26
DEPARTMENT OF THE ARMY SAVANNAH DISTRICT, CORPS OF ENGINEERS 100 W. OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640 REPLY TO ATTENTION OF: August 2, 2016 Contracting Division Execution Branch SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA. 1. The subject project is being offered to all Offerors in the HubZONE MATOC pool, as identified below, giving each fair opportunity to compete for this action by issuance of this Request for Proposal (RFP) letter. Those who do wish to compete must submit a proposal by the date and time indicated in paragraph 13 below, and in accordance with the criteria specified herein. David Boland 219 Indian River Ave Ste 201 TITUSVILLE, FL 32796 [email protected]; [email protected] Core Engineering & Construction, Inc. 1020 Railroad Ave Winter Park, FL 32789 [email protected] Southeast Cherokee Construction, Inc. 1491 Furnace St Montgomery, AL 36104 [email protected]; [email protected] ; cbrantley@secherokeeconstruction The Green-Simmons Company Inc 3407 N W Street Pensacola, FL 32505 [email protected] Bates Engineers/Contractors, Inc. 210 Airport Rd Bainbridge, GA 39817 [email protected]

DEPARTMENT OF THE ARMY SAVANNAH DISTRICT, … · savannah district, corps of engineers 100 w. oglethorpe avenue savannah, georgia 31401-3640 reply to ... digital pictures

Embed Size (px)

Citation preview

DEPARTMENT OF THE ARMY SAVANNAH DISTRICT, CORPS OF ENGINEERS

100 W. OGLETHORPE AVENUE SAVANNAH, GEORGIA 31401-3640

REPLY TO ATTENTION OF:

August 2, 2016 Contracting Division Execution Branch

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA. 1. The subject project is being offered to all Offerors in the HubZONE MATOC pool, as identified below, giving each fair opportunity to compete for this action by issuance of this Request for Proposal (RFP) letter. Those who do wish to compete must submit a proposal by the date and time indicated in paragraph 13 below, and in accordance with the criteria specified herein. David Boland 219 Indian River Ave Ste 201 TITUSVILLE, FL 32796 [email protected]; [email protected] Core Engineering & Construction, Inc. 1020 Railroad Ave Winter Park, FL 32789 [email protected] Southeast Cherokee Construction, Inc. 1491 Furnace St Montgomery, AL 36104 [email protected]; [email protected] ; cbrantley@secherokeeconstruction The Green-Simmons Company Inc 3407 N W Street Pensacola, FL 32505 [email protected] Bates Engineers/Contractors, Inc. 210 Airport Rd Bainbridge, GA 39817 [email protected]

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

2

2. Interested participants must submit a price proposal for work detailed in the scope of work, drawings and specifications posted on FedBizOps. To access the full scope of work, specifications and drawings go to the following link: https://www.fbo.gov/fedteds/W9127812X2106 CAUTION: Offerors shall insert a price on all numbered items of the Task Order Pricing Schedule (Attachment 1). Failure to do so may result in rejection of an Offeror’s proposal. 3. Technical Inquiries are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org\projnet, Bidder Inquiry Key: WV665R-JAY7CH. All questions regarding this RFP must be submitted in writing via aforementioned method no later than ten (10) calendar days prior to the date established for receipt of proposals as shown in paragraph 14 below. The Government reserves the right to not respond to questions/inquiries received after this date. 4. If an Offeror believes the requirements in this RFP contain an error, omission, or are otherwise unsound, the Offeror shall immediately notify the Contracting Officer in writing, to include supporting rationale. Such communication may be submitted via the POC identified in paragraph 14 below.

5. Wage Decision GA160152 dated 05/20/2016 GA152 (Attachment 2) applies to CLINS 0001 through 0013AB of attached Task Order Pricing Schedule (Attachment 1). Offerors are reminded that wage determinations are subject to change prior to award. All proposed pricing shall include the most current wage rates. All offerors are encouraged to review wage rates established by the Department of Labor prior to submitting proposals. 6. The scope of this project: DLA DISTRIBUTION COMPLEX - Phase 2, 13 Buildings. Work will include Repair and Maintenance of Doors, Offices, Storage Areas, Floors, Windows, Ceiling Repairs, placement of drainage pipes, Mechanical, Electrical removal and new Installation resulting in major upgrade of building’s exterior and interior. Building 334 - DLA SUPPLY N PEACEKEEPER BY BLDG 333 Paint exterior personnel doors and frames; Replace metal siding; Patch, repair and paint the wall assembly; Seal and paint wall assembly penetrations at new unit. Demolishing existing through wall heat pumps. Remove branch circuits associated with through-wall heat pumps. Install new branch circuits and wiring associated with new ductless split systems. Install new ductless split systems Remove the existing wall mounted exterior HID lighting fixtures. Building 340 Paint gypsum wall board as indicated. Paint interior metal personnel doors where indicated. Replace interior overhead coiling doors where indicated.

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

3

Paint interior metal stairs Insulating existing bare domestic water pipe in hazardous material bay. Insulating existing bare pipe and fittings in mechanical room. Replacing existing water heating system in mechanical room. Insulating existing bare domestic water pipe in hazardous material bay. Insulating existing bare pipe and fittings in mechanical room. Replacing existing water heating system in mechanical room. Replace HID lighting with LED Building 351 Repair the gypsum walls as indicated. Replace interior wood personnel doors. Replace suspended acoustical ceiling tile where indicated Replace interior fluorescent lighting in restroom Replace interior metal & wood personnel doors Building 368 Replace interior metal & wood personnel doors where indicated. Replace mechanical components of dock levelers. Replace two (2) modular offices in store room C. Provide a structural roof and associated storefront framing at (2) new offices Install new ductless split systems, fire and security alarm systems Replace high-bay HID lighting in Storerooms A, B, C and E with high-bay T5 fluorescent lamped fixtures. Building 376 – Replace overhead coiling door as indicated. Replace all mechanical components of dock levelers. Replace loading dock bumpers as indicated Interior demolition of building infrastructure components Remove low-bay HID light fixtures in the Maintenance Cage and Compressor rooms and replace with low-bay T5/T8 fluorescent light fixtures Building 380 Interior demolition of modular office spaces Paint the exterior of the building including trim and accessories. Replace acoustical ceiling tile where indicated. Replace interior solid core wood personnel doors as indicated. Replace modular office in store room G04. Refer to description below for extent of work. Contractor shall repair by replacement the storm drainage and roof drain lines from face of building up to 20'-0" out. Replace storm drainage/roof drains pipes shall match the diameter of the existing pipes removed. Repair the washouts and provide positive drainage away from the building. Replace existing storm drainage/roof drains pipes with schedule 40 PVC pipes Replace existing through wall heat pumps with ductless split systems.

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

4

Remove the existing wall mounted exterior HID lighting fixtures. The existing HID fixtures shall be replaced with a highly efficient LED exterior wall mounted lighting fixture Building 385 Demolish/Replace office space Paint the exterior of CMU envelope as indicated. Paint exterior metal ladder. Paint exterior doors and frames as indicated. Replace interior solid core wood personnel doors as indicated. Demolish Maintenance Room and provide new construction to house offices. Refer to description below for extent of work. Renovate entry and restroom vestibule. Refer to description below for extent of work. Paint exterior steel bollards and pipe railing around full perimeter of building. Contractor shall repair by replacement the storm drainage and roof drain lines from face of building up to 20'-0" out. Replace storm drainage/roof drains pipes shall match the diameter of the existing pipes removed. Building 393 Replacement of storm drainage and roof drain Replace High-bay HID interior light fixtures with LED high-bay type light fixtures. Building 395 Renovate Office and Break Room Renovate Men and Woman Restrooms Replace the existing wall mounted HID wall-pack light fixtures with a LED type wall-pack light fixtures Re-lamp existing fluorescent lighting troffers Building 396 Remove and replace the existing HID light fixtures with a LED type light fixtures & associated wiring Building 606 Prepare and paint the exterior Add new highly efficient LED type exterior wall-pack light fixtures Remove and replace the existing power distribution panel board Replace the plastic covered insulation on the ceilings Building 641 Renovate Computer/Conf Rm; Break Room & Maintenance Room; demolish install new partitions Replace ductless split systems & controls Replace Overhead doors Replace HID with LED light fixtures & associated wiring/circuits

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

5

Building 660 Renovate the Foyer, Vending area, Restrooms, Janitor Room and Mechanical room; including electric mechanical and finishes and walls Remove and replace the existing HID light fixtures with a LED type New replacement 10 kVA lighting system power inverter 7. Additional Contractor Requirements 7.1.1. Project Involves Handling of Asbestos or Lead Base Paint: (Reference

Specifications 01 08 00, 01 08 50, 01 35 13 and 01 35 29)

7.1.2. Occupancy during Construction: (Reference Specifications 01 08 00, 01 35 13,

and 01 50 00) 7.1.3. CQC System Requirements: Reference Specifications 01 45 01

CQC Manager CQC Personnel

Civil Mechanical Electrical Structural Architectural Environmental Submittal Clerk Concrete, Pavements and soils TAB Personnel Design Quality Control Manager

7.1.4. Quality Control System (QCS) Required: Reference Specification 01 45 01.10 7.1.5. Project Sign Required: Reference Specification 01 35 13: (Reference

Attachment 1 to Specification Section 0800 for sign layout.) 7.1.6. Submittals are required on all materials: (Specification 01 33 00) 7.1.7. Site Visit Requirements: (Specification 01 08 00)

Video Tape Digital Pictures

7.2 After task order award:

Site Safety and Health Plan (Specification 01 35 29) Quality Control Program (Specification 01 45 01)

Design After Award (Specification 01 33 16) Work Plan – Design/Build (Specification 01 08 50). The design requirements are:

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

6

a. Complex Submittal – Contractor will submit Full Design (60%, 90%, 100%, and Corrected Final submittals); specifications, rendering, erosion control plan and permits.

b. Medium Submittal - Contractor will submit Full Design (90%, 100%, and Corrected Final submittals); abridge set of specifications with project data, erosion control plan and permits.

c. Light Submittal – Contractor will submit Full Design (100% and Corrected Final submittals); specifications on the drawings, erosion control plan and permits.

d. Distribution of Submittals:

Number Item Electronic Files -

Full Size Drawings

- Specifications 2 CDs

All submittals shall be provided in electronic format. Hardcopy submittals will be requested on an as needed basis not to exceed 10% of the required contract submittals.

Construction Schedule (Specification 01 32 01.00 10)

Bar Chart CPM

Weekly Progress Report (Specification 01 08 00 & 01 35 13) Telephone Conversation/Correspondence Records (Specification 01 08 50) Site/Project Specific Remediation Report (Specification 01 35 13) As-Built/In Progress Drawings (Specification 01 35 13, 01 70 00, 01 78 00)

7.3. After construction completion, prior to final payment:

System/Equipment Testing Operation and Maintenance Manuals/Training Videos (Specification 01 70

00) Training Equipment and Construction Warranties List of Standard Equipment and Service Organizations As-Built/Final Drawings

7.4. Applicable Specifications:

01 34 00 – Survey, Layout, and Other Data 01 35 13 – Special Contract Requirements

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

7

01 35 29 – Safety & Occupational Health Requirements 01 42 00 – Sources for Reference Publications 01 50 00 – Temporary Construction Facilities 01 57 20.00 10 – Environmental Protection 01 57 23 – Storm Water Pollution Prevention Measures 01 62 35 – Recycled/Recovered Materials 01 70 00 – Contract Closeout 01 74 19 – Construction & Demolition Waste Management 01 78 00 – Closeout Submittals 01 78 23 – Operation & Maintenance Data Others Specifications:

7.5. Excavation Permit: The contractor shall have a completed and approved Excavation Permit prior to any excavation, to include sign or fence-post holes. The Contractor shall schedule an appointment to locate utility lines at least 24 hours prior to any excavation with the DPW. (Reference Specifications 01 35 13 & 01 50 00). 7.6. DISPOSAL Permits: A permit is required to use the installation land clearing and inert debris and demolition landfills. Landfill permits shall be processed with the Environmental Compliance Branch of the DPW Environmental & Natural Resources Division. Permits are issued for the life of the specific contract only. Only materials produced on the project for which the permits are issued may be disposed of in the land clearing and inert debris and demolition landfills. The Contractor shall keep a copy of the completed permit with the vehicle throughout the contract disposal operation. Copies of the disposal permit forms will be provided at the Pre-work Conference.

7.7. BORROW Permits: N/A.

7.8. Haul Routes: The Contractor is required to obtain approval from the Resident Office for the routes he intends to use for transportation of borrow materials, construction debris, or demolition materials unless otherwise permitted in writing by the Resident. The axle load of earth-hauling equipment operating on paved streets shall not exceed 12,000 pounds. (Reference Specifications 01 35 13 & 01 50 00).

7.9. Utility Outages and Road Closures: Utility, road and railroad closures require a minimum 10 working days advance written notice and will be subject to Resident Office approval. In the case of a road closures, a sketch shall be provided showing the closure location and all necessary signs and barricades. Necessary signage, barricades, flag persons, lights (including temporary traffic control lights), and markings for the safe movement of the public during construction shall be in accordance with the Manual on Uniform Traffic Control Devices, and shall be provided at no additional expense to the Government. (Reference Specifications 01 35 29, 01 50 00 & 01 35 13).

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

8

7.10. Availability and Use of Utility Services: Utility services required on the job site for the accomplishment of the work

Will be furnished at no cost to the Contractor

Will NOT be furnished at any cost to the Contractor

However, the Government will make no connections or alterations to the existing utility systems for the Contractor. Utilities for offices and/or storage buildings or areas will be billed to the Contractor monthly and will not be furnished free of charge. The Contractor shall be responsible for installing meters or other connections at no cost to the Government. At the conclusion of the contract, the Contractor shall remove all temporary connections, distribution lines, meters and associated paraphernalia unless otherwise directed by the Resident Office. Prior to installing any utility connections at an office/storage site, the plan will be approved by the Resident Office. When utility meters are installed, the Contractor shall notify the Resident Office for the initial meter reading. Failure to obtain this initial reading will result in the Contractor being charged for the entire amount shown on the meter. (Reference Specification 01 50 00).

7.11. Contractor Storage and Trailers: The Contractor shall place or paint a sign on all of his storage trailer(s) and building(s) used on this contract. At a minimum, the sign shall contain the name of the Contractor and a telephone number at which the contractor can be reached. The trailer(s) and building(s) shall be completed with gates and/or doors which can be locked. Only material for this project shall be stored in the trailer(s) or building(s). The Contractor shall remove the storage trailer(s) or building(s) within 30 days after completion of the contract and prior to submitting his final invoice. The area around the storage trailer(s) and building(s) shall be kept clean.

7.12. Safety: Safety will be in compliance with the most current Corps of Engineers Safety Manual EM 385-1-1, Use of appropriate safety equipment is mandatory and not limited to hard hats and steel-toed shoes. Contractor is responsible for daily clean up and complete restoration of the area once the contract is complete.  7.13. Hours of Work: Work shall be accomplished between the hours of 0730 thru 1630 hours daily, Monday through Friday on non-Government holidays. Legal holidays falling on Saturday are observed on the proceeding Friday and those falling on Sunday are observed on the following Monday. Work schedule and facility security to be coordinated with the Resident Office for facility access and security maintenance during duration of work. Contractor shall not work outside of the stated hours of work, without first obtaining approval from the Resident Office.

7.14. Warranty: The contractor shall provide a minimum of one (1) year warranty on all materials and workmanship from the date of the Government’s acceptance of the work.

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

9

8. Construction Cost Limitation (CCL) for CLIN NUMBERS 0001 through 0013AB is $5,129,053.18. This limitation includes both design and construction costs and shall not be exceeded. Offerors whose BID exceeds the CCL will be rendered ineligible for award. 9. In accordance with FAR Clause 52.228-1, Bid Guarantee, incorporated by reference, offerors are required to submit a bid bond with their proposal. The Bid Guarantee shall be 20% of the bid price or $3 Million, whichever is less. Bid bonds must be submitted in original form and contain original signatures and they must be received by the Government by the same time and date established for the receipt of proposals. Photocopied, facsimile, scanned or otherwise mechanically reproduced bid bonds will not be accepted. Failure to submit a proper bid bond may be cause for rejection of an Offeror’s proposal.

The original bid bond must be mailed to: U.S. ARMY ENGINEER DISTRICT, SAVANNAH ATTN: CECT-SAS-E (Andrew K. Page) 100 WEST OGLETHORPE AVE. SAVANNAH, GA 31401

Bid bonds must be delivered by U.S. Mail, including U.S. Express Mail, Federal Express or United Parcel Service. All bid bonds must be clearly identified with the contractor’s name and address. To ensure timely and proper handling, the lower left corner of the outermost wrapper should indicate the following: Request For Proposal No: W91278-12-X-2106 Due Date of Proposal: 1 September, 2016 Time by which Proposals are due: 1400 Hours Title of Project: DLA Distribution Complex, 13 Facilities, PH2 Robins AFB, GA The date and time of delivery established by commercial carriers is not the official time of receipt by the Government. Security guards posted at the loading dock entry for the building do not receive bid bonds and will contact Mailroom personnel. The bid bonds will be processed by the Security Guards using established security procedures, and subsequently picked up by Mailroom personnel when they are available. After receipt by the Mailroom personnel, a record will be made of the receipt of the bid bonds. Completion of these actions will constitute delivery of the bid bonds by the date and time designated for receipt. Offerors that use U.S. Mail or U.S. Express Mail must allow sufficient time for bid bonds to be received by Mailroom personnel by the time specified. Offerors are responsible for allowing sufficient time for the bid bonds to be processed for receipt and are cautioned that sufficient time may be as much as 24 hours prior to the date and time designated. The Government will not be responsible for bid bonds delivered to

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

10

any location or to anyone other than those designated. Offerors are responsible for ensuring that bid bonds are submitted so as to reach the office designated for receipt. Offerors are responsible for allowing sufficient time for the bid bonds to be physically received and processed by Mailroom personnel in accordance with the information provided. 10. Proposals shall specify an acceptance period of no less than 90 calendar days from due date of proposals. Proposals which provide less than this period, or which fail to specify an acceptance period at all, may be rejected. 11. In accordance with FAR Clause 52.237-2, Site Visit (Construction), a site visit will be conducted at the project site, Robins AFB, GA on 9 August 2016 beginning at 0900 hours. Interested parties shall meet in the Robins AFB Visitors Center at the Main Gate. The POC for the site visit is Terry Stab and he can be contacted at 478-926-6945 or e-mail at [email protected]. Prior to the submission of any proposals, all offerors are encouraged to visit the project site location to become familiar with the project requirements. A proposal will not be rejected only because the offeror fails to visit the project site. Failure to visit the project site will not relieve the bidder from responsibility for performance of the work and compliance with the terms and conditions of any resultant contract. In no event will a failure to inspect the site constitute grounds for a claim after award of the task order. 12. In accordance with FAR Provision 52.222-23, Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction, minority participation goals are 27.5% for each trade and female participation goal is 6.9%. 13. Proposals shall be signed by a duly authorized official of the Offeror’s company and are required no later than 1 September, 2016 at 1400 hours (2:00 pm, EST). 14. ELECTRONIC PROPOSAL SUBMISSION IS REQUIRED THROUGH THE WEBSITE LISTED BELOW. ELECTRONIC SUBMISSION SENT VIA EMAIL OR FACSIMILE WILL NOT BE ACCEPTED. HAND CARRIED PROPOSAL SUBMISSION IS NOT AUTHORIZED. DIRECTIONS FOR SUBMITTING PROPOSALS In an effort to reduce paperwork and reduce cost, all proposals shall be submitted electronically. All submissions shall be in Adobe PDF format. The Price Proposal and Technical Proposal shall be submitted as “separate” single files. Offerors may use compressions utility software such as WinZip or PKZip to reduce file size and facilitate transmission. Title the file(s) in the following format:

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

11

W91278-12-X-2106_COMPANY NAME_PRICE PROPOSAL Submit the Price and Technical proposals electronically via the AMRDEC SAFE website at: https://safe.amrdec.army.mil/SAFE/. At the AMRDEC SAFE website select the link: I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User, to register, access the site and submit your proposal(s). [Note: It has been reported that documents are more quickly uploaded into the AMRDEC SAFE website when using a Firefox web browser. The Government cannot verify that this is true and offers no guarantee that offerors will have more success utilizing any particular browser.] When your proposal is submitted via the AMRDEC SAFE website, the website will provide notification of the submittal to the Government recipients. When completing the information for transmittal at the AMRDEC SAFE website, you will be required to enter email addresses for the recipients. For this solicitation, the recipients will be the Contracting Officer and Contract Specialist. The Contract Specialist for this project is Mr. Andrew K. Page, whose email address is [email protected]. The Contracting Officer for this project is Nina Crow, whose email address is [email protected]. These email addresses are the ones you will enter as recipients. In addition, after uploading your documents, you will be required to verify your email address before AMRDEC will send notification to the Government recipients. This is a very important step – even if you successfully upload your proposal to AMRDEC SAFE, notification will not be sent to the Government until you verify your email address, which may result in the rejection of your proposal for lateness. Follow the instructions on the AMRDEC website and confirmation emails you receive from AMRDEC.

Proposal Due Date and Time: Request For Proposal No: W91278-12-X-2106 Due Date of Proposal: 1 September 2016

Time by which Proposals are Due: 2:00 P.M. (E.T.) Title of Project: DLA Distribution Complex, 13 Facilities, PH2 Robins AFB, GA

The date and time of delivery will be established by the time of receipt of the email notification to the Contract Specialist and Contracting Officer by the AMRDEC SAFE website, not by the date and time of uploading of the proposal into the AMRDEC SAFE website. Do not assume that electronic communication is instantaneous – in fact, it can take several minutes or even hours in some cases. Please make allowances for delays in transmittal. If an electronic submission is uploaded minutes before the deadline but notification is not actually received in the recipients’ email inboxes until after the deadline, the submission will be considered late.

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

12

The Government will not be responsible for proposals delivered to any location or to anyone other than those designated to receive proposals on its behalf. Offerors are responsible for ensuring that proposals are submitted so as to reach the designated recipient of proposals. Offerors are responsible for allowing sufficient time for the proposal to be received in accordance with the instructions provided. 15. Offerors shall acknowledge all revisions to the RFP issued prior to the due date for the submission of proposals in writing accompanying the proposal, unless instructed to do otherwise by the Contracting Officer.

For all revisions to the RFP issued after the submission of proposals, the Offerors shall acknowledge the revision in writing at the time and place directed by the Contracting Officer in the revision letter. 16. In accordance with FAR Clause 52.215-1, Instructions to Offerors—Competitive Acquisitions, the Government reserves the right to make award without discussions. Therefore, Offerors should submit their best price terms in their initial offer and not automatically assume that they will have an opportunity to participate in discussions, if later determined to be in the best interests of the Government, or to submit a revised offer. 17. BASIS OF AWARD: The Government will make award to the lowest priced Offeror who is deemed responsive, responsible and whose proposed price has been determined to be fair and reasonable. Price will not be rated or scored, but will be evaluated for fairness and reasonableness through the use of a price analysis. Firms are cautioned to distribute direct costs, such as material, labor equipment, subcontracts, etc and to evenly distribute indirect costs, such as job overhead, home office overhead, bond, etc. to the appropriate contract line items. Both parties shall presume that field overhead costs through the proposed contract duration are inclusive in the offered price for the contract. In addition, price analysis will be performed to determine if proposed prices are fair and reasonable. The evaluation will determine the extent to which the price proposal is consistent with the requirements of the RFP. Historical price information, competitive price information, the Independent Government Estimate (IGE), or any other pricing tool as necessary will be utilized in making this determination. Offerors are advised that any offer wherein pricing is deemed unfair or unreasonable may be rendered ineligible for award. 18. Pricing for the Task Order shall be completed and submitted on the Task Order Pricing Schedule (Attachment 1) in the request for proposal. Supplemental Price Breakdown: If deemed necessary to evaluate the price proposals, the Government will request a price breakdown of the Contract Line items in a sealed

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

13

envelope marked “Price Breakdown Information” in Excel format. The Government will provide details on where and how to send the breakdown. This information will not be needed sooner than three working days after the proposal submission due date. This information is not an opportunity for a firm to revise its non-price or price proposal. Price will not be rated or scored, but will be evaluated for fairness and reasonableness through the use of a price analysis. Firms are cautioned to distribute direct costs, such as material, labor equipment, subcontracts, etc. and to evenly distribute indirect costs, such as job overhead, home office overhead, bond, etc. to the appropriate contract line items. Both parties shall presume that field overhead costs through the proposed contract duration are inclusive in the offered price for the contract. If deemed necessary, the supplemental price breakdown information will be used to assist the Government in performing the price evaluations described above. 19. In accordance with FAR Clause 52.211-12, LIQUIDATED DAMAGES-- CONSTRUCTION (SEP 2000)

a. If the Contractor fails to complete the work described in CLIN 0001- 0013AB within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $792.26 for each calendar day of delay until the work is completed or accepted.

b. If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. 20. In accordance with FAR Clause 52.211-10 the Contractor shall be required to complete the work in the Task order within 400 calendar days after receipt of Notice to Proceed. AWARD OF THIS TASK ORDER SHALL NOT CONSTITUTE NOTICE TO PROCEED. A SEPARATE NOTIFICATION SHALL BE PROVIDED. 21. TIME EXTENSIONS FOR UNUSUALLY SEVERE WEATHER (APR 1991 OCE)

a. This provision specifies the procedure for the determination of time extensions for unusually severe weather in accordance with the contract clause entitled DEFAULT (FIXED PRICE CONSTRUCTION). In order for the Contracting Officer to award a time extension under this clause, the following conditions must be satisfied:

(1) The weather experienced at the project site during the contract period must be found to be unusually severe, that is, more severe than the adverse weather anticipated for the project location during any given month.

(2) The unusually severe weather must actually cause a delay to the completion of the project. The delay must be beyond the control and without the fault or negligence of the Contractor.

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

14

b. The following schedule of monthly anticipated adverse weather delays is based

on National Oceanic and Atmospheric Administration (NOAA) or similar data for the project location and will constitute the base line for monthly weather time evaluations.

The Contractor's progress schedule must reflect these anticipated adverse weather delays in all weather dependent activities. MONTHLY ANTICIPATED ADVERSE WEATHER DELAY WORKDAYS BASED ON 5-DAY WORK WEEK

Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec

9 8 6 4 4 7 8 7 5 3 4 8

c. Upon acknowledgment of the Notice to Proceed and continuing through-out the contract, the Contractor will record on the daily Contractor Quality Control report the occurrence of adverse weather and resultant impact to normally scheduled work. Actual adverse weather delay days must prevent work on critical activities for 50 percent or more of the Contractor's scheduled workday. The number of actual adverse weather delay days shall include days impacted by actual adverse weather (even if adverse weather occurred in previous month), be calculated chronologically from the first to the last day in each month, and be recorded as full days. If the number of actual adverse weather delay days exceeds the number of days anticipated in paragraph (b) above, the Contracting Officer will convert any qualifying delays to calendar days, giving full consideration for equivalent fair weather workdays, and issue a modification in accordance with the contract clause entitled DEFAULT (FIXED PRICE CONSTRUCTION). 22. For Responsibility Determination Only: The Government will consider past performance of the prime contractor on previous relevant projects when making a Responsibility Determination. The Government will consider relevant projects that are successfully completed, or substantially completed from sources available to it, including information from Past Performance Information Retrieval System (PPIRS), including Construction Contractor Appraisal Support System (CCASS), using all CAGE/DUNS numbers of the prime contractor, inquiries of owner representatives, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources.

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

15

23. If you have any questions, please contact Mr. Andrew K. Page at (912) 652-5900 or [email protected] Sincerely, Nina g. Crow

Contracting Officer

Attachments(s) 1. Bid Price Schedule 2. Wage Determination

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

16

ATTACHMENT 1 Task Order Pricing Bid Schedule

W91278-12-X-2106

DLA Project 399166 DLA Distribution Complex, SRM of 13 Facilities- Phase 2

Robins AFB, GA.

CONTRACT LINE ITEM BID SCHEDULE

Item No. Description Quantity Unit Unit Price Line Item Amount 0001

BASE BID – Informational CLIN for Renovation/Repair/Maintenance of Building 334

0001AA Engineering/Design Services for Building 334

1 JB XXX $

0001AB Renovation/Repair/Maintenance of Building 334

1 JB XXX $_

0002

BASE BID – Informational CLIN for Renovation/Repair/Maintenance of Building 340

0002AA Engineering/Design Services for Building 340

1 JB XXX $

0002AB Renovation/Repair/Maintenance of Building 340

1 JB XXX $_

0003

BASE BID – Informational CLIN for Renovation/Repair/Maintenance of Building 351

0003AA Engineering/Design Services for Building for 351

1 JB XXX $

0003AB Renovation/Repair/Maintenance of Building 351

1 JB XXX $_

0004

BASE BID – Informational CLIN for Renovation/Repair/Maintenance of Building 368

0004AA Engineering/Design Services for Building 368

1 JB XXX $

0004AB Renovation/Repair/Maintenance of Building 368

1 JB XXX $_

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

17

Item No. Description Quantity Unit Unit Price Line Item Amount

0005

BASE BID – Informational CLIN for Renovation/Repair/Maintenance of Building 376

0005AA Engineering/Design Services for Building for 376

1 JB XXX $

0005AB Renovation/Repair/Maintenance of Building 376

1 JB XXX $_

0006

BASE BID – Informational CLIN for Renovation/Repair/Maintenance of Building 380

0006AA Engineering/Design Services for Building for 380

1 JB XXX $

0006AB Renovation/Repair/Maintenance of Building 380

1 JB XXX $_

0007

BASE BID - Informational CLIN for Renovation/Repair/Maintenance of Building 385

0007AA Engineering/Design Services for Building for Building 385

1 JB XXX $

0007AB Renovation/Repair/Maintenance of Building 385

1 JB XXX $_

0008

BASE BID – Informational CLIN for Renovation/Repair/Maintenance of Building 393

0008AA Engineering/Design Services for Building for Building 393

1 JB XXX $

0008AB Renovation/Repair/Maintenance of Building 393

1 JB XXX $_

0009

BASE BID - Informational CLIN for Renovation/Repair/Maintenance of Building 395

0009AA Engineering/Design Services for Building for 395

1 JB XXX $

0009AB Renovation/Repair/Maintenance of Building 395

1 JB XXX $_

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

18

0010

BASE BID - Informational CLIN for Renovation/Repair/Maintenance of Building 396

0010AA Engineering/Design Services for Building for 396

1 JB XXX $

0010AB Renovation/Repair/Maintenance of Building 396

1 JB XXX $_

0011

BASE BID - Informational CLIN for Renovation/Repair/Maintenance of Building 606

0011AA Engineering/Design Services for Building for 606

1 JB XXX $

0011AB Renovation/Repair/Maintenance of Building 606

1 JB XXX $_

0012

BASE BID - Informational CLIN for Renovation/Repair/Maintenance of Building 641

0012AA Engineering/Design Services for Building for 641

1 JB XXX $

0012AB Renovation/Repair/Maintenance of Building 641

1 JB XXX $_

0013

BASE BID - Informational CLIN for Renovation/Repair/Maintenance of Building 660

0013AA Engineering/Design Services for Building for 660

1 JB XXX $

0013AB Renovation/Repair/Maintenance of Building 660

1 JB XXX $_

Total Base Bid (Items 0001 – 0013AB) $__________________________

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

19

Notes for Task Order Pricing Schedule:

Note 1: Offerors shall insert a price on all numbered items of the Task Order Pricing Schedule (Attachment 1). Failure to do so may result in rejection of an Offeror’s proposal. Note 2: - To better facilitate the receipt of proposal process, all revisions to task order proposals are to be submitted on copies of the latest Contract Line Item (CLIN) schedules as published in the solicitation or the latest amendment thereto. In lieu of indicating additions/deductions to line items, all Offerors shall state their revised prices for each item.

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

20

ATTACHMENT 2

General Wage Decision

W91278-12-X-2106 DLA399166

DLA Distribution Complex, Sustainability, Restoration, & Modernization of 13 Facilities – Phase 2; Robins AFB, GA.

General Decision Number: GA160152 05/20/2016 GA152 Superseded General Decision Number: GA20150152 State: Georgia Construction Type: Building County: Houston County in Georgia. Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis-Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 1 03/11/2016 2 05/20/2016 * ASBE0048-001 04/01/2016 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR........................$ 26.92 14.96 ----------------------------------------------------------------

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

21

BOIL0026-001 01/01/2013 Rates Fringes BOILERMAKER......................$ 24.91 19.69 ---------------------------------------------------------------- ELEC1316-020 01/01/2015 Rates Fringes ELECTRICIAN (Including Low Voltage Wiring)..................$ 22.85 10.95 ---------------------------------------------------------------- ENGI0474-001 07/01/2013 Rates Fringes POWER EQUIPMENT OPERATOR: Bobcat/Skid Steer/Skid Loader, Bulldozer, and Forklift (under 15 tons)....$ 22.72 12.30 Crane (over 10 tons) and Forklift (15 tons and over).$ 24.55 12.30 Crane (over 120 tons).......$ 25.55 12.30 Crane (over 250 tons).......$ 26.55 12.30 Oiler.......................$ 20.38 12.30 ---------------------------------------------------------------- PLUM0072-007 08/01/2015 Rates Fringes PIPEFITTER (Including HVAC Pipe Installation)...............$ 27.70 13.43 PLUMBER..........................$ 27.70 13.43 ---------------------------------------------------------------- SHEE0085-009 08/01/2012 Rates Fringes SHEET METAL WORKER (HVAC Duct Installation Only)...............$ 29.34 13.44 ---------------------------------------------------------------- SUGA2012-059 08/11/2012 Rates Fringes

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

22

BRICKLAYER.......................$ 15.09 1.04 CARPENTER, Includes Form Work....$ 15.00 0.00 CEMENT MASON/CONCRETE FINISHER...$ 15.18 3.89 FLOOR LAYER (Carpet, Vinyl and Resilient Flooring)..........$ 20.00 0.00 IRONWORKER, REINFORCING..........$ 20.47 3.89 IRONWORKER, STRUCTURAL...........$ 24.04 9.26 LABORER: Common or General......$ 10.99 0.00 LABORER: Mason Tender - Brick...$ 9.00 0.00 LABORER: Pipelayer..............$ 11.48 1.90 OPERATOR: Backhoe/Excavator.....$ 14.63 0.00 OPERATOR: Grader/Blade..........$ 17.52 0.00 OPERATOR: Loader................$ 8.00 0.00 PAINTER: Brush, Roller and Spray............................$ 16.00 1.62 ROOFER...........................$ 14.48 0.00 SHEET METAL WORKER, Excludes HVAC Duct Installation...........$ 18.03 0.00 TILE FINISHER....................$ 10.31 0.00 TILE SETTER......................$ 20.00 0.00 TRUCK DRIVER: Dump Truck........$ 10.00 1.33 TRUCK DRIVER: Lowboy Truck......$ 17.41 0.00 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

23

Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

24

classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

25

On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================

SUBJECT: MATOC Request for Proposal for Task Order Request Number W91278- 12-X-2106, DLA Distribution Complex of (13) Facilities – Phase 2 – DLA399166 at Robins AFB, GA.

26

END OF GENERAL DECISION