SCOTT AFB MACC TASK ORDER Request for Proposal (RFP) Request for Proposal Number: RFP 15-02 Project Title: REPAIR (SUS) ELECTRICAL SYSTEM, BLDG 3200 Project Number: VDYD 14-1205 Location: Scott AFB Office Issuing this Request: 375 CONS/LGCA 201 E. Winters St., Bldg 52 Scott AFB IL 62225-5015 Point of Contact: Marty Bost Ph: 618-256-9298 marty.bost@us.af.mil Date of this Request: 18 November 2014 I. GENERAL PROPOSAL INFORMATION 1. This Request for Proposal (RFP) will result in award of a Multiple Award Construction Contract (MACC) task order. The successful offeror, per the Statement of Work shall (1) Install 800 amp Electrical Service Entrance Panel (ESP), (2) Install power/lighting panels, (3) Install Low/High bay LED lighting, (4) Install power cord reels, (5) Install circuit with quad receptacle box, (6) Install duplex receptacle, (7) Install EMT conduit, (8) Install floodlights on Bldg. 3200. Contract Clauses: All contract clauses as well as the general requirements (section 01010) contained in MACC IDIQ contract are hereby incorporated into this solicitation and the resultant task order. If there are any conflicts between the contract clauses or section 01010 and the information outlined in the resultant task order, the most stringent standard shall apply unless approved otherwise by the Contracting Officer (CO). This solicitation includes FAR 52.246-21 Warranty of Construction, pursuant to the authority of DFARS 246.704. 2. Offer Acceptance Period: Offers must be valid until 30 May 2014. Offers that do not remain valid until 30 May 15 may be rejected from further consideration. SAFB MACC Task Order Project: VDYD 14-1205 – Repair (SUS) Electrical System, Bldg 3200 pg 1 of 4 3. Proposal Due Date: Proposals are due by 2:00 PM on Thursday, 18 December 2014 to the 375th Contracting Office, 201 E. Winters St., Bldg. 52. At the Contracting Officer’s discretion, late proposals may not be considered. 4. Requests for Clarification: Requests for clarification and/or notifications of discrepancies in solicitation documents shall be submitted in writing to the Point of Contact above. The statement shall address the rationale and justification for obtaining such information in terms of how the clarification or discrepancy affects development of the proposal in terms of price, schedule, or performance. Additionally, the statement should provide the applicable citations (sections, page numbers, and paragraphs) in the solicitation documents where there exists a discrepancy or which requires clarification. Such requests may not receive a response if received after 4:00 PM local time on Wednesday, 10 December 2014. Finally, if the request does not meet the requirements specified herein, the Government reserves the right to disregard the request. 5. Offer Guarantee (Bid Bond): An offer guarantee is required. See FAR clause 52.228-1 of basic contract. 6. Site Visit: An organized pre-proposal site visit is scheduled for 1:00 pm local time on Tuesday, 2 December 2014. The Government intends to support only one site visit. In order to submit a proposal you must attend the site visit. Participants are to meet at Bldg. 52, downstairs conference room for our start point. Please block off at least an hour needed to visit Bldg. 3200. Offerors should R.S.V.P. by 10:00 AM on 24 November 2014. 7. Base Access: Scott AFB is not an open base and attendees must have a valid ID or contractor pass to access the base. Anyone who does not have the necessary identification to enter the base must make arrangements with the contracting office to be vouched on the base. Send requests for base access via email to marty.bost@us.af.mil shall be submitted in writing at least 48 hours before requested access. The request shall include the names of all individuals requiring access. It is your responsibility to confirm that someone will be available to vouch you onto the base. 8. Magnitude of Construction: Pursuant to FAR 36.204(c) the following is provided: The magnitude of construction is between $100,000 and $250,000. 9. This project is a bid-build requirement. 10. This project will be awarded based on the lowest priced technically acceptable strategy. This strategy will reflect the Government’s evaluation of price and technical factors as described in Attachment 3 (Instructions to Offerors) and Attachment 4 (Evaluation Factors). II. PROPOSAL PREPARATION AND EVALUATION INFORMATION 1. Proposal Preparation Instruction: To assure timely and equitable evaluation of proposals, offerors must follow the instructions in Attachment 3. 2. Offers will be evaluated according to the evaluation criteria as specified in Attachment 4. SAFB MACC Task Order Project: VDYD 14-1205 – Repair (SUS) Electrical System, Bldg 3200 pg 2 of 4 III. TASK ORDER SPECIFIC INFORMATION 1. Commencement, Prosecution, and Completion of Work: 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) execute the work diligently, and (c) complete the entire work ready for use as proposed by the contractor. The time stated for completion shall include final cleanup of the premises. 2. Wage Determination: The applicable Davis Bacon Wage Determination for this task order is: IL140007 10/03/2014 IL17, Building and Residential. The wage determination can be obtained from: http://www.wdol.gov/. 3. Payment for Materials Stored on Site: Payment in advance of installation for materials will be considered on a case-by-case basis under this task order. 4. Performance and Payment Bonds: Performance and payment bonds shall be required within 10 calendar days after award of a task order in accordance with FAR clause 52.228-15. 5. Type Task Order: Firm Fixed Price (FFP) 6. Schedule of Material Submittals: Pursuant to FAR 52.236-5, Material and Workmanship, and Section 01010, Submittal Requirements, the awardee shall prepare a material submittal schedule identifying the necessary pieces of equipment, machinery, materials, etc. that require the Government’s approval before installation. Identification of the critical materials requiring Government approval before installation shall be coordinated with the customer and Civil Engineering project manager during the design phase. 7. Progress Schedule: Schedules for Construction Contracts, shall be provided within 10 days after start of work on the project. If the schedule includes a phasing plan (sequentially working on one office section at a time), it will also be contained within one schedule for each Phase. 8. Change Orders: When officially requested, the Contractor shall provide a modification proposal for change orders. In accordance with DFARs clause 252.236-7000, the proposal shall include a price breakdown that includes sufficient detail to permit analysis of profit and all costs for – material, labor, equipment, subcontractors, and overhead. Additionally, the proposal shall include a justification for any time extension proposed. Finally, in accordance with FAR 15.4043, modification proposals containing subcontractor costs shall contain the prime Contractor’s results of price or cost analysis used to determine the price reasonableness of the subcontractor costs. 9. Warranty of Construction: FAR 52.246-21, Warranty of Construction is incorporated into this RFP and subsequent Task Order. 10. Crafts Involved: SAFB MACC Task Order Project: VDYD 14-1205 – Repair (SUS) Electrical System, Bldg 3200 pg 3 of 4 i. ii. iii. iv. v. vi. vii. viii. ix. x. xi. Carpenters Laborers Electricians Plumbers Mechanical Pipe Fitters Sheet Metal Workers Concrete Finishers Painters Roofers Masons MUST EQUAL = 0% 10% 90% 0% 0% 0% 0% 0% 0% 0% 0% 100% OFFEROR RFP ACKNOWLEDGEMENT SIGNATURE TYPED OR PRINTED NAME OF INDIVIDUAL AUTHORIZED TO BIND OFFEROR DATE: List of Attachments: Attachment 1 – Price Schedule Attachment 2 – Statement of Work (SOW) Attachment 3 – Instructions to Offerors Attachment 4 – Evaluation Factors Attachment 5 – Bldg_3200_Layout Attachment 6 - Cree Edge High Output Area Flood-HV Attachment 7 - Low/High Bay LED lighting SAFB MACC Task Order Project: VDYD 14-1205 – Repair (SUS) Electrical System, Bldg 3200 pg 4 of 4