10.07.2015 Views

notice of proposed task order request for proposal form - Balton ...

notice of proposed task order request for proposal form - Balton ...

notice of proposed task order request for proposal form - Balton ...

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

NOTICE OF PROPOSED TASK ORDER PROPOSALW912KC-10-R-0009Solicitation No: W912KC-10-R-0009Date: 5 Aug 2010OFFERED: ( ) ESB ( X ) SB Set-aside( ) HUBZone ( ) SVDB ( ) 8(a)( ) UNRESTRICTEDPROJECT TITLE AND NO.: Repair HQ O&T Exterior and Main Entrance SHYQ092812PROJECT DESCRIPTION: The project consists <strong>of</strong> the repair <strong>of</strong> the EIFS exterior and modification and repair <strong>of</strong> theMain Entrance. The exterior repair consists <strong>of</strong> cleaning, fungicide, spot EIFS replacement, sealing and caulking theentire building exterior. The main entrance portion consists <strong>of</strong> the removal <strong>of</strong> the existing glazed curtain wallentrance with curved glass ro<strong>of</strong>, removal <strong>of</strong> a portion <strong>of</strong> the existing ro<strong>of</strong> parapet, and removal <strong>of</strong> existing exteriorinsulation and finish system as indicated. New work shall include provision <strong>of</strong> a new curtain wall, new standing seammetal ro<strong>of</strong> over vestibule, ro<strong>of</strong> insulation, finished vestibule ceiling and repair <strong>of</strong> the exterior insulation and finishsystem where indicated.All work shall be in strict accordance with the( X ) Plans/drawings and Specifications( ) SOW, Technical provisions & Drawings (insert title) dated__________ and Basic Contract Master Specifications( ) SOW (insert title) dated ____________and Basic Contract Master Specifications[ ] Statement <strong>of</strong> Work/Plans and Specifications will be provided under separate cover at or be<strong>for</strong>e the Site Visit.MAGNITUDE OF PROJECT: ( ) Less than $30,000- ESB Set-aside; ( ) $30,000-$100,000; ( ) $100,000-$250,000; ( X )$250,000-$500,000; ( )$500,000 - $1,000,000; ( )$1,000,000 - $5,000,000.PROPOSAL DUE DATE: All <strong>of</strong>fers are due by 27 August 2010 @ 1:00 p.m. Email <strong>proposal</strong>s will be acceptederik.smith.6@ang.af.mil Facsimile <strong>proposal</strong>s will be accepted 717-948-2561Address:TSgt Erik J. Smith193 MSG/MSC79 Mustang AlleyMiddletown, PA 17057PERFORMANCE PERIOD: 120, after receipt <strong>of</strong> Notice to ProceedSITE VISIT: A site visit will be conducted on 17 August 2010, @ 9:00 a.m. 193 CES, 78 Mustang Alley, Middletown,PA 17057. In<strong>for</strong>mation provided at this site visit as well as answers to questions shall not change/qualify the terms andconditions <strong>of</strong> the solicitation and specifications. Terms remain unchanged unless the solicitation is amended in writing. If anamendment is issued, normal procedures relating to the acknowledgment and receipt <strong>of</strong> solicitation amendments shall apply.PERFORMANCE & PAYMENT BONDS: In accordance with FAR Clause 52.228-15 Per<strong>for</strong>mance and Payment Bonds –Construction, contractors are reminded that any amount awarded over $30,000 shall require Payment Bonds and awardsexceeding $100,000 shall require both Payment and Per<strong>for</strong>mance Bonds. All bonds are due no later than 10 days after award.LIQUIDATED DAMAGES: ( X) YES or ( ) NO- reference FAR Clause 52.211-12 Liquidate Damages - Construction. Ifyes, the following amounts will be applicable to this TASK ORDER a one time charge <strong>of</strong> $500.00 and a charge <strong>of</strong> $ 665.00per day <strong>for</strong> each day <strong>of</strong> delay after the required per<strong>for</strong>mance periodCONSTRUCTION: FAR Clause 52.246-21 Warranty <strong>of</strong> Construction is applicable to this <strong>task</strong> <strong>order</strong>.WAGE DETERMINATION: Currently, General Decision Number PA100010 Modification No. 6 , dated 07/30/2010 isapplicable to this <strong>task</strong> <strong>order</strong>. http://www.gpo.gov/davisbacon/allstates.html However, the current prevailing WageDetermination will be incorporated at time <strong>of</strong> award.AWARD OF TASK ORDER: Offer required acceptance period is 97 days.[ X ] Availability <strong>of</strong> funds (FAR Clause 52.232-18) Funds are not presently available <strong>for</strong> this procurement.


Solicitation No: W912KC-10-R-0009PROJECT SAFETY: In accordance with FAR Clause 52.236-13 Accident Prevention, construction contractors are requiredto use the U.S. Army Corps <strong>of</strong> Engineers Safety and Health Requirements Manual, EM 385-1-1. Click here to view thismanual. U.S. Army Corps <strong>of</strong> Engineers Safety and Health Requirements Manual http://www.usace.army.mil/inet/usacedocs/eng-manuals/em385-1-1/toc.htmQUESTIONS AND ANSWERS: All questions and answers must be in writing. Email all questions toerik.smith.6@ang.af.mil and james.wymer@ang.af.mil Do not contact engineers or A&E as this will only delay receipt <strong>of</strong>answers. Questions must be received NLT 3 workdays prior to closing. Answers will be provided with questions, on a nonattributionbasis to all eligible MATOC contractors.PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMANDAUTHORITY. (September 2002) This special contract clause ( ) IS ( X ) IS NOT APPLICABLE TO THIS TASKORDER.The following provision(s) is/are applicable to this <strong>task</strong> <strong>order</strong>:( X ) The government intends on awarding to a single <strong>of</strong>feror.( X )The Government reserves the right to award option individual line items at time <strong>of</strong> basic line item award or after award,but not later than 30 days after initial award. Per<strong>for</strong>mance period upon award <strong>of</strong> options will not be extended.( X ) DFARS 252.236-7006 COST LIMITATION (JAN 1997)(a) Certain items in this solicitation are subject to statutory cost limitations. The limitations are stated in the Schedule.(b) An <strong>of</strong>fer which does not state separate prices <strong>for</strong> the items identified in the Schedule as subject to a cost limitation maybe considered nonresponsive.(c) Prices stated in <strong>of</strong>fers <strong>for</strong> items subject to cost limitations shall include an appropriate apportionment <strong>of</strong> all costs, directand indirect, overhead, and pr<strong>of</strong>it.(d) Offers may be rejected which—(1) Are materially unbalanced <strong>for</strong> the purpose <strong>of</strong> bringing items within cost limitations; or(2) Exceed the cost limitations, unless the limitations have been waived by the Government prior to award.(End <strong>of</strong> provision)BASIS FOR AWARD: NOTE: Only ( ) with (X) apply:( ) PRICE;( ) PRICE and PAST PERFORMANCE @ equal weight (see notes);( ) LPTA See notes/instructions( X ) OTHER, See notes instructions( X ) Alternate <strong>proposal</strong>. The government at its option will accept and evaluate alternate <strong>proposal</strong>s; however <strong>of</strong>ferors mustalso price the project as specified. Alternate <strong>proposal</strong>s should include enough detail <strong>for</strong> the Government to understand thealternate as well as its benefits. Costs and or credits shall be listed separately. Offerors who do not provide alternate<strong>proposal</strong>s may not be notified in the event the government elects to accept an alternate <strong>proposal</strong> from another <strong>of</strong>feror.( ) PAST PERFORMANCE: For the purposes <strong>of</strong> this solicitation no specific past per<strong>for</strong>mance in<strong>for</strong>mation isrequired <strong>of</strong> the MATOC contractor as part <strong>of</strong> the <strong>proposal</strong>. The Government will evaluate the quality , timeliness, andmanagement <strong>of</strong> the <strong>of</strong>feror's past per<strong>for</strong>mance considering currency, relevancy, sources, context, and trends on recent (withinthe last three (3) years projects per<strong>for</strong>med under the existing or predecessor MATOC contracts, other open market projectsper<strong>for</strong>med in support <strong>of</strong> locations serviced by National Guard Contracting Offices. Also, evaluations available through theConstruction Contractor Assessment System (CCASS) may be used.//SIGNED//Erik J. Smith,TSgt, PaANGContracting Officer


Solicitation No: W912KC-10-R-0009MATOC PROPOSAL FORMPROJECT NO. SHYQ092812REPAIR HQ O&T EXTERIOR AND MAIN ENTRANCEPROJECT DESCRIPTION: Project provides <strong>for</strong> the furnishing <strong>of</strong> all plant, labor, material, equipment, appliances andsupervision necessary to repair <strong>of</strong> the EIFS exterior and modification and repair <strong>of</strong> the Main Entrance in accordancewith the <strong>task</strong> <strong>order</strong> requirements <strong>for</strong> “Repair HQ O&T Exterior and Main Entrance. This project is <strong>for</strong> a Firm Fixed TaskOrder against the MATOC IDIQ Contract.ItemNumber Description Quantity Unit Amount0001 Base Bid 1 JOB Lump Sum $_____________Repair Main EntranceExterior Repair Lump SumEIFS replacement cost per square footEIFS caulk cost per linear footEIFS sealing cost per square foot$_____________$_____________$_____________$_____________$_____________0002 OPTION Remove round <strong>of</strong>fice window and replace 1 JOB Lump Sum $_____________With two rectangular0003 OPTION Harden existing round <strong>of</strong>fice window 1 JOB Lump Sum $_____________0004 OPTION Widen handicapped accessible curb ramp 1 JOB Lump Sum $_____________ACKNOWLEDGEMENT OF AMENDMENTSThe Offeror acknowledges receipt <strong>of</strong> amendments to this Task OrderAmendment No. Date Amendment No. Date_____________ __________ ____________ _______________________ __________ ____________ _________________________________________SIGNATURE:________________________________Name and title <strong>of</strong> person authorized to sign________________________________COMPANY NAME________________Offer DateNote the following provision(s) is/are applicable to this <strong>task</strong> <strong>order</strong>:


Solicitation No: W912KC-10-R-0009Note: Offerors are reminded that unlike the bid process, the <strong>request</strong> <strong>for</strong> quotation process is not public. No in<strong>for</strong>mation willbe released until an award decision is made. All contractors submitting an <strong>of</strong>fer will be notified, via email <strong>of</strong> the awardresultsNote: The Government intends to evaluate <strong>proposal</strong>s and award the delivery <strong>order</strong> without discussions with <strong>of</strong>ferors (exceptclarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the ContractingOfficer later determines them to be necessary. The Government reserves the right to reject any or all <strong>proposal</strong>s at any timeprior to award; negotiate with any or all <strong>of</strong>ferors; award a contract to other than the <strong>of</strong>feror submitting the highest technicallyrated; and award contracts to <strong>of</strong>ferors submitting a <strong>proposal</strong> determined by the Government to be the most advantageous (bestvalue) to the Government in accordance with the factors stated above.


Solicitation No: W912KC-10-R-0009BEST VALUE FACTOR PRIORTIZATIONAND EVALUATION FACTORSRepair HQ O&T Exterior and Main Entrance Middletown, Pa.The primary purpose <strong>of</strong> the Best Value Contract is to provide the Government with the best possible project or service byallowing consideration <strong>of</strong> factors other than the lowest price.The factors that are being considered will be identified in each Request <strong>for</strong> Proposal. The relative importance <strong>of</strong> each factorwill be identified to aid the contractor in determining what type <strong>of</strong> alternate <strong>proposal</strong> will best increase his/her chance <strong>of</strong>success.Best Value Contracting provides the method <strong>for</strong> contractors to use their experience, knowledge, skills, and awareness <strong>of</strong>proven and emerging technologies to <strong>of</strong>fer the Government a better way <strong>of</strong> doing things. Since each contractor has theopportunity to <strong>of</strong>fer the Government a best value, the evaluation <strong>of</strong> the <strong>proposal</strong>s and the award determinations are madewithout disclosure <strong>of</strong> each <strong>of</strong> the contractor’s <strong>proposal</strong> to the competing contractors. A debriefing/explanation <strong>of</strong> the awarddetermination will be provided (if <strong>request</strong>ed) after the award. This practice should encourage each contractor to actively seekinnovative best value alternates to increase their potential success.The following factors shall be evaluated in the best value award determination by the Contracting Officer after technicalreview and recommendation by the Base Civil Engineer.The Contracting Officer shall utilize the following factors in the evaluation process <strong>for</strong> any Best Value AwardDetermination(s), after the technical review and written recommendation <strong>of</strong> the Base Civil Engineer.Each Factor listed below is prioritized in <strong>order</strong> <strong>of</strong> the importance <strong>of</strong> the factor and the factor’s relative importancecompared to cost or price factors. The relative importance <strong>of</strong> the factor compared to cost or price factors are defined asbeing:(*) Significantly More Important than Cost.(**) Equally as Important as Cost. or(***) Significantly Less Important than Cost.


Solicitation No: W912KC-10-R-0009actor Priority: elative Importance: actor Identification and Description:7 *** FE CYCLE COST: Life cycle cost <strong>of</strong> an item or system to includtial, operation, and maintenance cost, service life, and/or replacemest. The contractor must provide sufficient data on both the specifiem and the <strong>proposed</strong> Best Value option to ensure the Government cantify the benefits <strong>of</strong> the Best Value <strong>proposal</strong>.5 *** XTENDED/EXPENDED WARRANTY PROTECTION:arranty coverage that extends the period or increases the scope <strong>of</strong> thrranty coverage above the specified requirement.4 *** MPLIFIED MAINTENANCE PROCEDURES: Alternativeuipment items or systems that may have significant advantages oveecified equipment in regards to simplified maintenance procedures3 *** XCEEDING SPECIFIED QUALITY LEVEL OR ADDITIONAENEFICIAL FEATURES: There are tangible and intangiblenefits associated with exceeding the specified quality level orering beneficial features that are not required by the specification(s2 *** LTERNATIVE METHODS: The Government does not typicallyect the methods to be used by a contractor. There are situationsere the method must be established or assumed to provide amplete project specification. Contractors may submit Best Valueoposals that provide <strong>for</strong> alternate methods that provide some beneficost, quality, or per<strong>for</strong>mance. i.e., boring under a roadway to instanduits in lieu <strong>of</strong> open trenching.6 *** RFORMANCE TIME: The <strong>request</strong> <strong>for</strong> <strong>proposal</strong> will include andatory per<strong>for</strong>mance period. The contractor may propose acreased per<strong>for</strong>mance period.1 *** RIME CONTRACTOR/SUBCONTRACTOR Experience withlitary / Department <strong>of</strong> Defense Construction. Contractors shallbmit a list <strong>of</strong> projects that have been accomplished in the last fivears. Include a brief description and the dollar amount <strong>of</strong> the projec

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!