Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2011 FBO #3561
SOLICITATION NOTICE

Z -- UPGRADE VOICE AND DATA SYSTEMS, HOLDERMAN HALL, 1250 FEDERAL AVE, LOS ANGELES, CA

Notice Date
8/23/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
237130 — Power and Communication Line and Related Structures Construction
 
Contracting Office
MICC - Presidio of Monterey (RC - West), Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W9124N11T0121
 
Response Due
9/9/2011
 
Archive Date
11/8/2011
 
Point of Contact
Jeffrey M Post, 831-242-6560
 
E-Mail Address
MICC - Presidio of Monterey (RC - West)
(jeff.post1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. W9124N-11-T-0121 UPGRADE VOICE AND DATA SYSTEMS, HOLDERMAN HALL, 1250 FEDERAL AVE, LOS ANGELES, CA This acquisition is being conducted in accordance with FAR Part 12 in conjunction with FAR Subpart 13.5 policies and procedures. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Request for Quotation Number (RFQ) W9124N-11-T-0121 is issued for this acquisition. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-53 effective 04 August 2011 and DFARS DPN 20110725 effective 25 July 2011. This requirement is 100% set-aside for small business. The NAICS Code is 237130 and the Size Standard is $33.5 Million. The attached Schedule of Prices (page 3) lists the contract line item number, items, quantities and units of measure. Please fill in the price, extended price and total price and submit with the quote. The Government intends to award one contract for the Voice and Data System Upgrade at Holderman Hall, 1250 Federal Avenue, Los Angeles, CA 90025. The attached Performance Work Statement details the specific requirements for this acquisition. The Government intends to award a Firm Fixed Price Contract. ADDITIONAL INFORMATION 1. TITLE: Voice and Date System Upgrade, Holderman Hall, 1250 Federal Avenue, Los Angeles, CA 90025 2. COMPLETE PROJECT BY: 60 days from Notice to Proceed (NTP). 3. DISCLOSURE OF THE MAGNITUDE OF PROJECT: between $100,000 and $150,000 4. NAICS CODE: 237130 SIZE STANDARD: $33.5 Million 5. PROPOSAL IS DUE IN THIS OFFICE BY: 09 September 2011, at 3:00 PM, Pacific Time. Documents may be submitted by: a.E-MAIL: jeff.post1@us.army.mil b.MAIL OR SPECIAL CARRIER: MICC-POM Suite 2206 400 Gigling Road Seaside, CA 93955 Attn: Jeff Post POINT OF CONTACT (POC) FOR QUESTIONS ABOUT THIS SOLICITATION: JEFF POST831-242-6560 6. SITE VISITS POINT OF CONTACT (POC) FOR SITE VISIT: ROY RODMAN / JASON KHO310-235-4132 / 310-235-4163 Site Visit Address: Holderman Hall, 1250 Federal Ave, Los Angeles, CA 90025 a. A site visit may be scheduled by contacting the Site Visit POC above. The site visit is subject to FAR Provision 52.236-27 ALT I (Site Visit). All contractor personnel attending the site visit must sign in regardless of company affiliation and show identification with photograph. All attendees are required to sign in to ensure the Government can identify the affiliations of the potential offeror and to ensure the prime contractor receives official answers to written questions. Sign in rosters will be distributed upon request. b. Verbal answers to on site verbal questions are not binding upon the Government. However, questions may be submitted in writing by the prime contractor to the Contract Specialist listed in the RFQ no later than two days after the site visit. Written questions and answers will be issued through solicitation amendment and posted to the Fed Biz Ops website and directly to the contractor. 7. Prior to the contractor receiving an award as a result of this procurement, you must be registered in the Central Contractor Registration (CCR) Database. The contractor can register by going to the internet website HTTP://WWW.CCR.GOV. 8. Please provide the following information: a. CAGE CODE: ________ b. DUNN AND BRADSTREET NUMBER (DUNS #): __________ c. TAX IDENTIFICATION NUMBER: ________ SCHEDULE OF PRICES Please fill in the Unit Price, Extended Amount and Total Amount. ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00011Lump Sum$___________$_____________ UPGRADE VOICE AND DATA SYSTEM FFP CONTRACTOR SHALL PROVIDE ALL PLANT, LABOR, EQUIPMENT AND SUPERVISION REQUIRED TO UPGRADE THE VOICE AND DATA SYSTEM IN HOLDERMAN HALL IN STRICT ACCORDANCE WITH THE SCOPE OF WORK. FOB: Destination PURCHASE REQUEST NUMBER: W62DAR1227N023 Total Amount$_____________ Statement of ORCA Registration: The Prospective Contractor submitting this quote is registered on the Online Representations and Certifications Application (ORCA) website. __________________________________ Signature of Contractor / Offeror Statement of Work CABLING UPGRADE CA095 - HOLDERMAN HALL USARC 1250 FEDERAL AVENUE LOS ANGELES, CA 90025 27 APRIL 2011 1: Project Data: Title: CA095 CABLING UPGRADE Work Order ID:CA095 Building/Facility:HOLDERMAN HALL USARC (CA095) 2. Description Work consists of the complete installation and testing of green colored Category 6 network cabling for data lines and white colored Category 6 network cabling for voice lines. The cabling will run from individual rooms to a centralized location and terminate on patch panel(s) and 110 type punch block(s) as specified in the building diagrams enclosed. The location of this project is Holderman Hall United States Army Reserve Center (USARC) Located at 1250 Federal Ave, Los Angeles, CA 90025. 3: General: a)The Contractor shall furnish all labor, material, equipment and incidentals necessary to accomplish the Scope of Work as specified below in the detailed requirements. Detailed requirements are as specified below. All construction debris shall be removed from the work site daily. Upon completion of the project, all unused materials shall be removed from the site and shall be left in a clean condition... b)Access will be from 7:30 A.M. to 4:00 P.M., Monday through Friday, excluding legal public holidays as set forth in Title 5 United States Code (USC) 6103 (a) or as otherwise specified. c)The Contractor shall provide signs, barriers, and barricades to provide a safe working area as appropriate. Requirements of occupational Safety and Health Act (OSHA), latest edition and U.S. Army Corps of Engineers "Safety and Health Requirements Manual", latest edition, shall be strictly enforced and adhered to at all times at the job site. d)Materials specified shall meet the Scope of Work requirements and as specified e)No work shall be preformed unless a government representative is present or arrangements have been made prior to commencement of work f) The contractor, prior to final payment shall correct all deficiencies. 4. Detailed Requirements; a)Remove trash and debris generated by the installation. b)Replace ceiling tiles damaged from the cabling installation. c)Install 659 each Category 6 voice and data cables as specified on proposed wiring upgrade.pdf file. d)For data lines, provide green colored CAT 6 cable and terminate into Green colored CAT 6 (RJ45 jack for voice and data) in wall outlets in individual rooms. e)For Voice lines, provide white colored CAT 6 cable and terminate into Black colored CAT 6 (RJ45 jack for voice and data) in wall outlets in individual rooms. f)Terminate each CAT 6 data line from the wall plate in each individual room to the specified patch panel (s) and communications closet. Provide a check list that each wire was tested and is functioning according to industry standards. g)Terminate each CAT 6 voice line from the wall plate in each individual room to the specified 110 type punch block(s) and communications closet. Provide a check list that each wire was tested and is functioning according to industry standards. h)Install one 200 pair telecom cable from the 2nd floor communications closet behind the Command conference room to the 1st floor Network Control Center (NCC), terminate each end with a 110 type punch block(s) and provide a check list that each wire was tested and is functioning according to industry standards. i)Install one 12 strand multimode fiber optic cable from the 1st floor Network Control Center (NCC) to 2nd floor communications closet located behind the Command Conference room. Terminate each fiber optic strand. Provide test results for each fiber optic strand that meets current industry standards. j)Install conduit path way from the1st floor to the 2nd floor to support a cabling path between floors. k)Use existing conduit/panduit where available. Install new panduit/conduit where none exist. l)All material and labor will be warranted for a period of one year from finish date. 5. General Products requirements: Per the manufacturer. 6. Submittal Requirements: Materials used. 7. Technical References: Not applicable. 8. Project Completion: The time for completion shall be 60 working days from Notice to Proceed. INSTRUCTIONS TO OFFERORS 1. Amendment of Request for Proposals Prior to Date Set for Closing The Government reserves the right to revise or amend the specifications and/or drawings prior to the date set for receipt of proposal. Such revisions or amendments will be communicated by amendments to this RFQ. If such amendments require material changes in quantities or prices, the proposal receipt date may be postponed by enough days to enable offerors to revise their proposals. In such cases, the amendment will include an announcement of the proposal closing date and time. 2. Proposal Preparation Instructions 2.1. These instructions are designed to ensure the submission of all necessary information. The Government will use informal source selection procedures in the quote evaluation process. All required information submitted will be used in the evaluation process. 2.2. The Government fully intends to award without discussions. Nevertheless, the Government may hold discussions and request final revisions. 2.3. Proposal format/content. 2.3.1. The proposal shall contain: A. A completed and signed Schedule of Prices (page 3 of this RFQ) B. A complete cost breakdown of the proposed price by Labor, Material and Equipment. C. Statement that the Contractor is registered on the ORCA website https://orca.bpn.gov/ (Page 3 of this RFQ) D. Technical information as detailed below: - Past Experience Information 2.4. INSTRUCTIONS AND PROCEDURES. 2.4.1. Written Documentation: All required written documentation will be used to evaluate offers. Offerors shall submit required documentation by the specified date and time to the location named herein. 2.4.2. Technical information required from the offeror. The offeror shall submit information sufficient to demonstrate conformance to the requirements of the RFQ as specified below: 2.4.3. Past Experience Information required from offeror. The offeror shall ensure that required documentation is sufficiently provided in order to perform the necessary evaluation. 2.4.3.1 Past experience shall provide adequate information on completed or current contracts considered most relevant in demonstrating the ability to perform the proposed work describing the offeror's previous experience in completing work similar or related to the tasks as identified within the Specifications. 2.4.3.2 Each proposal shall provide current and relevant information regarding an offeror's actions under previously awarded contracts. The offeror shall identify past contracts (including Federal, State, and local government and private) for efforts similar to the Government requirement as stated in this RFQ. Limit references for work performed to the last three (3) years. In addition, past performance information on contracts not listed by the offeror may be solicited and used in determining the overall past performance rating. 2.4.3.3 Provide a summary of the previous contracts described above, not to exceed 1 page of past performance information per reference. The summary must include: (1)Name of project (Contract number, if applicable) (2)Name and address of customer or Government agency (3)Name, telephone, fax number and/or email of customer contact or contracting officer (4)Dollar value (5)Period of performance/Completion date (6)Brief description of work performed, and why the effort is relevant 2.5 Price/Cost Proposal. A. Fill in the pricing information on page 3 of this RFQ. An authorized official of the firm submitting the offer must sign and date the RFQ on page 3. (In doing so, the offeror accedes to the contract terms and conditions as written in the RFQ). EVALUATION CRITERIA FOR AWARD 1. The Government will make an award to the responsive, responsible offeror whose offer will be the most advantageous to the Government. The government will award to the offeror with the Lowest Priced, Technically Acceptable (LPTA) Quote. 2. A Technically Acceptable proposal shall contain the following: Past Experience Information that (1) reflects acceptable past experience; (2) reflect work efforts that are similar to the Government requirement as stated in this solicitation; (3) provides adequate information on completed or current contracts considered most relevant in demonstrating the ability to perform the proposed work describing the offeror's previous experience in completing work similar or related to tasks as identified within the Specifications; and (4) shows adherence to progress schedules, effective quality control, timely submission of submittal data, and the ability to meet contract performance schedule. 3. The Government intends to evaluate proposals and award a contract without discussions with the offeror (except for possible clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer determines them to be necessary. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jun 2010) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2011), applies to this acquisition. The following clauses incorporated in this contract by reference in (b) are applicable: 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) CONTRACT ADMINISTRATION DATA l. CONTRACTING OFFICER AUTHORITY In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the Contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby put on notice that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the contracting Officer before making the deviation. Payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. 2. CONTRACT ADMINISTRATION a. All contract actions, after award of the contract, shall be directed to the following Administrative Contracting Officer (ACO): NAME: To be filled in at the time of award LOCATION: TELEPHONE NO: E-MAIL ADDRESS: b. The authorized representatives of the Government during the performance period are as follows: (1) The Contracting Officer's Representative (COR) will be designated, by letter of appointment, by the Contracting Officer and will represent the Contracting Officer in the technical phases of the work, but will not be authorized to change any of the terms and conditions of the contract. The COR is responsible for monitoring performance and the technical management of the effort required hereunder, and should be contacted regarding questions or problems of a technical nature. (2) The designated Contract Specialist will be the Administrative Contracting Officer's representative on all other contract administrative matters. The Contract Specialist should be contacted regarding all matters pertaining to the contract or task orders. c. Payment shall be made by: DEFENSE FINANCE AND ACCOUNTING SERVICES (DFAS) DFAS-IN DEPARTMENT 3800 8899 EAST 56TH STREET INDIANAPOLIS, IN 46249-3800 (VENDOR PAY INQUIRIES: 1-888-332-7366) 3. INVOICE INSTRUCTIONS a. An invoice is a written request for payment under the contract for services rendered. The Contractor shall submit an invoice for payment in accordance with the payment instructions of this solicitation and the Wide Area Workflow (WAWF). If the invoice does not comply with contract requirements, it will be returned within seven (7) days after the date the designated billing office received the invoice. b. The Contractor shall submit invoices and supporting documentation utilizing the Wide Area Workflow Construction type invoice. See paragraph 4 below for further information. The Contractor's invoice shall be by line item number shown on the bid schedule. b. Upon acceptance of a proper invoice, payments of services rendered will be made by Electronic Funds Transfer (EFT) in accordance with FAR Clause 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (October 2003). Instructions for submitting an invoice and receipt documents for payment by EFT are as follows: (1) Contractor: Submit invoices through WAWF. The Contract Specialist will be the primary point of contact regarding invoices. (2) COR: Receive and accept the invoice in WAWF within seven (7) days of contractor's submission for services. 4. ARCC-W WIDE AREA WORKFLOW (WAWF) INSTRUCTIONS a. Contractor shall submit invoices through the Wide Area Work Flow (WAWF) per instructions herein and DFARS 252.232-7003, Electronic Submission of Payment Requests (MAR 2007). WAWF is a secure web-based system for electronic invoicing, receipt and acceptance and allows DoD contractors to submit and track invoice and receipt documents electronically. As a Contractor, you can use the WAWF system to perform many functions. You can: Create and submit documents, View documents you have submitted and check their status, Correct and resubmit documents that have been rejected, Void documents you have submitted (in some cases), Recall documents you have submitted (if they have not been processed), make changes and resubmit them. Requests for payments must be submitted electronically via the Internet through the Wide Area Work Flow - Receipt and Acceptance (WAWF-RA) system at https://wawf.eb.mil. You can also access payment information using the DFAS my Invoice web site at http://www.dod.mil/dfas/contractorpay/myinvoice.html. THE FOLLOWING CODES WILL BE REQUIRED TO ROUTE YOUR RECEIVING REPORTS, INVOICES AND ADDITIONAL E-MAILS CORRECTLY THROUGH WAWF. CONTRACT NUMBER:To be filled in at time of award DELIVERY ORDER NUMBER: TYPE OF DOCUMENT:Construction Invoice CAGE CODE:To be filled in at time of award ISSUE BY DODAAC:W9124N ADMIN DODAAC:W9124N SERVICE ACCEPTOR:W62DAR SHIP TO:W62DAR PAY OFFICE DODAAC:HQ0105 Administrative Contracting Officer:To be filled in at time of award Contracting Officer's Representative (COR):LTC Jan Norris Procurement Contracting Officer Sue J. Broady Phone: (831) 242-6571 sue.broady@us.army.milAdministrative Contracting Officer To be filled in at time of award Contractor To be filled in at time of awardCOR LTC Jan Norris Phone: 310-235-4128 Email: jan.norris@us.army.mil ADR In furtherance of Federal policy and the Administrative Dispute Resolution Act of 1990 (ADR Act), Public law 101-552 and FAR Clause 52.233-1, Subparagraph (d) (2)(1)(B)(2), the Contracting Office will try to resolve all post award acquisition issues in controversy by mutual agreement of both parties. Interested parties are encouraged to use alternative dispute resolution procedures to the maximum extent practicable, in accordance with the authority and requirements and the ADR Act. RELEASE STATEMENT Upon completion and acceptance of all work and before the amount due to the Contractor under this contract is paid, the Contractor shall furnish a release of all claims against the Government arising by virtue of this contract or any delivery orders arising out of this contract, other than claims in stated amounts as may be specifically excepted by the Contractor from the operation of the release. The following web links contain additional information and training on WAWF: (1) WAWF General Information and Registration: https://wawf.eb.mil (2) WAWF Training Practice Web-Site (go here to practice using WAWF): https://wawftraining.eb.mil (3) WAWF Web-based Training Site (go here to learn how to use WAWF): www.wawftraining.com (4) DFAS Electronic Commerce End Users Tool Box (register for classroom training and obtain user guides): http://www.dfas.mil/contractorpay/electroniccommerce/ECToolBox.htm SPECIAL CONTRACT REQUIREMENTS 1. GENERAL 1.1 Definitions a. Where the words "Special Contract Clauses" or "Special Clauses" appear in test provisions, the technical specifications, or on contract drawings, it shall be taken to mean "Special Contract Requirements". b. Throughout this contract, the word "indicated", "shown", or "specified" shall mean, indicated, shown, or specified in the drawings and/or specified in the specifications. c. Throughout this contract, the words "as directed" "inspected", "selected", or "accepted" shall mean as directed, inspected, selected or accepted by the Contracting Officer's Representative (COR). The words, "approved" or "authorized" shall mean approved or authorized by the Contracting Officer. These definitions are provided as guidance for the contractor, and shall service as the governing interpretation when this language appears within the body of this contract and apparently conflicts with the above. 1.2 Applicable Publications: Those applicable publications that are not listed in the Applicable Publication paragraph of the Technical Specifications sections, but are found elsewhere in the text of those specifications, also form a part of this contract. 1.3 Applicable Documents: NumberDateTitleAdvisory AR20-11 Feb 2007Inspector General Activities and ProceduresX The regulation may be found at the following website: http://www.army.mil/usapa/epubs/20_Series_Collection_1.html 1.4. Pre-Construction Conference The Contracting Officer will schedule a pre-construction conference after contract award and prior to commencement of work. The Contracting Officer will notify the contractor of the time, date, and place set for the meeting, which will be held at a location to be designated by the Contracting Officer. At this meeting, the contractor will be oriented with respect to Government procedures and lines of authority, as well as contractual, administrative, and construction matters. 2. WORK RESTRICTIONS 2.1 Installation Rules and Regulations: Rules and regulations of the installation cited in the contract apply to all contractors and their employees. Regulations include, but are not limited to, presenting valid picture identification for base entrance, obtaining and using vehicle passes for all contractor-owned and/or privately owned vehicles, and obeying all posted directives. Keep within the limits of the work and avenues of ingress and egress as directed. Wear hard hats in designated areas. Do not enter restricted areas unless required to do so and until cleared for such entry. Permission to interrupt any station roads, parking lots, or utility services shall be requested in writing a minimum of fifteen (15) calendar days prior to the desired date of interruption. The Contractor's equipment shall be conspicuously marked for identification. 2.2 Working Hours: a. Unless otherwise specified, the Contractor will be permitted to do the work between the hours of 8:00 a.m. to 4:30 p.m., Monday through Friday exclusively. Federal holidays (New Year's Day, Martin Luther King JR's Birthday, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day), that fall within the workweek will not be considered workdays. Whenever a holiday falls on a Saturday or Sunday, the preceding Friday or following Monday respectively will be observed as a holiday. b. Prior to the contractor performing the work on days or at times other than those specified, the contractor shall submit a written request to the Contracting Officer's Representative (COR) for approval by the Contracting Officer. Requests for deviation shall be submitted no less than 24 hours prior to the time the contractor desires to work. 2.3 Work Outside Regular Hours: Work outside regular working hours requires Contracting Officer approval. Provide written request at least 72 hours prior to such work to allow arrangements to be made by the Government for inspecting the work in progress. 2.4 Work Performance All work performed under this contract shall conform to the best practices of the trade or class of work involved and shall be executed in a careful and orderly manner by workmen skilled in their respective trades. All work shall be performed in strict accordance with the drawings and/or specifications or to current industry standards when not specified. 2.5 Occupancy The areas in which the work is to be done may be occupied during the performance of work under this contract. Other maintenance and repair construction may also be concurrently being performed in the building. The Contractor shall not receive any additional compensation due to the conditions brought about by this occupancy and usage by the Government. It shall be the Contractor's responsibility to coordinate with the Contracting Officer's Representative (COR), and to schedule and perform his work in such a manner as to create the least possible interference with the conduct of normal activities within the areas. The Contractor shall not block more than one access of the building at any time, nor shall he disrupt the existing parking arrangement at any of the building parking areas without prior coordination with the COR. 2.6 Utilities a. The Contractor shall be permitted to use existing utilities at each building location when available, to the extent needed to accomplish work on a "no charge" basis. b. Contractor owned construction sheds, trailers, offices or other such facilities requiring utility services shall be metered for each utility involved, and all costs involved up to the point of connection to Government owned utility systems shall be at the contractor's expense. Final connection of Contractor supplied service laterals to existing Government owned utility systems will be made at the Contractor's expense. 2.7 Sanitary Conveniences The Contractor's personnel shall be permitted to use a toilet room at the building, subject to the regulations and control of the COR. The responsible contractor shall ensure that the toilet premises are maintained in a clean and sanitary condition on a daily basis. 2.8 Cleaning The Contractor shall at the end of each working day remove from the site all debris resulting from the performance of work. The debris will not be dumped on Government property unless a non-government owned dumpster is used. If the Contractor uses a dumpster, it shall be emptied before becoming full as to prevent debris from spilling onto the surrounding area. The area around the dumpster shall be kept free of debris. The daily cleaning work will not alleviate the Contractor from the responsibility of the final cleaning for acceptance, upon completion of all work. Federal, State and Local laws and regulations regarding hauling and disposal shall apply. 2.9 Damage The Contractor shall be responsible to repair and/or replace any damage caused by the Contractor at the site of construction, at no additional cost to the Government, and at the discretion of the Contracting Officer. 2.10 Storage Shed And On-Site Accommodations. The Contractor shall provide his own storage shed or trailer for on-site office accommodations and for storing of equipment and material. The COR will assign the contractor a location for placement of his shed or trailer upon request. 3. ADMINISTRATIVE REQUIREMENTS 3.1 Insurance Coverage Pursuant to the clause "Insurance - Work on a Government Installation (FAR 52.228-5)", the Contractor will be required to present evidence to show, as a minimum, the amounts of insurance coverage indicated below: a. The contractor shall acquire and maintain during the entire performance of the contract period the following insurance in accordance with FAR 28.306. TYPEAMOUNT (1) Workmen's Compensation: The required Workmen's Compensation Insurance shall extend to cover employee's liability for shall extend to cover employee's liability for accidental bodily injury or death and for occupational disease with a minimum liability of: $100,000.00 (2) Comprehensive General Liability with minimum limits of:$500,000.00 Per accident or occurrence of bodily injury. This insurance shall include contractor's protective liability and contractual liability. (3) Comprehensive Automobile Liability with minimum limits of: Per Person $200,000.00 Per Accident for Bodily Injury $500,000.00 Per Accident for Property Damage $20,000.00 b. Prior to the issuance of the Notice to Proceed, the contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the Government in such insurance shall not be effective for such periods as may be prescribed by the laws of the State in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer. c. The contractor agrees to insert the substance of this clause, including this paragraph (c), in all subcontracts hereunder. 3.2 Vehicle Operation and Registration. The prime contractor is responsible for all employees or sub-contracting employees performing duties on the installation cited in the contract. The Contractor shall be required to register all motor vehicles and trucks with the COR. 4. CONTRACTOR PERSONNEL REQUIREMENTS 4.1 Personnel The Contractor shall furnish a list of contract personnel of the Contractor and Subcontractor. As changes occur and additional information becomes available, the Contractor shall provide the Contracting Officer an updated list. 4.2 Point Of Contact The Contractor shall provide a local telephone number, or a long distance telephone number with reverse charges, as applicable, that is answered 24 hours a day, seven (7) days a week at which they can be notified of emergency work. The Government shall not be expected to call a series of phone numbers in order to locate the Contractor or his designated representative. 4.3 Supervision The Contractor shall have at least one qualified supervisor or project manager capable of reading, writing and conversing fluently in the English language on the job site during working hours. In addition, if a Quality Control representative is required on the contract, then that individual shall also have fluent English communication skills. 4.4 Conduct Of Employees The contractor is fully responsible for the performance and conduct of his employees at all times while on post performing under the contract. The Contractor shall not allow any employee to perform work under the contract while under the influence of alcohol, drugs or any other incapacitating agent. Military police and other law enforcement personnel on post have the right to deny entry to post or remove from post any contractor employee for misconduct, which endangers the health or safety of people or property or for reasons of security. In addition, the Post Commander may bar an individual from entering the post under the authority of 18 U.S.C. 1382. Removal from post of a contractor employee in accordance with above shall not relieve the Contractor from the requirement to meet all of the terms and conditions of the contract. 4.5 Smoking Policy Contractor employees will abide by the DOD Smoking Policy. 5. SECURITY a. At all times during the performance of work within this facility, the Contractor and his or her employees shall remain cognizant of the security restrictions existing within the facility. The Contractor's employees shall ensure that any doors, windows or access panels which may have been opened for them during the course of the work period are secured at the end of the day. The Contractor and his or her employees may store tools and equipment within the work area. However, recognize that they do so at their own risk even if the area can be secured. Circumstances that appear unusual, unhealthy, or otherwise hazardous shall be reported to the COR immediately. Other circumstances that should be reported to the COR shall include, but not be limited to, the following: b. Lack of an Escort: The Contractor shall report any incident in which no escort is provided for scheduled work within secured areas of the building or any occurrence during which an escort leaves the Contractor's employees while within a secure area. 6. SAFETY AND ACCIDENT PREVENTION In performing work under this contract, the contractor shall - (1)Conform to the specific safety requirements established by this contract; (2)Comply with the safety rules of the Government installation that concern related activities not directly addressed in this contract. The Installation Safety Officer will be responsible for monitoring the contractor in the area of safety and accident prevention; (3)Take all reasonable steps and precautions to prevent accidents and preserve the life and health of contractor and Government personnel performing or in any way coming on contact with the performance of this contract; (4)Take such additional immediate precautions as the Contracting Officer may reasonably require for safety and accident prevention purposes; and (5)Shall comply with all OSHA Rules, Regulations and US Army Corps of Engineers Safety and Health Requirements Manual, http://www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1/toc.htm 7. FIRE AND SAFETY REQUIREMENTS a.The Contractor shall comply with the most current edition of the National Fire Codes, installation fire prevention standards and Army Regulation 420-90, http://www.usapa.army.mil. b.The Contractor shall comply with all Federal, state, local and installation safety regulations, Engineer Manual, EM 385-1-1 (http://www.usace.army.mil/inet/usace-docs/eng-manuals/em385-1-1/toc.htm) and all applicable OSHA Standards. Contact the 63rd RRC Safety Office. Clauses are incorporated by reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil http://www.arnet.gov/far http://www.dtic.mil/dfars The following Clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government, Alternate I 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) 52.219-6 - Notice to Total Small Business Set Aside (June 2003) 52.219-14 -- Limitations on Subcontracting (Dec 1996) 52.219-28 - Post Award Small Business Program Representation (Apr 2009) 52.222-3 - Convict Labor (Jun 2003) 52.222-21 - Prohibition of Segregated Facilities (Feb 1999) 52.222-6 Davis Bacon Act JUL 2005 52.222-7 Withholding of Funds FEB 1988 52.222-8 Payrolls and Basic Records FEB 1988 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) JUL 2005 52.222-12 Contract Termination-Debarment FEB 1988 52.222-13 Compliance with Davis-Bacon and Related Act Regulations. FEB 1988 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility FEB 1988 52.222-26 - Equal Opportunity (Mar 2007) 52.222-35 - Equal Opportunity for Veterans (Sep 2010) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) 52.222-37 - Employment Reports for Veterans (Sep 2010) 52.223-18 -- Contractor Policy to Ban Text Messaging While Driving (Sep 2010) 52.232-33-- Payment by Electronic Funds Transfer-Central Contract Registration (Oct 2003) 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.225-13 Restrictions on Certain Foreign Purchases FEB 2006 52.228-2 Additional Bond Security OCT 1997 52.232-27 Prompt Payment for Construction Contracts SEP 2005 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.236-5 Material and Workmanship APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-14 Availability and Use of Utility Services APR 1984 52.236-26 Preconstruction Conference FEB 1995 52.242-14 Suspension of Work APR 1984 52.242-17 Government Delay Of Work APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.243-5 Changes and Changed Conditions APR 1984 52.243-7 Notification Of Changes APR 1984 52.244-6 Subcontracts for Commercial Items MAR 2007 52.246-21 Warranty of Construction MAR 1994 52.249-1 Termination For Convenience Of The Government (Fixed Price) (Short Form) APR 1984 The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.204-9, Personal Identity Verification of Contractor Personnel. FAR 52.219-1, Small Business Program Representations; FAR 52.225-25, Prohibition on Engaging in Sanctioned Activities Relating to Iran - Certification; The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Central Contractor Registration (52.204-7) Alt A (SEP 2007) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.204-7003, Control of Government Personnel Work Product; APR 1991 252.204-7006 Billing Instructions OCT 2005 252.225-7031 Secondary Arab Boycott Of Israel JUN 2005 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7036 Alt I, DFAR 252.232-7010, Levies on Contract Payments; DFAR 252.243-7001, Pricing of Contract Modifications; DFAR 252.243-7002, Request for Equitable Adjustment. 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7001 Contract Drawings, and Specifications AUG 2000 Clauses by Full Text: 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984) - ALTERNATE I (APR 1984) The Contractor shall be required to (a) commence work under this contract within 10 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 90 days after Notice to Proceed. The time stated for completion shall include final cleanup of the premises. *The Contracting Officer shall specify either a number of days after the date the contractor receives the notice to proceed, or a calendar date. The completion date is based on the assumption that the successful offeror will receive the notice to proceed after the post award conference. The completion date will be extended by the number of calendar days after the above date that the Contractor receives the notice to proceed, except to the extent that the delay in issuance of the notice to proceed results from the failure of the Contractor to execute the contract and give the required performance and payment bonds within the time specified in the offer. (End of clause) 52.225-9 BUY AMERICAN ACT-CONSTRUCTION MATERIALS (JAN 2005) (a) Definitions. As used in this clause-- Component means an article, material, or supply incorporated directly into a construction material. Construction material means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. Cost of components means-- (1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the construction material (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or (2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the construction material. Domestic construction material means-- (1) An unmanufactured construction material mined or produced in the United States; or (2) A construction material manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic. Foreign construction material means a construction material other than a domestic construction material. United States means the 50 States, the District of Columbia, and outlying areas. (b) Domestic preference. (1) This clause implements the Buy American Act (41 U.S.C. 10a-10d) by providing a preference for domestic construction material. The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to the construction material or components listed by the Government as follows: None (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that (i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent; (ii) The application of the restriction of the Buy American Act to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American Act. (1)(i) Any Contractor request to use foreign construction material in accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including-- (A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American Act applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American Act applies, use of foreign construction material is noncompliant with the Buy American Act. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers: Foreign and Domestic Construction Materials Price Comparison ---------------------------------------------------------------------------------------------------------------- Construction material description Unit of measure Quantity Price (dollars) \1\ ---------------------------------------------------------------------------------------------------------------- Item 1 Foreign construction material......................................................................... Domestic construction material........................................................................ Item 2 Foreign construction material......................................................................... Domestic construction material........................................................................ ---------------------------------------------------------------------------------------------------------------- Include all delivery costs to the construction site and any applicable duty (whether or not a duty-free entry certificate is issued). List name, address, telephone number, and contact for suppliers surveyed. Attach copy of response; if oral, attach summary. Include other applicable supporting information. (End of clause) Local Clause (MICC): 52.233-4000, AMC-Level Protest U.S. Department of Labor Wage General Decision Number: CA100033 08/19/2011 CA33 is applicable to this procurement and can be accessed at www.wdol.gov. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov. In accordance with DFARS 252.232-7003, "Electronic Submission of Payment Requests and Receiving Reports", the contractor shall submit their payment request electronically using the WAWF. The WAWF website is located at https://wawf.eb.mil. Contractors may contact the WAWF Customer Support for assistance toll free at 866-618-5988. The Notice of Award letter will provide the applicable codes for invoicing purposes. 5152.209-4000 DOD LEVEL I ANTITERRORISM (AT) STANDARDS (FEB 2009) (a) Pursuant to Department of Defense Instruction Number 2000.16, "DoD Antiterrorism (AT) Standards," dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. 52.228-13 ALTERNATIVE PAYMENT PROTECTIONS (JULY 2000) (a) The Contractor shall submit one of the following payment protections: Irrevocable Letter of Credit (ILC) Performance and Payment Bonds Certificates of Deposit Tripartite Escrow Agreement (b) The amount of the payment protection shall be 100 percent of the contract price. (c) The submission of the payment protection is required within 15 days of contract award. (d) The payment protection shall provide protection for the full contract performance period plus a one-year period. (e) Except for escrow agreements and payment bonds, which provide their own protection procedures, the Contracting Officer is authorized to access funds under the payment protection when it has been alleged in writing by a supplier of labor or material that a nonpayment has occurred, and to withhold such funds pending resolution by administrative or judicial proceedings or mutual agreement of the parties. (f) When a tripartite escrow agreement is used, the Contractor shall utilize only suppliers of labor and material that signed the escrow agreement. (End of clause) 252.228-7004 BONDS OR OTHER SECURITY (DEC 1991) (a) Offerors shall furnish a bid guarantee in the amount of $0 with their bids. The Offeror receiving notice of award shall furnish-- (1) A performance bond in the penal amount of the contract; and (2) Payment in full of any sum due the Government. (b) The Contractor shall furnish the performance bond to the Contracting Officer within 15 days after receipt of the notice of award. The Contracting Officer will not issue the notice to proceed until receipt of an acceptable performance bond and payment of any sum due the Government. (c) Bonds supported by sureties whose names appear on the list contained in Treasury Department Circular 570 are acceptable. Performance bonds from individual sureties are acceptable if each person acting as a surety provides a SF 28, Affidavit of Individual Surety, and a pledge of assets acceptable to the Contracting Officer. (End of clause) Primary Point of Contact: Jeff Post Contract Specialist jeff.post1@us.army.mil Phone: 831-242-6560 Secondary Point of Contact: Sue J. Broady Team Lead/Contracting Officer sue.broady@us.army.mil Phone: 831-242-6571
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/780e4006142c3e1b0b2489ced7a38a81)
 
Place of Performance
Address: Holderman Hall 1250 Federal Avenue Los Angeles CA
Zip Code: 90025
 
Record
SN02545470-W 20110825/110823235515-780e4006142c3e1b0b2489ced7a38a81 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.