MODIFICATION
Z -- Amendment #2
- Notice Date
- 8/25/2017
- Notice Type
- Modification/Amendment
- NAICS
- 236220
— Commercial and Institutional Building Construction
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Hood, 761st Tank Battalion Ave., Room W103, Fort Hood, Texas, 76544-5025, United States
- ZIP Code
- 76544-5025
- Solicitation Number
- W91151-17-B-0013
- Response Due
- 8/29/2017 2:00:00 PM
- Archive Date
- 9/29/2017
- Point of Contact
- Deborah Scibor, Phone: 2542873056
- E-Mail Address
-
deborah.g.scibor.civ@mail.mil
(deborah.g.scibor.civ@mail.mil)
- Small Business Set-Aside
- HUBZone
- Description
- AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT 1. CONTRACT ID CODE J PAGE OF PAGES 1 6 2. AMENDMENT/MODIFICATION NO.0002 3. EFFECTIVE DATE25-Aug-2017 4. REQUISITION/PURCHASE REQ. NO.0011002393 5. PROJECT NO.(Ifapplicable)AG006596P 6. ISSUED BY CODE W91151 7. ADMINISTERED BY (If other than item 6) CODE MISSION AND INSTALLATION CONTRACTING MISSION CONTRACTING OFFICE (MCO) BUILDING 1001, ROOM W103 1001 761ST TANK BATTALION AVE FORT HOOD TX 76544-5025 See Item 6 8. NAME AND ADDRESS OF CONT RACT OR (No., Street, County, State and Zip Code) X 9A. AMENDMENT OF SOLICITATION NO. W91151-17-B-0013 X 9B. DATED (SEE ITEM 11) 01-Aug-2017 10A. MOD. OF CONT RACT/ORDER NO. 10B. DATED (SEE ITEM 13) CODE FACILIT Y CODE 11. THIS ITEM ONLY APPLIES TO AMENDMENT S OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer X is extended, is not extended. Offer must acknowledge receipt ofthis amendment prior to the hour and date specified in the solicitation or as amended by one ofthe following methods: (a) By completing Items 8 and 15, and returning 1 copies ofthe amendment; (b) By acknowledging receipt ofthis amendment on each copy ofthe offer submitted; or (c) By separate letter or telegramwhich includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue ofthis amendment you desire to change an offer already submitted, such change may be made by telegramor letter, provided each telegramor letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNT ING AND APPROPRIAT ION DAT A (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICAT IONS OF CONT RACTS/ORDERS. IT MODIFIES THE CONT RACT /ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONT RACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONT RACT /ORDER IS MODIFIED TO REFLECT THE ADMINIST RAT IVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUT HORIT Y OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUT HORIT Y OF: D. OTHER (Specify type of modification and authority) E. IMPORT ANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPT ION OF AMENDMENT /MODIFICAT ION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) Posting revised draw ings Technical Exhibit E, sign in sheet for site visit, add Technical Exhibit D HAZMAT Report, answ ers to RFI's, schedule another site visit and extending the Bid Closing date. a. The purpose of this amendment is for the follow ing: 1. Add Technical Exhibit C HAZMAT Report 2. Add Technical Exhibit D Ground Floor Fire Suppression 3. Post revised draw ings Technical Exhibit E 4. Answ er questions from industry RFI"s. 5. A second site visit is scheduled for 30 Aug 17 at 10:00 am 6. RFI's from second site visit is due 5 Sep 17 at 11:00 7. Extend the Bid Opening in block 13 from 29 Aug 17 at 2:00 pm to 14 Sep 17 at 2:00pm 8. Revised Draw ing disc w ill be available at the second site visit. b. All other tems and conditions remain unchanged. Except as provided herein, all terms and conditions ofthe document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 16A. NAME AND TITLE OF CONT RACTING OFFICER (Type or print) TEL: EMAIL: 15B. CONT RACT OR/OFFEROR (Signature of person authorized to sign) 15C. DATE SIGNED 16B. UNIT ED ST AT ES OF AMERICA BY (Signature of Contracting Officer) 16C. DATE SIGNED 25-Aug-2017RFI RESPONSES W91151-17-B-0013 Bldg 36000: Basement ASD Operations Fort Hood, Texas Request for Information August 14, 2017 1. Sheet D-101A: General Note 4: Remove all furniture with exception of keyed notes. Can this furniture be hauled off to the dump? Yes, furniture to be removed will be disposed of by the contractor. 2. Sheet D-101A: General Note 4: Furniture called out in keyed notes is to be stored by the contractor and placed back in floor plan at conclusion of the project. Where will it be stored? It may be stored within the project footprint or offsite at the contractor's expense/liability. 3. Sheet D-101A: General note 5: Calls out the brown VCT is hot. How about the carpet adhesive? Assume carpet adhesive is also hot. 4. Sheet D-101A: General Notes 7 and 8: A new site visit will need to be scheduled to have electrical and communications subcontractors input. DPW has no issue with doing a second walkthrough for clarification following the RFI. 5. Drawing D-101A: General Note 5: See hazmat report. We do not see the Hazmat report with the contract documents. Will re-submit these with the RFIs. 6. Drawing Sheet D-101A: Indicate new door opening in wall between Corridor 0407 and Reception 0408. See revised drawing. 7. Drawing A-602: Floor material - what does LVT mean? This is an industry term for "Luxury Vinyl Tile" also referred to as "Resilient Tile" and many other 8. Drawing A-603: Door schedule: Door 0303B will need two pairs of hinges. Concur, see revised drawing. 9. Area A where the ceilings need to be demo'ed and reinstalled. There are 26 fire sprinkler heads in this area. Is there any way to isolate this area to avoid any broken sprinkler heads during construction? Yes, there are valves that shut off sections of the sprinklers. See "Technical Exhibit D - Ground Floor Fire Suppression Diagram". The following Technical Exhibits have been added for this project: Technical Exhibit D - Ground Floor Fire Suppression Diagram Technical Exhibit E - As Builts SECTION 00010 - SOLICITATION CONTRACT FORM The required response date/time has changed from 29-Aug-2017 02:00 PM to 14-Sep- 2017 02:00 PM. The required performance has changed from This is an Invitation for Bid (IFB) Not a Request for Quote or Request for Proposal.The Government will only ACCEPT A SEALED HARD COPY.A Bid Bond is required (see section 00100, Far Clause 52.228-1). As required by FAR 36.204, the estimated magnitude of this project is between $250,000 and $500.000.Performance and Payment Bonds are required (see section 00700, FAR Clause 52.228- 15). The NACIS code for this acquistion is 236220 (SB size $36.5 Million).This acquistion is 100% set aside for HUBZone small business concerns only, no large business bids will be accepted for this procurement.The awardee of this contract will be required to provide a Superintendent through completion of the project (see section 00700, FAR Clause 52.236-6). Project Manager, Quality Control and Superintendent positions are considered key positions.These positions SHALL not be sub-contracted and must work directly for the prime contractor. Bidders are required to provide a valid CAGE Code (Block 14 FACILITY), Point of Contact (POC) and email address with their bid. Bid opening address: MICC-Fort Hood, DPW Bldg 4610, COR Conference Room, Fort Hood, TX, 76544. Bid Opening is 29 Aug 17 at 2:00 pm. A CD with bid documents in PDF format shall be included as part of the sealed bid. to This is an Invitation for Bid (IFB) Not a Request for Quote or Request for Proposal.The Government will only ACCEPT A SEALED HARD COPY.A Bid Bond is required (see section 00100, Far Clause 52.228-1). As required by FAR 36.204, the estimated magnitude of this project is between $250,000 and $500.000.Performance and Payment Bonds are required (see section 00700, FAR Clause 52.228-15). The NACIS code for this acquistion is 236220 (SB size $36.5 Million).This acquistion is 100% set aside for HUBZone small business concerns only, no large business bids will be accepted for this procurement.The awardee of this contract will be required to provide a Superintendent through completion of the project (see section 00700, FAR Clause 52.236-6). Project Manager, Quality Control and Superintendent positions are considered key positions.These positions SHALL not be sub-contracted and must work directly for the prime contractor. Bidders are required to provide a valid CAGE Code (Block 14 FACILITY), Point of Contact (POC) and email address with their bid. Bid opening address: MICC-Fort Hood, DPW Bldg 4610, COR Conference Room, Fort Hood, TX, 76544. Bid Opening is 14 Sep 17 at 2:00 pm. A CD with bid documents in PDF format shall be included as part of the sealed bid.. TABLE OF CONTENTS The Table of Contents has changed from: Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Exhibit A Specification 114 11-JAN-2016 Exhibit B Drawings 32 18-APR-2017 Attachment 1 Appendix A 3313 10-MAY-2016 to: Exhibit/Attachment Table of Contents DOCUMENT TYPE DESCRIPTION PAGES DATE Exhibit A Specification 114 11-JAN-2016 Exhibit B Drawings 32 18-APR-2017 Exhibit C Technical Exhibit C HAZMAT Report Exhibit D Technical Exhibit D Ground Floor Suppression Exhibit E Technical Exhibit E As Builts 186 29-AUG-2014 1 23-AUG-2017 24-AUG-2017 Attachment 1 Appendix A 3313 10-MAY-2016 SECTION 00100 - BIDDING SCHEDULE/INSTRUCTIONS TO BIDDERS The following have been modified: INSTRUCTIONS FOR BID INSTRUCTIONS FOR OFFERORS Any bids received in response to this solicitation SHALL carry a 120 day acceptance period before prices need to be verified, extended or re-negotiated. 1. Submission of Bids: The Offeror shall submit a bid that provides a complete line item breakout of tasks, quantities, and unit prices, that reflects the complete work effort required by the contract. The cost of project management, superintendence, quality control and fee shall be provided separately from the pricing provided for the various task area (s). The priced bid shall be supported by a draft progress schedule that demonstrates the offeror's understanding of the work requirements, phasing of work between buildings, and estimated time frames for ordering and installing equipment. 2. Public Bid Openings: Please refer to Block 13A of the 1442. Anyone wishing to attend the bid opening MUST notify the Contracting Officer of record in this solicitation no later than 12 Sep 2017 at 4:00 pm with a firm commitment to attend. Public Bid Openings and Mailing Address: Directorate of Public Works ATTN: Engineering Division (CONTRACTING SECTION) Building 4610 Engineer Drive Fort Hood, Texas 76522 Bid Opening will be conducted in Quality Assurance Conference Room, Building 4610 Engineer Drive, Fort Hood, Texas. 3. Pre-requisites for Specialty Trade licensure and certification: • Master Plumbers License, at least 3 years experience in the plumbing trade. • Master Electricians License, at least 3 years experience in electrical trade  Certified HVAC, at least 3 years experience in HVAC trade In responding to this solicitation for bids, the bidder shall provide copies of certifications/training identified above and below as a part of the bid. Failure to provide this documentation will render the bid nonresponsive and no further consideration will be given to that bidder for award of this contract. No substitution of the individual possessing the required pre-qualifications will be authorized without the written approval of the Contracting Officer, and no time will be allowed for the contractor to acquire the required training/certification after the contract is awarded. 4. Work Experience: The prime contractor shall demonstrate that it possesses general construction contract management by providing at least three examples of relevant work experience in an awarded contract similar to the requirements stated in this solicitation. Documentation shall be submitted with the bid and include the contract number, the date of contract award, the customer's name and contact information, the awarded dollar value, a description of all work elements included in the contract, the number and type of specialty trades needed to complete the contract, and the period of time allocated for completion of the work. Federal work experience is preferred; however, the Government will accept work experience from both State and institutional and commercial contracts as well. No residential work experience will be considered appropriate for this purpose. Failure to provide this documentation will render the bid/offer non-responsive and no further consideration will be given to that bidder for award of this contract. 5. Mandatory Attendance - Pre-Bid and Pre-Construction Conferences: The Contracting Officer reserves the right to conduct a pre-bid/pre-proposal conference in conjunction with the site visit. When such conference is scheduled, all potential bidders/offerors attending the site visit will be required to attend the pre-bid/pre-proposal conference. Space limitations dictate that no more than two representatives from each company attend. The Contracting Officer will review solicitation submittal requirements, and other administrative matters critical for successful and timely performance of the work. The Contractor shall, at the discretion of the Contracting Officer, attend a Government coordinated preconstruction conference within 10 calendar days of contract award. As a minimum, the conference shall be attended by the contractor's appointed project manager, the superintendent, the QCM, and administrative personnel responsible for preparation of contract documents, certified payroll records and invoices. The contractor shall deliver letter appointments of its key personnel that include each individual's duties, roles and responsibilities. 6. Subcontractor List: Offerors shall submit a list of proposed subcontractors as an attachment to their bid. If offeror does not intend on utilizing subcontractors (self-perform), offeror shall state so in their bid. Failure to provide this listing or statement will render the quote nonresponsive and eliminate the offer from further consideration for award. (End of special requirements) 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) An organized site visit has been scheduled for 14 August 2017 10:00 AM CST A second site visit is scheduled for 30 Aug 2014 at 10:00 AM CST (c) Participants will meet at DPW - Fort Hood Contractors interested in attending the scheduled pre-bid conference and site visit MUST notify the Contracting Officer of record in this solicitation no later than 28 August 2017 at 4:00 pm with a firm commitment to attend. Due to heightened security requirements within Department of Defense and Fort Hood, no contractor will be allowed entry to the building without having provided this notification. The notification must include the names and position titles of representatives attending the pre-bid conference; due to space constraints, each contractor is allowed to name two representatives in the notification. From the Main Gate Entrance, proceed to the Santa Fe Avenue Overpass. At the second light, turn left onto Santa Fe Avenue. Continue along Santa Fe Avenue to Engineer Drive. Turn left at Engineer Drive and park in the DPW East Parking lot. Enter Building 4610 and have a seat in the waiting area to the left. The Contract Specialist will escort you to the conference room.Fort Hood is a closed access installation. All visitors must obtain a visitors' pass at the Main Gate Visitors' Center before being allowed on post. Consequently, participants should allow at least one hour prior to the site visit for obtaining this pass. All questions resulting from the site visit must be submitted electronically to the email below prior to 5 Sep 2017 at 12:00 PM CST. deborah.g.scibor.civ@mail.mil roy.r.cantrell2.civ@mail.mil Remarks and explanations made by the government representative during the course of the site visit shall not change or qualify any of the terms or conditions of the solicitation. The solicitation can only be changed by a written amendment issued by a warranted contracting officer. All RFIs and clarifications considered as a result of inquiries from contractors at the site visit will be incorporated in one or more amendments to the solicitation, all of which will be provided to the contractor in sufficient time to allow the contractors to finalize bids/proposals prior to submission. (End of provision) 52.252-3 ALTERATIONS IN SOLICITATION (APR 1984) Portions of this solicitation are altered as follows: 10 Aug 2017 - Amendment 01 issued changing the bid opening time from 10:00am to 2:00pm. 25 Aug 2017 - Amendment 02 adding a second site visit date, responding to questions from industry, publishing revised drawing and changing the bid closing date. (End of Summary of Changes)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/25da19ac3da5f65c609fb241261070ac)
- Place of Performance
- Address: Bldg 36000, Ft Hood, Texas, 76544, United States
- Zip Code: 76544
- Zip Code: 76544
- Record
- SN04646929-W 20170827/170825231254-25da19ac3da5f65c609fb241261070ac (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 |