMMUNICATIONS OUTSIDE PLANT (OSP) VOLUME 5 OF 5 APPENDICIES

APPENDIX A GEOTECHNICAL DATA APPENDIX B IRP SITE OT-35 INFORMATION APPENDIX C EGLIN AFB AS-BUILT REQUIREMENTS APPENDIX D SECURITY CRITERIA AND STANDARDS FOR CONSTRUCTION OF SECURE

AREAS APPENDIX E SITE SECURITY PLAN (SSP) APPENDIX F FURNITURE & EQUIPMENT (CID) PACKAGE

--End of Project Table of Contents--

Page 16: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

This page was intentionally left blank for duplex printing.

Page 17: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-R-URGC-0005 EGLIN AFB, FL M014ER64

Bid Schedule page - 1 UNCLASSIFIED//FOUO Rel NOR ITA US

BIDDER'S NAME:_______________________________________________________________

BIDDING SCHEDULE _____________________________________________________________________________ Item Estimated Unit Estimated No. Description Quantity Unit Price Amount___

Base Bid

1. Construction of New Building 1 Job XXX ___________

2. Construction of Associated Site Work and Utilities 1 Job XXX ___________

3. Gas Service Site Work 1 Job XXX $ 800.00*

* Cost furnished by Okaloosa Gas District (OGD) to provide and install gas service.

4. Intrusion Detection System 1 Job XXX ___________ (IDS)

Total Base Bid ___________

Bid Option No. 1 5. Comprehensive Interior Design (CID) Package – Essential Use 1 Job XXX ___________

Bid Option No. 2

6. Audio-Visual (AV) Package 1 Job XXX ___________

Bid Option No. 3

7. Construction of Flag Plaza 1 Job XXX ___________ Bid Option No. 4

8. Comprehensive Interior Design (CID) Package - Accessory Use 1 Job XXX ___________ Total Base Bid Plus Bid Options 1, 2, 3 & 4 ___________ ____________________________________ _____________________ Signature Certification Date of Certification

Offeror’s above signature accedes that his firm has included his proposed final MATOC CLIN pricing into his Task Order proposal, in order to arrive at an overall proposed price for this Task Order.

Page 18: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-R-URGC-0005 EGLIN AFB, FL M014ER64

Bid Schedule page - 2 UNCLASSIFIED//FOUO Rel NOR ITA US

NOTES FOR BIDDING SCHEDULE NOTE NO. 1. To better facilitate the receipt and proposal process, all modifications to proposals are to be submitted on copies of the latest bid schedule as published in the solicitation or the latest amendment thereto. In lieu of indicating additions/deductions to contract line items, all bidders should state their revised prices for each item. The company name should be indicated on the face of the bidding schedule to preclude being misplaced. NOTE NO. 2. Bidders must insert a price on all numbered items of the Bidding Schedule. Failure to do so will disqualify the bid. NOTE NO. 3. If a modification to a bid is submitted and provides for a job adjustment to the total estimated cost, the application of the job adjustment to each unit price and/or job price, in the bid schedule must be stated or, if it is not stated, the bidder agrees that the job adjustment shall be applied on a pro rata basis to every bid item in the bid schedule. NOTE NO. 4. CONDITIONS GOVERNING EVALUATION OF BIDS AND AWARD OF TASK ORDERS. In accordance with the source selection criteria established in this solicitation, only one task order will be awarded on the bid schedule and award will be made on the Base Bid and selected Options. Evaluation of Base Bid and all Options shall be in accordance with Section 00 12 00 and the following clause:

52.217-5 EVALUATION OF OPTIONS (JUL 1990)

Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of clause)

The Government may require the delivery of the numbered line items, identified in the schedule as option items, in the quantity and at the price stated in the schedule. Subject to the availability of funds, the Contracting Officer may exercise Bid Option Nos. 1 and 4 by written notice to the Contractor within 210 days of Notice to Proceed and Bid Option Nos. 2 and 3 by written notice to the Contractor within 120 days of Notice to Proceed.

NOTE NO. 5. The programmed amount (PA) for this project is $20,000,000.00. Please note that the PA includes costs for Government supervision and overhead and amounts set aside by the Government for contingencies. NOTE NO. 6. ADDITIONAL SUBMISSION REQUIREMENTS: a. Upon the Government’s request, the offeror shall submit a price breakdown of the bid items directly to the Mobile District Office. Details on where and how to send the breakdown will be provided by the requesting official making the request on behalf of the Government. The format of the breakdown will be left up to the offeror. However, as a minimum, the offeror shall provide pricing for the major categories of work under each bid item, for

Page 19: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-R-URGC-0005 EGLIN AFB, FL M014ER64

Bid Schedule page - 3 UNCLASSIFIED//FOUO Rel NOR ITA US

example: site improvements, landscaping, electrical, mechanical, etc. This information will not be needed sooner than three (3) working days after the proposal submission due date. b. This information may be required for the initial and, if requested, for any revised proposals. NOTE NO. 7. CHECKLIST FOR THE BIDDING SCHEDULE: a. Is it completely filled out? Y__ NA__ b. It may not be altered either as to quantities or as to items offered. Y__ NA__ c. There can be no language of limitation either as to quantities or as to items offered. Y__ NA__ d. If you corrected your numbers, have you initialed these corrections? Y__ NA__ e. If the bidding schedule has been changed by Amendment, is the bidding schedule that you are submitting from the most recent amendment ? Y__ NA__ f. Do prices for each bid item include all costs, mark-ups and taxes (if any taxes are imposed)? Y__ NA__ g. Is the cost of obtaining your performance and payment bond included in the total bid price specified on the bid schedule? Y__ NA__ h. In preparing your bid, remember the Corps does not make advanced payments on its contracts Y__ NA__

END OF BIDDING SCHEDULE

Page 20: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

This page was intentionally left blank for duplex printing.

Page 21: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-R-URGC-0005 EGLIN AFB, FL M014ER64

Explanation of Bid Items page - 1 UNCLASSIFIED//FOUO Rel NOR ITA US

EXPLANATION OF BID ITEMS

GENERAL:

This section comprises an explanation of the bid items identified in the Bidding Schedule. This section is a general scope of work for the bid items described in the Bidding Schedule and is not intended to be all encompassing in the description. All work specified herein shall be accomplished in accordance with the procedures prescribed in the technical provisions of the specifications and the plans/details as shown on the contract drawings. The contractor shall bid each type of work under the applicable bid item. Measurement for payment will not be made. Payment described for the various bid items will be full compensation for all labor, materials, and equipment required to complete the work. Compensation for any item of work described in the contract but not listed in the bid schedule shall be included in the payment for the item of work to which it is made subsidiary. BASE BID

1. Payment under Bid Item No. 1 "Construction of the New Building" will constitute full compensation for furnishing all materials, plant, tools, labor costs, demolition, and other associated incidentals necessary to complete the construction of the new building as required by the contract document drawings and specifications to a point 5 feet outside the building lines.

2. Payment under Bid Item No. 2 "Construction of Associated Site Work and Utilities" will constitute full compensation for furnishing all materials, plant, tools, labor costs, and other associated incidentals necessary to complete the construction of the work beyond the 5 foot building lines of the Facility. Work includes but not limited to as required by the contract document drawings and specifications, clearing, grubbing, and grading the site, hauling fill material, the installation of all exterior utilities, pavements, landscaping, site improvements, equipment enclosure, and demolition of existing site improvements. Includes the complete cost to construct the site work required to support the primary facility.

3. Payment under Bid Item No. 3 "Gas Service Site Work” the costs included on the Bid Schedule constitutes full compensation to Okaloosa Gas District that will furnish and install all materials, plant, tools, labor costs, and other associated incidentals necessary for the exterior gas service work up to the building including the gas line, gas regulator and gas meter as required by the contract document drawings and specifications, including but not limited to trenching, filling and compaction for installation of above and below grade gas service components, saw cutting and patching of pavements and sidewalks, for the installation of gas service utility system components. Total cost provided on Bid Schedule was furnished by Okaloosa Gas District (OGD). Contractor to coordinate with Okaloosa Gas District to schedule the installation of this work to be completed within the required Construction Completion date.

4. Payment under Bid Item No. 4 "Intrusion Detection System (IDS)" will constitute full compensation for furnishing all materials, plant, tools, labor costs, travel costs, and other associated incidentals necessary for the intrusion detection system control panel, field devices (keypad, balanced magnetic switches, PIR, etc.) and wiring for a complete and operational IDS system. All costs for material, tools and labor for the rough-in infrastructure (power, pathway conduits and boxes, miscellaneous materials) shall be included under Base Bid Bid Item 1.

Page 22: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-R-URGC-0005 EGLIN AFB, FL M014ER64

Explanation of Bid Items page - 2 UNCLASSIFIED//FOUO Rel NOR ITA US

BID OPTIONS:

5. Payment under Bid Item No. 5 (Bid Option No. 1): “Comprehensive Interior Design (CID) Package – Essential Use” will be at the contract job price and will constitute full compensation for the work associated with the CID Package, in accordance with requirements of the CID Package included as an Appendix of the contract documents specifications, specification Section 12 70 00 COMPREHENSIVE INTERIOR DESIGN, specification Section 12 50 00 FURNITURE SYSTEMS and furniture drawings. 6. Payment under Bid Item No. 6 (Bid Option No. 2): “Audio-Visual (AV) Package“ will be at the contract job price and will constitute full compensation for the work associated with the AV package included in contract document “TA” drawings and specification Section 27 40 00 AUDIO-VISUAL SYSTEMS. Provide the necessary equipment and components to provide complete and operational systems including all cabling, wiring, miscellaneous materials, installation and training. All costs for material, tools and labor for the AV rough-in infrastructure (power, pathway conduits and boxes infrastructure) as identified on the contract document “TA” drawings shall be in the Bid Item 1 Base Bid. 7. Payment under Bid Item No. 7 (Bid Option No.3): “Construct of Flag Plaza" will constitute full compensation for furnishing all materials, plant, tools, labor costs, and other associated incidentals necessary to complete the construction of the flag pole plaza work beyond the 5 foot building lines of the Facility. Work includes but not limited to as required by the contract document drawings and specifications; flag poles and foundations, masonry low walls, pavements and pavers, exterior lighting, and landscaping. Site clearing, grubbing, demolition, and grading the site, and hauling fill material, shall be in the Base Bid Bid Item No.2. 8. Payment under Bid Item No. 8 (Bid Option No. 4): “Comprehensive Interior Design (CID) Package – Accessory Use” will be at the contract job price and will constitute full compensation for the work associated with the CID Package, in accordance with requirements of the CID Package included as an Appendix of the contract documents specifications, specification Section 12 70 00 COMPREHENSIVE INTERIOR DESIGN and furniture drawings.

END OF EXPLANATION OF BID ITEMS

Page 23: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 1 UNCLASSIFIED//FOUO Rel NOR ITA US

SECTION 00 11 00

BEST VALUE ONE-PHASE VERTICAL CONSTRUCTION (Proposal Submission Requirements and Instructions)

1.0 GENERAL REQUIREMENTS 1.1 This is a competitive, tradeoff, best value, one phase, source selection, based on Federal Acquisition Regulation (FAR) 16 and limited to the USACE Mobile District, Unrestricted Gulf Coast Region MATOC Pool. Competing Prime Construction Contractors, hereinafter referred to as the “Offeror”, shall submit a proposal that includes the required submission information indicated below to demonstrate the offering company’s past performance information and technical capabilities to perform the work described in the Task Order Request for Proposal (RFP) Letter and in all other sections of the solicitation. In addition, each competing Offeror shall also include in their proposal their price and other administrative information described below. By submission of a proposal, the Offeror accedes to all the terms of this Task Order RFP. RFP Section 00 12 00 outlines the proposal evaluation process and basis of award. 2.0 WHO CAN SUBMIT 2.1 Only the prime construction contractors that have been awarded a contract to participate in the USACE Mobile District Unrestricted Gulf Coast Region MATOC Pool. 2.2 Any design firm that participated in preparation of this solicitation, whether as a Government contractor or as a subcontractor to a Government contractor, is not eligible to participate in this solicitation as a prime contractor or a design subcontractor due to a conflict of interest. The Government considers such firms to have an unfair competitive advantage, and therefore will not consider such firms. 3.0 PROPOSAL SUBMISSION REQUIREMENTS 3.1 Submit your proposal packages to the U.S. Army Corps of Engineers at the address shown in the Task Order RFP Letter. The Government must receive your Task Order Proposal (Volumes I and II) no later than the time and date specified in the Task Order RFP Letter. 3.2 Submit your proposal as follows:

• Volume I – “Non-Priced Volume”; submit an original and two (2) hard copies in 3-ring binders. Submit two (2) electronic copies of Volume I in Portable Document File (PDF) format on compact disk (CD). Place the CDs in an envelope and clearly mark on the outside “Volume I CDs”.

• Volume II – “Pricing Volume”; in hard copy format, submit an original and 1 copy in a single envelope with the initial offer.

Page 24: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 2 UNCLASSIFIED//FOUO Rel NOR ITA US

• In general, provide written portions in 8-1/2" x 11" format. Any schedule information, if required, may be provided in 11” x 17” format.

3.3 To effectively and equitably evaluate proposals, the Source Selection Evaluation Board (SSEB) must receive information, in the order described, that clearly describes an Offeror's capabilities to successfully execute the work described in this solicitation. It is therefore an Offeror’s responsibility to submit proposal information that is fully responsive to the submission requirements of this section. Offerors are responsible for organizing material sequentially under tabs and numbered pages as set out below to facilitate evaluation. Materials that are not properly organized may easily be overlooked during evaluations, possibly affecting an Offeror’s rating. Offers should be concise, addressing only the information outlined in this solicitation. 4.0 PROPOSAL SUBMISSION INSTRUCTIONS 4.1 There are two separate Volumes required for this proposal. Volume I has one rated factor: Past Performance Information of the Prime Contractor. Volume II will include certain administrative requirements and pricing that are not rated.

EVALUATION FACTORS AND ORDER OF RELATIVE IMPORTANCE Volume Factor - Description Relative Importance

Volume I Factor 1 – Past Performance Information of the Prime Contractor

1st in relative importance

Volume II Administrative Requirements (Including Price)

Not Rated. Evaluated through Price Analysis.

In general, the non-priced factor is considered more important than price in relative importance. 4.2 Volume I - Tab A, Factor 1 – Past Performance Information of the Prime Contractor. The Past Performance of the Prime Contractor (Offeror) consists of (a) Relevant Company Effort and (b) Quality of Past Performance. The Government will review recent, relevant company efforts and quality information provided by the owners of those efforts to assess the Offeror’s past experience and probability of successfully performing the work described in this solicitation. A recent, relevant project is a construction type project:

(a) Performed under a contract or task order, as those terms are defined in FAR 2.101, for Federal projects, or similar contractual agreements for State or Local Governments, or the commercial or private sector. (Multiple projects under a single contract or task order are considered one project. However, do not combine multiple projects under separate contracts or task orders to create a single project.);

(b) That is “recent”; one that has been completed within six (6) years of

the solicitation issue date, or one where the construction is at least 50% complete (measured by performance period days) as of the solicitation issue date. (Offerors are responsible for providing start and completion dates for

Page 25: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 3 UNCLASSIFIED//FOUO Rel NOR ITA US

each completed project, or the start and scheduled completion dates for projects currently under construction.); (c) That is “relevant”; one that is similar in scope (type, size, complexity and dollar value) to the project types described in this solicitation. In terms of dollar value, a relevant project is one comparable to the programmed amount. For a project to be assessed any degree of “relevancy” it must reflect performance of construction type work similar to the NIRL Reprogramming Lab as required by this solicitation. 4.2.1 (a) Relevant Company Effort: The Offeror shall provide no more than five (5) examples of recent, relevant construction or repair type projects performed as the prime construction contractor that demonstrate the company’s ability to perform work similar to that required by this solicitation. For each project, the Offeror shall furnish the information specified below. Attachment 1, at the end of this section, may be used to present the information. The construction effort shown does not have to be a task order under an IDIQ contract, but where it is, clearly indicate so. If more than five projects are submitted for evaluation, only the first five (5) projects will be evaluated.

(1) Company Name (2) Name of Project (3) Location of Project (4) Project Owner (5) General Scope of Project (6) Your Role and Construction Type Work Your Company Self-Performed on site other than Construction Management Services.

(7) Construction Cost of the single project (8) Extent and Type of Work Subcontracted Out (9) Construction Period - Start and Completion/Scheduled Completion Dates (Provide Month/Year) (10) Termination or Liquidated Damages Information; Comments regarding

any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions. (b) Quality of Past Performance.

(1) The Offeror shall submit evidence of the quality of their past performance for each project. For Federal Government projects, the Offeror shall provide a completed contractor performance evaluation, whether interim or final, found in the Past Performance Information Retrieval System (www.ppirs.gov). If a proper evaluation does not exist in PPIRS, because it has not been completed or the project is a non-Federal Government project, the Offeror shall provide a completed Past Performance Questionnaire (PPQ). (Attachment 2). If, at time of evaluation, a final contractor performance evaluation exists in PPIRS, and yet the Offeror submits a PPQ, only the evaluation in PPIRS will be considered.

(2) Past performance surveys/assessment/evaluation forms other than PPIRS or PPQs are unacceptable and will not be considered or evaluated.

(3) Completed PPQs that were submitted in response to previous solicitations may be used in this source selection. However, Offerors shall not incorporate such PPQs by reference and thus must resubmit the PPQ with their proposal. This does not, however, preclude the Government from utilizing previously submitted PPQ information in the Past Performance

Page 26: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 4 UNCLASSIFIED//FOUO Rel NOR ITA US

evaluation. While the Government may elect to consider data from other sources, the burden of providing current, detailed and complete past performance information rests with the Offeror.

(4) If an Offeror has been required to take corrective action for any

substandard performance or experienced other performance problems such as cost overruns, extended performance periods, numerous warranty calls, etc., the Offeror should explain the circumstances and the corrective actions taken.

(5) If an Offeror’s client/customer will only provide completed PPQs

directly to the U.S. Army Corps of Engineers, Mobile District, Offerors must ensure the client/customer submits the PPQ by the proposal due date using the following electronic mailing address: [email protected]. The solicitation number shall be included on the PPQ form. PPQs received after the proposal due date will be considered untimely and will not be considered during the evaluation. 4.2.2 Joint Venture Submission Requirements. 4.2.2.1 Like other Offerors, a JV Offeror shall provide no more than five (5) examples recent, relevant projects performed by the JV that reflect the JV’s ability to perform the work required in this solicitation. 4.2.2.2 If the JV Offeror does not have five (5) projects performed as a JV, the Offeror may supplement those projects it performed as a JV with recent, relevant projects performed by the members of the JV in their individual capacities. In such instance, the total number of projects submitted by the JV shall be and no more than five (5). 4.2.2.3 If the JV Offeror has not previously performed as a JV, each member of the JV may submit recent, relevant projects performed in their individual capacities. The total number of projects submitted by the JV shall be no more than five (5). 4.2.3 All Business Entities: To satisfy Paragraph 4.2.1 subparagraphs (a) and (b), only information pertaining to the corporate entity listed on the SF 1442 will be considered in the evaluation. Information related to a parent company, affiliates, divisions, subsidiaries and other related entities, and the individual experience of key personnel will not be considered. 4.2.4 Verification: The Government reserves the right to verify the information on projects submitted for evaluation, and to review PPIRS, or other Government project appraisal systems, for information on other projects performed by the Offeror whether submitted as part of a proposal or not. The Government also reserves the right to contact project clients/customer, or other references. For any adverse performance information found for which the Offeror has not had an opportunity to address, the Offeror will be afforded an opportunity to explain. 4.3 Volume II – Pricing and Administrative Requirements. The information submitted under this tab is not rated but checked for compliance. Task Order Proposal should include the following information:

• The Offeror is to submit the following information: (A cover letter on your company’s letterhead documenting the submission of your proposal which includes the information on Attachment 3, at the end of this

Page 27: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 5 UNCLASSIFIED//FOUO Rel NOR ITA US

section with the signature of the official of the company so duly authorized to bind the company contractually.

• Any and all amendments shall be acknowledged by completion of blocks

15A, 15B and 15C of the SF30 Amendment form and returned with your proposal.

• Organizational Conflicts of Interest (OCI) Disclosure: The Offeror shall provide a disclosure statement with its proposal that concisely describes all the relevant facts concerning any past or present OCIs relating to this solicitation. If applicable, in the same statement, the Offeror shall provide information to assure the government that the conflicts of interest have been mitigated and/or neutralized to the maximum extent possible. If a conflict of interest is discovered after award of this contract, the Contracting Officer will make a decision on whether or not to terminate the contract. If no conflicts of interest exist, the Offeror shall provide a statement stating no Conflicts of Interest exist.

• Pricing (proposal bid schedule).

4.3.1 Price Breakdown Requirements (Only to be provided upon request). If discussions are held, the Government may request a “price breakdown” of the bid items. The format of the breakdown will be left up to the Offeror. However, at a minimum, provide pricing for the major categories of work, i.e., site improvements, landscaping, electrical, mechanical, etc. This information will not be needed sooner than three working days after the proposal submission due date. The price breakdown information may be required for the initial proposals and, if requested, for any revised proposals.

Page 28: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 6 UNCLASSIFIED//FOUO Rel NOR ITA US

ATTACHMENT 1 RELEVANT COMPANY EFFORT – Prime Contractor

The Offeror shall provide the following information for each project submitted for Factor 1, Past Performance. Use separate sheets for each project. 1. Company Name: ___________________________________________________________ 2. Name of Project: ________________________________________________________ Type of Project (DB/DBB/Program/Planning/Other):_________________________ 3. Location of Project: ____________________________________________________ 4. Project Owner: __________________________________________________________ 5. General Scope of Construction Project (Include Leed Rating, if

Applicable): ____________________________________________________________

_________________________________________________________________________ 6. Your Role (Prime, Joint Venture Partner, or Subcontractor, etc.) and

construction type work your company self-performed other than construction management services: _________________________________________________________________________

_________________________________________________________________________

7. Construction cost for this project: _____________________________________ 8. Extent and type of work you subcontracted: ______________________________

_________________________________________________________________________ 9. Construction Period: Start Date ________________ Completion/Scheduled Completion Date ________________ (Provide Month/Year) 10. Were You Terminated or Assessed Liquidated Damages? _____________________

(If either is “Yes”, attach an explanation) _________________________________________________________________________

_________________________________________________________________________

End of Attachment 1

Page 29: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 7 UNCLASSIFIED//FOUO Rel NOR ITA US

(ATTACHMENT 2) Part 1 of 2

NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE (Form PPQ-0)

CONTRACT INFORMATION (Contractor to complete Blocks 1-4)

1. Contractor Information Firm Name: CAGE Code: Address: DUNs Number: Phone Number: Email Address: Point of Contact: Contact Phone Number:

2. Work Performed as: Prime Contractor Sub Contractor Joint Venture Other (Explain) Percent of project work performed: If subcontractor, who was the prime (Name/Phone #):

3. Contract Information Contract Number: Delivery/Task Order Number (if applicable): Contract Type: Firm Fixed Price Cost Reimbursement Other (Please specify): Contract Title: Contract Location: Award Date (mm/dd/yy): Contract Completion Date (mm/dd/yy): Actual Completion Date (mm/dd/yy): Explain Differences: Original Contract Price (Award Amount): Final Contract Price (to include all modifications, if applicable): Explain Differences:

4. Project Description: Complexity of Work High Med Routine How is this project relevant to project of submission? (Please provide details such as similar equipment, requirements, conditions, etc.)

CLIENT INFORMATION (Client to complete Blocks 5-8)

5. Client Information Name: Title: Phone Number: Email Address:

6. Describe the client’s role in the project:

7. Date Questionnaire was completed (mm/dd/yy):

8. Client’s Signature:

**Must be signed by Client to be considered complete**

Page 30: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 8 UNCLASSIFIED//FOUO Rel NOR ITA US

NOTE: USACE REQUESTS THAT THE CLIENT COMPLETES THIS QUESTIONNAIRE AND SUBMITS DIRECTLY BACK TO THE OFFEROR. THE OFFEROR WILL SUBMIT THE COMPLETED QUESTIONNAIRE TO USACE WITH THEIR PROPOSAL, AND MAY DUPLICATE THIS QUESTIONNAIRE FOR FUTURE SUBMISSION ON USACE SOLICITATIONS. CLIENTS ARE HIGHLY ENCOURAGED TO SUBMIT QUESTIONNAIRES DIRECTLY TO THE OFFEROR. HOWEVER, QUESTIONNAIRES MAY BE SUBMITTED DIRECTLY TO USACE. PLEASE CONTACT THE OFFEROR FOR USACE POC INFORMATION. THE GOVERNMENT RESERVES THE RIGHT TO VERIFY ANY AND ALL INFORMATION ON THIS FORM.

ADJECTIVE RATINGS AND DEFINITIONS TO BE USED TO BEST REFLECT YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE

RATING DEFINITION NOTE

(E) Exceptional

Performance meets contractual requirements and exceeds many to the Government/Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with few minor problems for which corrective actions taken by the contractor was highly effective.

An Exceptional rating is appropriate when the Contractor successfully performed multiple significant events that were of benefit to the Government/Owner. A singular benefit, however, could be of such magnitude that it alone constitutes an Exceptional rating. Also, there should have been NO significant weaknesses identified.

(VG) Very Good

Performance meets contractual requirements and exceeds some to the Government /Owner’s benefit. The contractual performance of the element or sub-element being assessed was accomplished with some minor problems for which corrective actions taken by the contractor were effective.

A Very Good rating is appropriate when the Contractor successfully performed a significant event that was a benefit to the Government/Owner. There should have been no significant weaknesses identified.

(S) Satisfactory

Performance meets minimum contractual requirements. The contractual performance of the element or sub-element contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory.

A Satisfactory rating is appropriate when there were only minor problems, or major problems that the contractor recovered from without impact to the contract. There should have been NO significant weaknesses identified. Per DOD policy, a fundamental principle of assigning ratings is that contractors will not be assessed a rating lower than Satisfactory solely for not performing beyond the requirements of the contract.

Page 31: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 9 UNCLASSIFIED//FOUO Rel NOR ITA US

(M) Marginal

Performance does not meet some contractual requirements. The contractual performance of the element or sub-element being assessed reflects a serious problem for which the contractor has not yet identified corrective actions. The contractor's proposed actions appear only marginally effective or were not fully implemented.

A Marginal is appropriate when a significant event occurred that the contractor had trouble overcoming which impacted the Government/Owner.

(U) Unsatisfactory

Performance does not meet most contractual requirements and recovery is not likely in a timely manner. The contractual performance of the element or sub-element contains serious problem(s) for which the contractor's corrective actions appear or were ineffective.

An Unsatisfactory rating is appropriate when multiple significant events occurred that the contractor had trouble overcoming and which impacted the Government/Owner. A singular problem, however, could be of such serious magnitude that it alone constitutes an unsatisfactory rating.

(N) Not Applicable

No information or did not apply to your contract

Rating will be neither positive nor negative.

Page 32: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 10 UNCLASSIFIED//FOUO Rel NOR ITA US

(Attachment 2 continued) Part 2 of 2

TO BE COMPLETED BY CLIENT

PLEASE CIRCLE THE ADJECTIVE RATING WHICH BEST REFLECTS YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE

1. QUALITY:

a) Quality of technical data/report preparations E VG S M U N

b) Ability to meet quality standards specified for technical performance

E VG S M U N

c) Timeliness/effectiveness of contract problem resolution without extensive customer guidance

E VG S M U N

d) Adequacy/effectiveness of quality control program and adherence to contract quality assurance requirements (without adverse effect on performance)

E VG S M U N

2. SCHEDULE/TIMELINESS OF PERFORMANCE:

a) Compliance with contract delivery/completion schedules including any significant intermediate milestones. (If liquidated damages were assessed or the schedule was not met, please address below)

E VG S M U N

b) Rate the contractor’s use of available resources to accomplish tasks identified in the contract

E VG S M U N

3. CUSTOMER SATISFACTION:

a) To what extent were the end users satisfied with the project?

E VG S M U N

b) Contractor was reasonable and cooperative in dealing with your staff (including the ability to successfully resolve disagreements/disputes; responsiveness to administrative reports, businesslike and communication)

E VG S M U N

c) To what extent was the contractor cooperative, businesslike, and concerned with the interests of the customer?

E VG S M U N

d) Overall customer satisfaction E VG S M U N

4. MANAGEMENT/ PERSONNEL/LABOR

a) Effectiveness of on-site management, including management of subcontractors, suppliers, materials, and/or labor force?

E VG S M U N

b) Ability to hire, apply, and retain a qualified workforce to this

E VG S M U N

c) Government Property Control E VG S M U N

Client Signature: ____________________________________

Date: _____________

Page 33: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 11 UNCLASSIFIED//FOUO Rel NOR ITA US

d) Knowledge/expertise demonstrated by contractor personnel

E VG S M U N

e) Utilization of Small Business concerns E VG S M U N

f) Ability to simultaneously manage multiple projects with multiple disciplines

E VG S M U N

g) Ability to assimilate and incorporate changes in requirements and/or priority, including planning, execution and response to Government changes

E VG S M U N

h) Effectiveness of overall management (including ability to effectively lead, manage and control the program)

E VG S M U N

5. COST/FINANCIAL MANAGEMENT

a) Ability to meet the terms and conditions within the contractually agreed price(s)?

E VG S M U N

b) Contractor proposed innovative alternative methods/processes that reduced cost, improved maintainability or other factors that benefited the client

E VG S M U N

c) If this is/was a Government cost type contract, please rate the Contractor’s timeliness and accuracy in submitting monthly invoices with appropriate back-up documentation, monthly status reports/budget variance reports, compliance with established budgets and avoidance of significant and/or unexplained variances (under runs or overruns)

E VG S M U N

d) Is the Contractor’s accounting system adequate for management and tracking of costs? If no, please explain in Remarks section.

Yes No

e) If this is/was a Government contract, has/was this contract been partially or completely terminated for default or convenience or are there any pending terminations? Indicate if show cause or cure notices were issued, or any default action in comment section below.

Yes No

f) Have there been any indications that the contractor has had any financial problems? If yes, please explain below.

Yes No

6. SAFETY/SECURITY

a) To what extent was the contractor able to maintain an environment of safety, adhere to its approved safety plan, and respond to safety issues? (Includes: following the users rules, regulations, and requirements regarding housekeeping, safety, correction of noted deficiencies, etc.)

E VG S M U N

Client Signature: ____________________________________

Date: _____________

Page 34: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 12 UNCLASSIFIED//FOUO Rel NOR ITA US

b) Contractor complied with all security requirements for the project and personnel security requirements.

E VG S M U N

7. GENERAL

a) Ability to successfully respond to emergency and/or surge situations (including notifying COR, PM or Contracting Officer in a timely manner regarding urgent contractual issues).

E VG S M U N

b) Compliance with contractual terms/provisions (explain if specific issues)

E VG S M U N

c) Would you hire or work with this firm again? (If no, please explain below)

Yes No

d) In summary, provide an overall rating for the work performed by this contractor.

E VG S M U N

Client Signature: ____________________________________

Date: _____________

Please provide responses to the questions above (if applicable) and/or additional remarks. Furthermore, please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments which may assist our office in evaluating performance risk (please attach additional pages if necessary) **Each Sheet must be signed by Client to be considered complete**

End of Attachment 2

Page 35: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 11 00 - Page 13 UNCLASSIFIED//FOUO Rel NOR ITA US

ATTACHMENT 3 - PROPOSAL DATA SHEET In addition to the completed and signed SF 30, submit the Proposal Data Sheet and include in Administrative Requirements and Pricing Volume. 1. Name of Solicitation:

2. Offering Firm’s Name As Appears on the Contract:

Offering Firm’s DUNS number: CAGE Code Tax I.D.

3. Mailing Address:

4. Telephone Number:

5. Fax Number: 6. E-mail Address to use for all correspondence

7. AUTHORIZED NEGOTIATORS. Far 52.215-11. The Offeror represents that the following person(s) are authorized to negotiate on its behalf with the Government in connection with this Request for Proposal (RFP). List name(s), title, and telephone numbers of authorized negotiator(s).

Name of Person(s) Authorized to Negotiate: Negotiator’s Address: Negotiator’s Telephone: Negotiator’s E-mail:

End of Attachment 3

END OF SECTION

Page 36: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

This page was intentionally left blank for duplex printing.

Page 37: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 12 00 – Page 1 UNCLASSIFIED//FOUO Rel NOR ITA US

SECTION 00 12 00 BEST VALUE ONE-PHASE VERTICAL CONSTRUCTION (Evaluation of Proposals and Basis of Award)

1.0 GENERAL 1.1 Section 00 11 00 describes the proposal submission requirements and instructions. This section outlines the evaluation process and basis of award. 2.0 EVALUATION PROCESS 2.1 A Source Selection Evaluation Board (SSEB), composed of representatives from the Using Agency and the U.S. Army Corps of Engineers, will evaluate the proposals. The SSEB will utilize technical advisors in the evaluation process, as necessary. The number and identities of Offerors are not revealed to anyone not involved in the evaluation and award process. 2.2 The evaluation process essentially consists of four parts: (1) proposal compliance review, (2) past performance evaluations, (3) price analysis and (4) tradeoff analysis. 2.2.1 Proposal Compliance Review: This is an initial check by the Government on the basis of RFP requirements. This review may eliminate those proposals that fail to provide the required information and documents in the format and detail specified. This review is to ensure that all required forms and certifications are complete and all submission and administrative requirements are met. 2.2.2 Performance Evaluations: Without knowledge of price, the SSEB will evaluate each Offeror’s non-priced proposal (Volume I) independently and then rate the factors based on consensus. 2.2.3 Price Evaluation: Price (base bid and all options) is not rated, but will be evaluated for fairness and reasonableness through the use of price analysis techniques. The price analysts will also check for appearance of unbalancing of bids. Offers shall be ranked according to price, including any option prices, if applicable. The price evaluation will document, for the offers evaluated, the fairness and reasonableness of the proposed total evaluated price. Price will only be revealed to the technical evaluation team after they have completed their technical evaluations. If, in the Contracting Officer’s (CO) opinion, adequate price competition exists no additional cost information will be requested. However, if at any time during this competition the CO determines that further analysis is needed, a detailed cost breakdown may be requested. 2.2.4 Tradeoff Analysis: Technical/Price Tradeoff Analysis: After the price analysis and technical evaluations are complete, the Government will then conduct its tradeoff analysis and consider the price in connection with the technical ratings to determine the proposal offering the most advantage to the Government. The Government will compare the relative advantages and disadvantages of the proposals and compare prices. The tradeoff analysis will be conducted upon completion of the technical and price evaluations of final proposal revisions if discussions are necessary or after evaluations of initial offers, if discussions are not necessary. Some tradeoff

Page 38: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 12 00 – Page 2 UNCLASSIFIED//FOUO Rel NOR ITA US

considerations are usually part of the process of determining which firms will be selected for discussions if they are necessary. 3.0 EVALUATION CRITERIA. There is one (1) non-priced technical factor in Volume I evaluated in this source selection as indicated in the table below. Volume II will include certain administrative requirements and pricing that are not rated.

EVALUATION FACTORS AND ORDER OF RELATIVE IMPORTANCE Volume Factor - Description Relative Importance

Volume I – Tab A

Factor 1 – Past Performance Information of the Prime Contractor

1st in relative importance

Volume II Administrative Requirements (Including Price)

Not Rated. Evaluated through Price Analysis.

In general, the non-priced factor is considered more important than price in relative importance. 3.1 Evaluation of Volume I - Tab A, Factor 1 - Past Performance Information of the Prime Contractor.

(1) An Offeror’s “Relevant Company Effort” information will be evaluated to determine if the construction or repair projects submitted are “recent”, and “relevant”. For this solicitation, the Government will give more consideration for construction of multi-story facilities; for dollar value similar to that anticipated under this solicitation; and for projects where the Offeror performed as the prime contractor, as opposed to a subcontractor. Additionally, more consideration will be given to a project portfolio that reflects similar construction as required by the solicitation. This solicitation consists of the construction of the NIRL Reprogramming Lab, a 34,900 square-foot multi-story building that houses computer equipment required to reprogram the F35 Joint Strike Fighter. The building systems include a fire detection and suppression system, SCIF areas, TEMPEST Requirements, SAPF Areas, JWICS Communications closets, IDS, SIPR and NIPR. The supporting facilities include site work and utilities (electrical distribution, water and sanitary sewage), roadwork, parking, and walkways. The project requires Leadership in Energy and Environmental Design (LEED) “Silver’ certification.

(2) The Government will then assess how well an Offeror performed on the projects submitted. The Government will, as necessary, confirm quality of past performance data provided by the Offeror in its proposal and, at its discretion, obtain additional past performance information, if available, from other sources. When the relevant performance record indicates performance problems, the Government will consider the number and severity of the problems and the appropriateness and effectiveness of any corrective action taken (not just planned or promised). The Government may review more recent contracts or performance evaluations to ensure corrective actions have been implemented and evaluate their effectiveness.

(3) Upon completion of its evaluation of each project, the SSEB, by consensus, will assign each project one of the following ratings:

Page 39: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 12 00 – Page 3 UNCLASSIFIED//FOUO Rel NOR ITA US

Past Performance Relevancy Ratings

• Very Relevant- Present/Past effort involved essentially the same scope and magnitude, effort and complexities this solicitation requires.

• Relevant- Present/Past effort involved similar scope and magnitude of effort and complexities this solicitation requires.

• Somewhat Relevant- Present/Past effort involved some scope and magnitude of effort and complexities this solicitation requires.

• Not Relevant- Present/Past effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires.

No overall relevancy rating is assigned to an Offeror’s portfolio of projects. Rather, after checking compliance and assigning each project a relevancy rating, the SSEB will then determine an overall Performance Confidence Assessment rating for Factor 1. The overall Performance Confidence Assessment rating takes into consideration the degree of relevancy of each project, the quality ratings of those projects, and the diversity of the project portfolio submitted as compared to the work required by the solicitation. (4) If the Offeror is submitting as a Joint Venture (JV), the SSEB will utilize the information submitted to conduct the relevancy and performance confidence assessment ratings of the JV, or its partners, as previously indicated. Based on the information submitted by the JV Offeror, the SSEB will evaluate and assess:

(i) The JV’s “Past Performance Information” and/or (ii) Each JV partners’ “Past Performance Information”

(5) The overall Performance Confidence Assessment Rating reflects the degree of probability the Offeror will be able to meet the solicitation’s requirements. Upon completion of the evaluation, one of the following ratings will be assigned: Performance Confidence Assessment Ratings

Description

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.

Neutral Confidence No recent/relevant performance record is available or the Offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonable assigned. The offeror may not be evaluated favorably or unfavorably on the factor of past performance.

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.

3.2 Volume II – Evaluation of Administrative Requirements and Pricing. Price will be reviewed and evaluated as indicated above, not rated.

Page 40: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 12 00 – Page 4 UNCLASSIFIED//FOUO Rel NOR ITA US

3.3 Additional definitions used in all factors. 3.3.1 Deficiency.

1) A material failure of a proposal to meet a Government requirement or combination of significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level. (FAR 15.001)

2) The evaluators will identify the RFP requirement, and describe why a

deficiency or deficiencies exist in the proposal. All deficiencies discovered will be identified to the Offeror during discussions, if conducted, and in the debriefing. Failure by an Offeror to rectify deficiencies deemed essential will preclude award action to that Offeror.

3) The Contract requirements take precedence over deficiencies (or

deviations) discovered after award. 3.3.2 Deviation. Proposal implies or specifically offers a deviation below specified criteria. The Offeror may or may not have called the deviation to the Government's attention. A deviation is a deficiency. The technical reviewers will identify any deviations. 3.3.3 Clarification. Means limited exchanges, between the Government and Offerors that may occur when award without discussions is contemplated. Offeror may be given the opportunity to clarify certain aspects of the proposals (e.g., the relevance of an Offeror’s past performance information and adverse past performance information to which the Offeror has not previously had an opportunity to respond) or to resolve minor or clerical errors. Clarification does not give the Offeror an opportunity to revise or modify its proposal, except to the extent that corrections of apparent clerical mistakes results in a revision. Clarifications do not require "discussions" or submission of another proposal. 3.3.4 Weakness.

1) Means a flaw in the proposal that increases the risk of unsuccessful contract performance. A “significant weakness” in the proposal is a flaw that appreciably increases the risk of unsuccessful contract performance. 2) All significant weaknesses discovered will be identified to the offeror during discussions, if conducted, and in the debriefing. Failure by an offeror to rectify multiple significant weaknesses deemed essential will preclude award action to that offeror.

3.3.5 Strength. Any aspect of a proposal that, when judged against a stated evaluation criterion, enhances the merit of the proposal or increase the probability of successful performance of the contract. A “significant strength” appreciably enhances the merit of a proposal or appreciably increases the probability of successful contract performance. 4.0 DISCUSSIONS. The Government intends to make award on the basis of initial offers, without discussions. Offerors are therefore cautioned to provide their best terms for both price and technical submission (Volume I and II) with their initial offers. Offerors are also cautioned to not automatically assume they will be included in the competitive range for discussions, if discussions are required. The Government reserves the right

Page 41: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 12 00 – Page 5 UNCLASSIFIED//FOUO Rel NOR ITA US

to conduct discussions, if the SSA determines that discussions are necessary or are otherwise in the Government's best interest. Offerors 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. Communication conducted to resolve minor or clerical errors will not constitute discussions 4.1 The Contracting Officer will include only those firms deemed to be the most highly qualified with a reasonable chance for award when selecting Offerors to conduct discussions. In certain circumstances the Government may limit the Offerors selected to the greatest number that will permit an efficient competition among the most highly qualified offers. The Government may exclude an offer if it is so deficient as to require extensive discussions to increase the Offeror’s greater understanding of the requirements, reduce unacceptable risk such as to require a major rewrite of their proposal, thus allowing an Offeror an unfair advantage over those more highly qualified offers. The Government may exclude an offer so unreasonably priced, in relation to more competitive offers, as to appear that there will be little or no chance of becoming competitive.

4.2 If additional understandings of proposals are required, Offerors selected for discussions shall receive a list of the consensus comments and deficiencies in their initial proposals. Offerors shall be given an opportunity by the Source Selection Authority/Contracting Officer (SSA/CO) to respond to the list of consensus evaluation comments and revise their proposals. Offerors are required to submit their responses to the list of comments in writing (8 1/2” x 11” format). Depending on the complexity and scope of the revisions and responses to consensus comments, Offerors may be allowed to submit their responses and revisions electronically. Electronic submissions shall meet the submission deadline set forth by the SSA/CO during the sessions or indicated in the Amendment requesting the Final Proposal Revisions. Regardless of the submittal process used, the SSA/CO will notify all the Offerors in the competitive range, in writing, how and when interim revisions and final proposals revisions are to be submitted. 4.3 Upon conclusion of the discussions with selected Offerors, those Offerors still considered offering the highest value solution will be afforded an opportunity to submit their final proposal revision for evaluations. 5.0 SELECTION PROCESS. 5.1 The SSEB will perform the previously discussed technical/price tradeoff analysis and provide input to the Contracting Officer relative to the advantages/disadvantages each proposal offers to the Government, considering price and the technical evaluation factor. The Contracting Officer, independently exercising prudent business judgment, will make the source selection decision based on the Offeror who offers the best value to the Government. This may result in an award being made to a higher rated, higher priced Offeror where the decision is consistent with the solicitation’s evaluation factors and the Contracting Officer reasonably determines that the technical superiority and/or overall business approach and/or superior past performance of the higher priced Offeror outweighs the price difference. 5.2 Offerors lacking recent/relevant past performance history will not be evaluated favorably or unfavorably for past performance. However, the

Page 42: VOLUME 1 OF 5 - storage.googleapis.comstorage.googleapis.com/wzukusers/user-20000373/documents... · U.S. ARMY ENGINEER DISTRICT, MOBILE 109 St. Joseph St ... CCTV, IDS and access

NIRL REPROGRAMMING LAB W91278-16-URGC-0005 EGLIN AIR FORCE BASE, FLORIDA M014ER64

SECTION 00 12 00 – Page 6 UNCLASSIFIED//FOUO Rel NOR ITA US

proposal of an Offeror with no relevant past performance history, while rated neutral in past performance, may not represent the most advantageous proposal to the Government and thus, may be an unsuccessful proposal when compared to proposals of other Offerors. 6.0 BASIS OF AWARD 6.1 The Government will award a firm fixed-price contract to that responsible Offeror whose proposal, conforming to the Solicitation, is fair and reasonable, and has been determined to be most advantageous to the Government, technical, price and other considerations. 6.2 In general, the non-priced factor is considered significantly more important than price in relative importance. As differences in technical ratings and relative advantages and disadvantages become less distinct, difference in price may become the discriminating factor in determining the most advantageous proposals. Conversely, as differences in prices become less distinct, differences in ratings and relative advantages and disadvantages between proposals become the determination. A contract will not be awarded to an offeror with a deficiency as defined in FAR 15.001. 6.3 The Government reserves the right to award a contract to other than the lowest priced Offeror. In such cases, the Contracting Officer must determine that the higher price is fair and reasonable, and that the technical proposal of a particular Offeror is worth the difference in price. A contract will not be awarded to an Offeror with a deficiency as defined in FAR 15.001. 6.4 The Government reserves the right to reject any and all offers.

END OF SECTION