REQUEST FOR PROPOSAL NO. N D- 4040/4041/4042/4043/4044/4045/4046 PHASE 3 REPAIR HQ PACAF B1102 JOINT BASE PEARL HARBOR HICKAM HAWAII

Similar documents
DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

REQUEST FOR PROPOSAL FOR BUILDING LEASE

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 38 EFFECTIVE DATE: MAY 1, 2017 REVISION #4: MARCH 1, 2017

Suffolk COUNTY COMMUNITY COLLEGE PROCUREMENT POLICY

REQUEST FOR PROPOSALS

Request for Proposal No. RFP Consultant Services. for. Building Condition Assessment. Submittal Deadline: Date: March 1, Time: 10:00 a.m.

REQUEST FOR PROPOSALS

Below are five basic procurement methods common to most CDBG projects:

General Contractor Services - Small Projects

Chabot-Las Positas Community College District

REQUEST FOR PROPOSAL CITY OF PORT ARANSAS GAS DEPARTMENT FOR NATURAL GAS SUPPLY. RFP # Gas

Architectural Services

REQUEST FOR PROPOSALS FOR INFORMATION TECHNOLOGY SUPPORT SERVICES

TEXAS GENERAL LAND OFFICE COMMUNITY DEVELOPMENT & REVITALIZATION PROCUREMENT GUIDANCE FOR SUBRECIPIENTS UNDER 2 CFR PART 200 (UNIFORM RULES)

Wayne County Community College District District Office Building 801 W. Fort Street Fourth Floor Purchasing Conference Room Detroit, MI 48226

1. CONTRACT ID CODE PAGE OF PAGES AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT U 1 2

Addendum No.3 to ITB Wakulla County Fire and EMS Station Issued: November 1, 2017

City of Batavia Downtown Improvement Grant

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

City of Malibu Request for Proposal

Facilities Condition Assessment

Downtown Interior Improvement Grant Program Application Packet

Chabot-Las Positas Community College District

DOING BUSINESS WITH THE. Orange County Board of County Commissioners. Orange County Procurement Division

ORDER FOR SUPPLIES OR SERVICES (FINAL)

State of Florida Department of Transportation

1/8/2013. IMPORTANT Dates

WATERFRONT COMMISSION OF NEW YORK HARBOR

Housing Rehabilitation Program Administration

Dakota County Technical College. Pod 6 AHU Replacement

REQUEST FOR QUALIFICATIONS AND REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES CROMWELL BELDEN PUBLIC LIBRARY TOWN OF CROMWELL, CONNECTICUT

201 North Forest Avenue Independence, Missouri (816) [September 25, 2017] REQUEST FOR PROPOSAL GRADUATION CAPS AND GOWNS

REQUEST FOR PROPOSAL

EXHIBIT A. SCOPE OF SERVICES For EMERGENCY MANAGEMENT SERVICES. Revised 3/10/15

CITY OF PORT ARANSAS, TEXAS REQUEST FOR PROPOSAL (RFP) FIRE STATION TEMPORARY FACILITY NOTICE TO BIDDERS

REQUEST FOR PROPOSAL TO AUDIT

Downtown Retail Interior Improvement Award Program Application Packet

Doing Business with Putnam County and the Empire State Purchasing Group

Request for Proposal (RFP) The Klamath Tribes Youth Fitness Center Klamath Tribes Housing Department (KTHD) RFP # 09-KTHD17

ADDENDUM NUMBER 02 TO THE BID DOCUMENTS. BID NUMBER: SJCC Parking Garage LED Lighting Retrofit EVERGREEN VALLEY COLLEGE

PRE-BID CONFERENCE. Invitation for Bids (IFB) 8-18-C001. Design/Build Dulles Airport Metrorail Station Windscreens Package G.

TOWN OF LISBON Office of the First Selectman 1 Newent Road Lisbon, Connecticut 06351

Customer Guide. Colorado Historic Preservation Income Tax Credit

INVITATION TO BID (Request for Proposal)

REQUEST FOR PROPOSAL

1 INTERNAL AUDIT SERVICES RFP

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

BOARD OF FINANCE REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

January 2, 2018 REQUEST FOR QUALIFICATIONS FOR ARCHITECTURAL AND ENGINEERING SERVICES

CITY OF PORT HUENEME COMMUNITY DEVELOPMENT DEPARTMENT REQUEST FOR PROPOSAL FOR BUILDING & SAFETY SERVICES

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

REQUEST FOR PROPOSALS RFP NO.:

City of Mount Rainier

PALM BEACH COUNTY BOARD OF COUNTY COMMISSIONERS FACILITIES DEVELOPMENT & OPERATIONS DEPARTMENT CAPITAL IMPROVEMENTS DIVISION

REQUEST FOR PROPOSALS EMERGENCY GENERATOR INSTALL AT THE NEGAUNEE SERVICE CENTER (NSC)

REQUEST FOR PROPOSAL FOR BACKUP EMERGENCY GENERATORS DESIGN TOWN OF YUCCA VALLEY

MINORITY BUSINESS ENTERPRISE PROCEDURES FOR STATE FUNDED PUBLIC SCHOOL CONSTRUCTION PROJECTS Revised JUNE 2008

CITY OF BELL REQUEST FOR PROPOSALS FOR ARCHITECTURAL SERVICES FOR TREDER PARK RESTROOM AND STORAGE FACILITY

REQUEST FOR PROPOSAL FOR A & E Services for the Spokane Tribe of Indians Health and Human Services Building

Program Community Development Block Grant (CDBG) Downtown Revitalization Program- Tier II

Request for Proposals for Interior Renovations for the Aldrich Public Library June 25, 2018

PRE-PROPOSAL CONFERENCE

Purchasing and Support Services County Administration Building 44 N. San Joaquin Street, Suite 540 Stockton, CA 95202

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

REQUEST FOR QUALIFICATIONS FOR

City of Imperial On-Call Plan Check and Inspection Services. Released: September 13, Important Dates

City of Tecumseh DDA Façade Incentive Grant Program Guidelines

Request for Proposals (RFP)

Request for Proposal: Alton Middle School NETWORK CABLING

INVITATION FOR BID Notice to Prospective Bidders IFB # Date Stamp Equipment Preventative Maintenance and Repair Services

Midway City Council 11 July 2018 Regular Meeting. Financial Advisory Services / Award Contract

REQUEST FOR PROPOSAL (RFP) for Feasibility Study Borough of Kennett Square New Municipal Office and Police Station Joint Facility

APPENDIX A. I. Background & General Guidance. A. Public-private partnerships create opportunities for both the public and private sectors

RFQ A-07 / FOR FF&E CONSULTING AND COORDINATION SERVICES FOR VARIOUS MEASURE B BOND PROJECTS

MEETING AGENDA. Meeting Time: 9:30 AM Project Name: Chicago Park District Group A

REQUEST FOR PROPOSALS FOR AS-NEEDED PROJECT MANAGEMENT AND INSPECTION SERVICES FISCAL YEARS 2017 THRU 2019

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

OFFICE OF THE CENTRAL AREA CENTRAL AREA COMMUNITY IMPROVEMENT PLAN DOWNTOWN BRAMPTON BUILDING IMPROVEMENT PROGRAM PROGRAM IMPLEMENTATION GUIDELINES

Small Business Assistance Program Guidelines

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

SECTION 3 POLICY & PROGRAM

DALTON PUBLIC SCHOOLS REQUEST FOR PROPOSAL. RFP FY18 Drivers Education RFP

THE PORT OF PORTLAND TENANT IMPROVEMENT PROCESS

REQUEST FOR PROPOSALS INTEGRITY MONITOR

SOLICITATION NO: 15-1 REQUEST FOR PROPOSALS (RFP) FOR ARCHITECTURAL SERVICES FOR NEW ELEMENTARY SCHOOL #3

AMENDMENT OF SOLICITATION

Automated Airport Parking Project

OUTAGAMIE COUNTY REGIONAL AIRPORT REQUEST FOR PROPOSAL FOR MULTI POSITION CUPPING SNOW PLOW. DUE BY: March 16, 2015

Ontario College of Trades

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

PAL-MAR WATER CONTROL DISTRICT Security-Maintenance Services RFP Proposal Packet

FLORIDA DEPARTMENT OF TRANSPORTATION

Proposals must be clearly marked Request for Proposals Independent Audit Services

EPISCOPAL CHURCH OF OUR SAVIOUR REQUEST FOR PROPOSAL FOR JANITORIAL AND CLEANING SERVICES FOR CHURCH SANTUARY, CHURCH OFFICE AND UNDERCROFT

TOPIC: CONTRACTS STATE OF MISSISSIPPI DEPARTMENT OF EDUCATION SECTION 17.0 PAGE 1 OF 49 EFFECTIVE DATE: JULY 1, 2018 REVISION #4: JULY 1, 2018

Request for Proposals City School District of Albany Empire State After-School Program Coordination and Programming June 14, 2017

REQUEST FOR PROPOSALS FOR ARCHITECTURAL AND ENGINEERING EVALUATION SERVICES FOR THE PUBLIC SAFETY BUILDING CITY OF OWOSSO, MICHIGAN

Transcription:

DEPARTMENT OF THE NAVY NAVAL FACILITIES ENGINEERING COMMAND, HAWAII 400 MARSHALL ROAD JBPHH, HAWAII 96860-3139 REQUEST FOR PROPOSAL NO. N62478-11-D- 4040/4041/4042/4043/4044/4045/4046 PHASE 3 REPAIR HQ PACAF B1102 JOINT BASE PEARL HARBOR HICKAM HAWAII

PROPOSAL SCHEDULE FOR PHASE 3 REPAIR HQ PACAF B1102 JOINT BASE PEARL HARBOR HICKAM HAWAII ITEM UNIT OF NO. DESCRIPTION QTY ISSUE AMOUNT BASE 0001 Design & Construction 1 LS $ Includes all work described in this RFP to repair the following wing floor areas: C wing 3 rd floor (C3rd) D wing 3 rd floor (D3rd) Lightwell 2 3 rd floor (LW2-3 rd ) LW2-3rd floor is the electrical and communications hub for D3rd and C3rd. In addition, it forms a contiguous floor area with B3rd, C3rd and D3rd. OPTION 0002 OPTION 1 1 LS $ Includes all work described in this RFP to repair the following wing/floor areas: B wing 3 rd floor (B3rd) Lightwell 4 3 rd floor (LW4-3 rd ) LW4-3 rd floor is the electrical and communications hub for A3rd, B3rd and L3rd. In addition, it forms a contiguous floor area with A3rd, B3rd and L3rd. Note: the work in LW4-3 rd includes all work such as mechanical, electrical, communications, life safety and security, to support A3rd and L3rd that is located in and around LW4-3 rd. For example electrical distribution equipment, panels and apparatus located in LW4-3rd required for A3rd and L3rd shall be installed as part of Bid Option 1. 0003 OPTION 2 1 LS $ Includes all work described in this RFP to repair the following wing/floor area(s): A wing 3 rd floor (A3rd) The cost for Bid Option 2 shall be equal to the proposed cost for all work to support A3rd less the work performed as part of Bid Option 1 to support A3rd. PROPOSAL SCHEDULE Page 1

0004 OPTION 3 1 LS $ Includes all work described in this RFP to repair the following wing/floor area(s): L wing 3 rd floor (L3rd) The cost for Bid Option 3 shall be equal to the proposed cost for all work to support L3rd less the work performed as part of Bid Option 1 to support L3rd. TOTAL AMOUNT (Item Nos. 0001 0004) $ NOTES TO PROPOSAL SCHEDULE: 1. See FAR Provision 52.217-5, Evaluation of Options. By submission of an offer under the OPTIONS, Offeror agrees that the Government may exercise the OPTION as follows: a. One or more of option Item Nos. 0002 through 0004 may be exercised at time of award. ACKNOWLEDGEMENTS 1. This proposal acknowledges receipt of Amendments to the proposed Task Order: 2. Name of Contractor: Phone No. E-mail Address: Signature of Person Authorized to Sign Proposal: Printed Name of Person Authorized to Sign Proposal: Date: 3. Proposal Acceptance Period: 60 calendar days PROPOSAL SCHEDULE Page 2

PHASE 3 REPAIR HQ PACAF B1102 JOINT BASE PEARL HARBOR HICKAM HAWAII 8(a) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC), VARIOUS LOCATIONS, STATE OF HAWAII NO. N62478-11-D-4040/4041/4042/4043/4044/4045/4046 GENERAL CONDITIONS All applicable provisions and clauses set-forth in the contract shall apply to this task order, as revised by this section. The following revisions and/or requirements apply only to this specific task order. 1. TYPE OF TASK ORDER The Government contemplates the issuance of a firm-fixed price, Design-Build task order as a result of this request for proposal (RFP). 2. DESCRIPTION OF WORK The project shall upgrade life safety, correct ADA deficiencies, replace deteriorated backbone infrastructure (mechanical, electrical, plumbing, communications, security etc), improve energy and water use efficiency, and construct new office interior space with new partition walls, doors, windows and glazing, ceiling and floor finishes, along with new MEP, life safety, security and communications systems for the Phase 3 areas. 3. LOCATION The work shall be located on Joint Base Pearl Harbor Hickam Hawaii. 4. SITE VISIT A site visit will be held to view the project site as follows: Date: Thursday August 23, 2012 Time: 9:00 A.M. Location: PACAF Bldg 1102 Federal Acquisition Regulation (FAR) Clauses 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any task order awarded as a result of this solicitation. Accordingly, offerors are urged and expected to inspect the site where the work will be performed. Any statements or representations made during the site visit and any telephonic discussions with Government personnel will not change the requirements of the specifications. Page 1 of 5

(a) A one-time organized site visit has been scheduled for Thursday August 23, 2012 at 9:00 A.M. H.S.T. No other site visits will be allowed. This site visit is to provide offerors with an opportunity to familiarize themselves with the jobsite and conditions to be encountered and is not for the purpose of answering questions. (b) Offerors interested in attending the site visit must provide the following information to Ms. Kris Nakashima at email kris.nakashima@navy.mil: Full Name Company Name Phone Number The Prime Contractor shall submit its list of site visit attendees to Ms. Nakashima by Monday, August 20, 2012 at 10:00 A.M. H.S.T. 5. INQUIRIES/REQUEST FOR INFORMATION (RFI) No questions will be answered at the site visit. Contractors shall email all their inquiries and RFIs for this request for proposal (RFP) to kris.nakashima@navy.mil no later than Thursday, August 30, 2012 at 9:00am H.S.T. Point of contact for this RFP is Kris Nakashima, Construction Acquisition Division (OPHA2), (808) 474-3783, Naval Facilities Engineering Command Hawaii, 400 Marshall Road, Building A-13, JBPHH, Hawaii 96860-3139. 6. MAGNITUDE OF THE PROPOSED TASK ORDER The estimated price range of this work is between $5,000,000 and $10,000,000. 7. NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE This task order will be a DO rated order. 8. NUMBER OF COPIES/CONTENT/RECEIPT OF PROPOSALS Number of Copies/Content/Receipt of Proposals: All proposals shall be in a sealed envelope and marked with the Project Title, and shall consist of the following: a. Completed Proposal Schedule b. Bid Guarantee c. Acknowledgement of all Amendments issued. An original and one (1) hard copy of the price proposal shall be submitted to NAVFAC Hawaii, 400 Marshall Road, Building A-13, JBPHH, Hawaii 96860-3139. Identify the original proposal as "Original" on the cover of the price proposal. The proposal must be received by the due date and time specified and is subject to Federal Acquisition Regulation (FAR) 52.215-1, Instructions to Offerors--Competitive Acquisition (Jan 2004). Page 2 of 5

9. CONTRACTOR S PROPOSAL All work is subject to the Davis-Bacon Act. Wages should be in accordance with the Wage Decision effective with the current option period. 10. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK The Contractor shall be required to (a) commence work under this contract within fifteen (15) 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 seven hundred and thirty (730) calendar days after notice to proceed. Definition (a) Notice to Proceed: A "Notice to Proceed" is deemed to be given by the Government to the Contractor 30 calendar days after the contract award date. No formal written notice will be issued by the Government. (b) Within 14 calendar days following the contract award date, the Contractor is obligated to submit performance and payment bonds in a form acceptable to the Government. The Government shall notify the Contractor of the acceptability of the performance and payment bonds within 10 working days of receipt of these documents. If these documents are not submitted in their proper form acceptable to the Government within 14 calendar days of contract award, any delays resulting thereby will be at the sole expense of the Contractor. The contract completion date will not be extended due to the Government's review of the acceptability of the Contractor's bonds, except where the Government's review of said documents extends beyond 10 working days. The time stated for completion shall include final cleanup of the premises. 11. 52.211-12 LIQUIDATED DAMAGES CONSTRUCTION (SEPT 2000) (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $4,150.00 for each calendar day of delay until the work is completed or accepted. (b) If the Government terminates the Contractor s right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause. 12. FAC 5252.236-9305, AVAILABILITY OF UTILITIES (JUN 1994) When available, the Government will furnish reasonable amounts of the following utilities for the work to be performed under this contract at the prevailing rates at time of use. Information concerning the location of existing outlets may be secured from the Contracting Officer. The contractor shall provide and maintain, at his expense, the necessary service lines from existing Government outlets to the site of work. Page 3 of 5

Electric Water Sewer Prevailing rate at time of use. Prevailing rate at time of use. Prevailing rate at time of use. Contractor Furnished Utilities. In the event that the Government is unable to provide the required types of utilities, the Contractor shall, at its expense, arrange for the required utilities. Contractor Energy Conservation. The Contractor shall be directly responsible for instructing employees in utilities conservation practices. The Contractor shall be responsible for operating under conditions which preclude the waste of utilities, which shall include: a. Lights shall be used only in areas where and at the time when work is actually being performed. b. Mechanical equipment controls for heating, ventilation and air conditioning systems will not be adjusted by the workers. c. Water faucets or valves shall be turned off after the required usage has been accomplished. Telephone Lines. Telephone lines for the sole use of the Contractor will not be available. Government telephones shall not be used for personal reasons. Contractor Availability. The Contractor shall maintain a telephone at which its' representative may be reached 24 hours daily. The telephone shall be listed in the Contractor's name. If the Contractor does not have a local telephone, it shall maintain a toll free emergency telephone (or accept collect calls from authorized Government personnel) at which he or his representative may be reached at night, weekends and holidays. It is mandatory that the Contractor or his representative be available to a toll free telephone 24 hours per day, seven days per week, including holidays. The Contractor shall notify the Contracting Officer in writing of the mailing address and telephone number within three days after award of this task order and immediately thereafter in the event of change. 13. BASIS OF AWARD Basis of Award: Using the Construction Contract Appraisal Support System (CCASS), the Government will consider final overall past performance ratings on earlier task orders under this MACC. If an offeror has no record in CCASS of past performance on task orders under this MACC, the Government will consider this lack of CCASS data to be neutral. If an offeror has one or more final overall CCASS ratings of Marginal or Unsatisfactory on a task order under this MACC, then the Government will consider the offeror's past performance on earlier orders under this MACC to be unacceptable. Award will not be made to an offeror whose past performance is determined to be unacceptable. This is a separate determination from responsibility. The Government intends to award a task order without conducting discussions. Or, discussions may be held with one or more Contractors if price proposals are not determined fair and reasonable. The Government will make award to that responsive and responsible offeror whose offer, conforming to the solicitation, is determined to be the lowest evaluated price of proposals Page 4 of 5

meeting or exceeding the acceptability standards for past performance on earlier task orders under this MACC. 14. BONDS Submit a Bid Bond (SF24) with your proposal. Within 14 calendar days following the contract award date, the Contractor is obligated to submit performance and payment bonds (SF25 & SF25A) in a penal sum equal to 100% of the task order price. FAR 52.228-15 PERFORMANCE AND PAYMENT BONDS CONSTRUCTION (NOV 2006) apply to this task order. 15. 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). 16. INVOICING In accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests, this task order requires the use of the DoD Wide Area Workflow (WAWF) system for the submission of invoices in accordance with Department of Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7006 Wide Area WorkFlow Payment Instructions. 17. 5252.242-9305, PRE-PERFORMANCE CONFERENCE (JUL 1995) Within 30 days of contract award, prior to commencement of the work, the Contractor will meet in conference with representatives of the Contracting Officer, at a time to be determined by the Contracting Officer, to discuss and develop mutual understanding relative to scheduling and administering work. Page 5 of 5