MODIFICATION
Z -- MISCELLANEOUS PAVING
- Notice Date
- 10/21/2010
- Notice Type
- Modification/Amendment
- NAICS
- 237310
— Highway, Street, and Bridge Construction
- Contracting Office
- MICC Center - YPG, KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8, Yuma, AZ 85365-9498
- ZIP Code
- 85365-9498
- Solicitation Number
- W9124R-10-R-0014
- Response Due
- 11/15/2010
- Archive Date
- 1/14/2011
- Point of Contact
- Samuel Colton, 928-328-6354
- E-Mail Address
-
MICC Center - YPG
(samuel.colton@us.army.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- This amendment is issued to provide answers to the questions that were submitted by the deadline contained within the solicitation. Q1. On page 63 of 70 in part 2 it asks for 5 Past Performance Surveys from 5 current and 5 other within 5 years. Is it the intent to have 10 surveys? A1. Yes. Q2. On page 64 of 70 in part 3 c. Transmittal Summary Letter. It calls for a summary cover letter to the proposal. Since this is item c and a summary letter where does it need to be in the submittal? At the beginning or in middle? A2. There is not specified location for the Transmittal Summary Letter but it shall be contained within PART III-Price Proposal and be clearly identified regardless of location within PART III-Price Proposal. Q3. Is there a chance that the proposal date will be extended? A3. Yes. The close date and time has been extended to 11:00 a.m. on 15 November 2010 Q4. On the Past Performance Proposal Questionnaire. Do they have to be on the form provided or can they be on CCASS? A5. Past Performance Questionnaire are to be provided using the form provided in the quantities specified within the solicitation. This does not preclude a contractor from providing additional or supplemental past performance information. Q6. Are there any page limits to this proposal? A6. No. Q7. Just a clarification: Do we need to have separate binder for section 1 & 2 and another binder for section 3 Price Proposal? A7. As specified in the PROPOSAL SUBMISSION INSTRUCTIONS, PROPOSAL SUBMISSION/FORMAT. The overall proposal shall consist of three (3) physically separate and detachable parts, individually entitled PART I-Technical Proposal, PART II-Past Performance Proposal and PART III-Price Proposal. Offeror shall submit each part of their proposal as noted in the solicitation in a three-ring loose-leaf binder, providing the number of copies indicated in the solicitation and separate sections of the binder shall be tabbed for ease of identification. Q8. Is there a scheduled site visit? A8. The Government has made the determination that a job walk, site visit, pre-bid meeting for this requirement is not necessary and will not be scheduled. Q9. This e-mail is in regard to the $10,000,000 aggregate with verification from the Securities or Bonding Company requirement listed in the Instructions to Offerors portion of the referenced solicitation. Is there a chance that this document can be waived or reduced? A9. This requirement will not be waived. It has been determined that the amount will be reduced from $10,000,000 to $5,000,000 aggregate with verification from the Securities or Bonding Company. Q10. Just wanted to make sure that bid item A048 s to be left blank? A10. Yes. Q11. Regarding bid items A030 and A031; it appears from the specification 03300 that the majority of the work for these two bid items will be in relation to placing concrete pavement or slabs on grade. Please confirm that these bid items do not include work such as poured in place walls, elevated decks, beams or columns. A11. The majority of the concrete work that will be performed is horizontal; however, vertical work may be necessary and will not exceed 4-feet high. Q12. Can you please define the geographic area serviced by SBA AZ? What is considered the geographic competitive area for this solicitation? A12. You will need to contact the U.S. Small Business Administration, Arizona District Office for information defining the geographic area serviced by the Arizona District Office. It has been determined that competition will be limited to 8(a) firms located within the geographical area serviced by the SMALL BUSINESS ADMINISTRATION ARIZONA DISTRICT OFFICE or with a bona fide place of business within the geographical competitive area, and the assigned NAICS code. All other 8(a) BD participants are deemed ineligible to submit offers. Q13. SW-8 Contractors Watering Option: Indicates that water may be obtained from any of the Governments operating wells, fill stand or fire hydrants. To provide the most cost efficient proposal, we request a map indicating the location of any water sources which may be utilized by the contactor to complete the tasks within the proposal, and whether or not water is at pressure and of adequate volume to meet construction needs. Will the Government make this information available to contractors? A13. No. Government water source will be identified per individual delivery order. Q14. SW-9 Principal Features and Definitions: The statement of work does not include a description for work items 049, 050, 051 which covers mobilization/demobilization. Will descriptive guidance be provided for these item.? A14. These items are distance zones for preparing bid cost factors for mobilization/ demobilization. Descriptive guidance will not be provided (see zone map in the solicitation). Q15. Similar projects have required three onsite supervisory tasks, Superintendence, Quality Control and Safety. Please confirm that the Project Superintendent can serve in a dual role as Site Safety Officer? A15. Superintendent shall be full time on site for duration of contract (delivery orders) and may be quality control. However, site safety officer shall be a separate person. Q16. Paragraph C5.1.2 required daily reports. Please confirm that no daily reports will be required for No Work days? A16. Daily reports are to be submitted on a daily bases per individual delivery order for the duration of each individual delivery order regardless of whether work was or was not performed on that day. At a minimum the daily report shall indicate weather/site conditions for the day when not onsite. Q17. On page 24 of 70 para. C8 AS-BUILTs. Required us to update and maintain drawings. None have been provided with the solicitation. Will ACAD drawings be provided to the contractor to facilitate this work? A17. Drawings will be provided for each individual delivery order issued. Q18. _______ is unclear on how the Government is using bid items 0002-Bonding Base Period, 1002-Bonding Option 1 Period, and Item 2002-Bonding Option 2 Period. The text states the item is &is the cost for the Performance and Payment Bonds for Construction. Performance and Payment bonds shall be calculated on the price specified minimum quantity in accordance with FAR& For the base year the solicitation states under pricing notes item 2 The minimum guarantee for this contract is $50,000 and is only applicable to the first year. If that is the case should the contract in Item 0002 Bonding Base Period use the cost for the performance and payment bonds based on the $50,000 guarantee and for Items 1002 and 2002 assume a zero cost since there is no guarantee for the option years or should the contractor include the costs for performance and payment bonds in the individual ELINs? Please clarify how the Government is required performance and payment bonds to be costed. A19. In the case of an IDIQ contract, the original contract price is the price payable for the specified minimum quantity (see definition under 52.228-15(a)). Thus, bonds should be furnished for the minimum quantity indicated in the IDIQ contract. If the delivery orders for an IDIQ contract exceed the specified minimum quantity, additional performance and payment bond protection should be obtained to cover the increase in the contract price under 52.228-15(b)(3). Payment for bond premiums is covered under FAR 52.232-5. This section states that reimbursements to the contractor for performance and payment bonds should be made after the contractor has furnished evidence of full payment to the surety. Thus, the contractor can invoice for payments made for bonds covering the original contract price once full payment has been made to the surety for that portion of the contract. If the specified minimum quantity is exceeded, additional bonding is required, and the contractor can then invoice for the cost of the additional bonds after furnishing evidence of full payment to the surety. After the specified minimum quantity in the IDIQ contract is reached, the contractor would in effect be requesting additional bonding and being reimbursed for such bonding for each additional delivery order. Q20. Are there any additional project drawings available other than the Section 2 Zone Area Map and the Section 3 Location Map? If so, where can these documents be obtained? A20. No. Drawings will be provided for each individual delivery order issued.. Q21. Is there a pre-bid meeting for this project and if so when and where and what time? A21. No. See A8 above. Q22. Is there a bid bond for this project or do you just need a letter from them? A22. In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) clause 252.228-7004 BONDS OR OTHER SECURITY (DEC 1991). Offerors shall furnish a bid guarantee in the amount of 20 percent of the bid price or $3 million, whichever is less with their bids. Q23. Is there Liquidated Damages on this project, if so how much? A23. No. Q24. What is the completion time for this project in calendar/working days? A24. The period of performance will be identified for each individual delivery order issued. Q25. What is the depth of the paving items (A0007-A0150)? They are measured in square yards per the pricing schedule, but we cannot find the assumed depths of application. A25. See line items descriptions contained within Attachment 4. Q26. Is there a minimum/maximum quantity that will be paved at one time or will it be as needed (on-call) type scenario such as we go fix/repave areas as they need them at whatever size they are available? A26. No. Quantities will be specified for each ELIN for each individual delivery order issued. Q27. How are oil and fuel escalators handled? A27. The solicitation contains the following Federal Acquisition Regulation (FAR) clause 52.216-4 ECONOMIC PRICE ADJUSTMENT--LABOR AND MATERIAL (JAN 1997). The Contractor shall notify the Contracting Officer if, at any time during contract performance, the rate of pay for labor (including fringe benefits) or the unit prices for material shown in the Schedule either increase or decrease. The aggregate of the increases in any contract unit price made under this clause shall not exceed 10 percent of the original unit price. There is no percentage limitation on the amount of decreases that may be made under this clause. Q28. Are there any plans available or just the sitemap on the website? A28. Only sitemaps are available. Plans and drawings will be provided for each delivery order issued. Q29. Would it be possible to have a site visit to determine staging requirements and familiarization with the base to include my subcontractors? A29. No. See A8 above. Q30. I would like clarification on where I might find additional specifications for the W9124R-10-R-0014 MICC Center Yuma Proving Grounds bid items. It was brought to my attention that the specifications explanation of the bid items and the bid items as shown on the bid schedules do not match. I would also like to know what the numbers and letters below the bid items represent. Are they from a spec book or designated list of items that are paid for in a specific way? If so where can I find this list or book? A30. The information for each Exhibit Line Item Number (ELIN) is contained within Attachment 4 for this solicitation. Each ELIN description contains IAW SW-9, PARA SW-# in it. The SW-9 corresponds to which section of the attachment to reference and the SW-# after the SW-9 represents which subparagraph contains the applicable information for the ELIN. Q31. Do you have a graphic image file of the YPG logo that I can use in our organization chart for our proposal for you? A31. No. Q32. In regard to solicitation W9124R10R0014, the RFP outline requirements for Part II, however it does not state what is considered relevant. Are we able to submit any past performance as long as we have 5 past, and 5 current completed for the Government? Please clarify. A32. Yes. Q33. Also, I did not see a Projnet for this solicitation so if there is one, I apologize for emailing you directly. A33. There is no Projnet for this solicitation. Q34. What is the deadline for the past performance submittal? A34. All past performance questionnaires are to be submitted by 11:00 a.m. 2 November 2010.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/56ca9b187e0d811fd48e16cabeaac32a)
- Place of Performance
- Address: MICC Center - YPG KO Directorate of Contracting, 301 C Street BLDG 2100 RM 8 Yuma AZ
- Zip Code: 85365-9498
- Zip Code: 85365-9498
- Record
- SN02314588-W 20101023/101021233947-56ca9b187e0d811fd48e16cabeaac32a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |