SOLICITATION NOTICE
Z -- Install Grounding Points B 3559 - Solicitation
- Notice Date
- 7/15/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 18 CONS - Kadena, Unit 5199, Kadena AB, APO Japan, 96368-5199
- ZIP Code
- 96368-5199
- Solicitation Number
- FA5270-13-R-0043
- Archive Date
- 9/23/2013
- Point of Contact
- Eric Punjabi, Phone: 3156345838
- E-Mail Address
-
eric.punjabi@us.af.mil
(eric.punjabi@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Submission of Experience Project Site Plan Tie Down Information Existing Static Grounding System Plan Sturctural Floor Plan Solicitation FA5270-13-R-0043 Install Grounding Points B 3559 LXEZ 13-1894 SOF Install Grounding Point, B3559 The Contractor shall furnish all tools, equipment, materials, testing, labor, and personnel necessary to plan, design; manage; and supervise the project which shall consist of, but not limited to, providing all labor, materials, transportation, and performing all work necessary to install new eight (8) each static grounding points in B3559, Kadena Air Base, Okinawa, Japan. Provide all other related work and incidental work necessary to complete this project. The Contractor shall develop and provide the best solution and provide recommendations not specifically stated elsewhere in the Statement of Work. A complete and usable product shall be furnished to the Government upon completion of this delivery order. CONST-L-7300 PROPOSAL PREPARATION INSTRUCTIONS (JUN 2006) 52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) A site visit will be held at Kadena AB on Tuesday 23 July 2013 at 1330 hrs, Local Time. Meet at building 3519 (Barber Shop) gate. Name: SrA Eric Punjabi Address: 18th Contracting Squadron, Unit 5199, APO AP 96368, Kadena Air Base, Bldg 95 Email: eric.punjabi@us.af.mil Telephone: 634-5838 (c) Each company is authorized two (2) personnel and one (1) vehicle for the site visit. At least one person per company must be fluent in English. To attend the site visit, send an email to the above personnel no later than Thursday, 18 Jul 13, at 1500 hours, Local Time, with the following information: (i) Names of personnel attending the site visit; and (ii) Whether the site visit attendees require a base escort. (iii) For each attendee requiring a base escort, please also provide: a. Citizenship; b. Copy of drivers' license (Japanese citizens) or passport (non-Japanese citizens); c. Current address; d. Vehicle information (make, model, color, # of doors, model year, license plate #); and e. Copies of vehicle title, JCI, and PDI. (End of provision) A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to meet a requirement may result in an offer being ineligible for award. The response shall consist of two (2) separately bound parts, Part I - Technical Requirements, and Part II - Pricing Submission. B. The contracting officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the contracting officer will review this determination and if, in the contracting officer's opinion, adequate price competition exists, no additional cost information will be requested and certification under FAR 15.406-2 will not be required. However, if at any time during this competition the contracting officer determines that adequate price competition no longer exists, offerors may be required to submit information to the extent necessary for the contracting officer to determine the reasonableness and affordability of the price. C. Specific Instructions: 1. PART I - TECHNICAL REQUIREMENTS - Submit original plus one (1) CD. (a) 10% Conceptual Design Provide a 10% conceptual design pursuant to UFC 1-300-09N that includes (i) existing site and demolition plan, (ii) site plan, (iii) single line diagram, and (iv) preliminarydesign plans. (b) Proposed Construction Approach In your own words, provide a description of your proposed construction approach to the Statement of Work that demonstrates your understanding of the technical requirements of the prospective contract. Describe why particular methodologies will be utilized. The Contractor's proposed approach will be evaluated for soundness, workability, and the degree to which it demonstrates the offeror's technical understanding of the Statement of Work. This submission shall be of a reasonable length (e.g., two (2) 8 ½" x 11" pages) and shall be entirely in English. (c) Design-Build Schedule Utilizing Contract Progress Schedule, AF Form 3064, or a GANTT chart, provide a proposed performance schedule that conforms to the project schedule specified in the Statement of Work. The performance schedule shall account for at least the design, material submittal, procurement, ACM/LBP sampling and testing, actual construction, and pre-final and final inspection. The actual construction shall be broken down into the various components of work as referenced in the Statement of Work. (d) Recent/Relevant Experience Complete and submit attachment 5, Submission of Recent/Relevant Experience. Describe in detail at least one (1) but no more than three (3) recent/relevant projects that the offeror's proposed project team has completed within the past five (5) years (or that are nearing completion) that are similar or greater in type, scope, size, and complexity to this acquisisition. Provide sufficient factual information to demonstrate the capability of the project team proposed for this project to successfully complete the current acquisition. Specifically address the role, degree of involvement and responsibility, and range of duties performed by key personnel for this acquisition in the projects selected to demonstrate the proposed team's experience. Use no more than three (3) pages per project. 2. PART II - PRICING SUBMISSION - Submit original plus one (1) CD. (a) Complete blocks 14, 15, 16, 19 (as appropriate), 20A, 20B, and 20C of this solicitation, Section A, Standard Form 1442. In doing so, the offeror accedes to the contract terms and conditions as written in this solicitation, Sections A through K. These sections constitute the model contract. (b) Insert proposed Firm Fixed Price(s) on all individual items of the Pricing Schedule in Section B. Indirect costs such as overhead, profit, etc, must be included on the pricing schedule. (c) Complete the necessary fill-ins and certifications in Sections I through K. Section K shall be returned in its entirety. For any other sections, the offeror shall only submit the pages, if any, that require a fill-in. D. Documents submitted in response to this solicitation must be fully responsive to and consistent with the following: 1. Requirements of the solicitation Contract Line Items Numbers (CLINs), specifications and drawings, and government standards and regulations pertaining to the specifications and drawings; 2. Evaluation Factors for Award in Section M of this RFP; 3. Any limitation on the number of proposal pages as specified herein. Pages exceeding the page limitations set forth in this Section L will not be read or evaluated; and 4. The following format for proposal Part I and Part II: (a) A page is defined as one face of an 8 ½" x 11" sheet of paper containing information. (b) Typing shall not be less than 12 pitch. E. Proposal Submission: 1) Submit your proposal to arrive NOT LATER THAN FRIDAY, 23 AUGUST 2013 at 3:00 P.M., LOCAL TIME. 2) All proposals delivered in response to this solicitation shall reflect the following information on the address label: a. Solicitation Number FA5270-13-R-0043. b. The legend, "To be delivered unopened to the Contracting Officer", and c. The volume and copy numbers contained in each box/envelope. 3) Submit your proposal to the following address: ERIC PUNJABI 18 Contracting Squadron / LGCC Unit 5199, Bldg 95 APO, AP 96368 (Okinawa, Japan) (End of Provision) CONST-L-7302 CERTIFICATION FOR CONSTRUCTION PROJECT ENGINEERS a. The offerors will submit as a part of the proposal, a copy of the Japanese Certification Skill License of the proposed construction project engineer for this contract (as specified in the Statement of Work). If the license is not a part of the original submission and the offeror refuses to submit same after request, the proposal may be rejected. b. When the contracting officer requires certification for construction project engineers, the offeror must submit a certificate of the skill license prior to execution of any contract to be awarded as a result of this solicitation. (End of provision) CONST-L-7303 MAGNITUDE OF CONSTRUCTION PROJECTS The magnitude of the estimate for this project is less than $150,000. CONST-L-7304 CONTRACTOR PERFORMANCE IN JAPAN This project will be performed in its entirety in the country of Japan. The successful offeror must be licensed and registered to perform work in the country of Japan. (End of provision) Section M - Evaluation Factors for Award CLAUSES INCORPORATED BY FULL TEXT 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.225-17 EVALUATION OF FOREIGN CURRENCY OFFERS (FEB 2000) If the Government receives offers in more than one currency, the Government will evaluate offers by converting the foreign currency to United States currency using $1.00 = ¥82.4035 in effect as follows: (a) For acquisitions conducted using sealed bidding procedures, on the date of bid opening. (b) For acquisitions conducted using negotiation procedures-- (1) On the date specified for receipt of offers, if award is based on initial offers; otherwise (2) On the date specified for receipt of proposal revisions. (End of provision) CONST-M-7400 BASIS FOR CONTRACT AWARD (JUN 2006): This is a lowest price technically acceptable award. All technically acceptable proposals shall be treated equally except for their prices. Failure to meet a requirement may result in a proposal being determined technically unacceptable. A proposal must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The evaluation process shall proceed as follows: A. Technical Acceptability - Initially, the Government technical evaluation team shall evaluate the offeror's Technical Requirements on a pass/fail basis, assigning overall ratings of Acceptable or Unacceptable. The proposals shall be evaluated against the following subfactors: 1. 10% Conceptual Design. The offeror's 10% conceptual design will be evaluated for the extent to which it meets the requirements of CONST-L-7300 and the extent to which it demonstrates the offeror's technical understanding of the Statement of Work. 2. Proposed Construction Approach. The offeror's proposed construction approach will be evaluated for the extent to which it meets the requirements of CONST-L-7300 and for the soundness, workability, and the degree to which it demonstrates the offeror's technical understanding of the Statement of Work. 3. Design-Build Schedule. The offeror's proposed Contract Progress Schedule (AF Form 3064) or GANTT chart will be evaluated for the extent to which it meets the requirements of CONST-L-7300 and the extent to which it demonstrates the offeror's ability to deliver a usable facility within the specified time constraints in the Statement of Work. 4. Recent/Relevant Experience. The Government will evaluate the extent to which an offeror's specific experience is directly related to the work required by the solicitation. Moreover, consideration will be given to whether the experience is considered recent (either on-going or completed within the last five years) and relevant (e.g., whether it is considered similar in type, size, scope, and complexity). The Government will evaluate the offerors based on information contained in attachment 5, Submission of Recent/Relevant Experience. Note to Offerors: A technical proposal rated Unacceptable will not be considered for award. There will be no point scores assigned, only Acceptable or Unacceptable. In addition, the Government shall use the following technical acceptable/unacceptable ratings definitions when assigning technical ratings of Acceptable or Unacceptable (Table 1). Table 1, Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. B. Price Evaluation. Lastly, the Government shall rank all technically acceptable offerors by price. The price evaluation will document the reasonableness, realism, and affordability of the proposed total evaluated price. C. After evaluation of both the Technical Requirements and Pricing Submission as specified in the solicitation, the Contracting Officer will select that responsible source whose offer is technically acceptable, considering only the criteria included in the solicitation, and which offers the lowest evaluation price. D. Offerors are cautioned to submit sufficient information and in the format specified in Section L. Incomplete submissions (e.g., a submission that fails to include one or more documents required by CONST-L-7300) will not be reviewed and therefore will be determined unacceptable. Offerors may be asked to clarify certain aspects of their proposal such as technical acceptability. Communication conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for proposal revision. E. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest. (End of Provision) CONST-M-7401 REJECTION OF OFFERS (a) Offer on All: Offerors must propose on all item(s). Failure to do so shall be cause for rejection of offer. (b) Separate Changes: Separate changes in any form, are not solicited. Offers containing separate changes will be rejected. (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/18CONS/FA5270-13-R-0043/listing.html)
- Place of Performance
- Address: Kadena AB, Okinawa, Non-U.S., 96368, United States
- Zip Code: 96368
- Zip Code: 96368
- Record
- SN03115879-W 20130717/130715234149-6d7b34ae9c079fa6c03e8f68e2ba4478 (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 |