Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
MODIFICATION

Y -- The ERDC Geospatial Research Laboratory (GRL) has requested the renovation of Suite 704 (VTC Conversion) of building 2592 (the CUDE building), of the Humphreys Engineer Center at 7701 Telegraph Road, Alexandria, Virginia 22315.

Notice Date
9/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-15-T-0022
 
Response Due
9/4/2015
 
Archive Date
10/31/2015
 
Point of Contact
randy h. force, 703-428-7390
 
E-Mail Address
USACE HEC, Ft. Belvoir
(randy.h.force@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: W912HQ-15-T-0022 - Request for Quotation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 03 August 2015. This requirement is set aside 100% for Veteran Owned Small Businesses and the associated NAICS code is 236220 - Commercial and Institutional Building Construction. The size standard for this NAICS code is $36,500,000.00. Description: The ERDC Geospatial Research Laboratory (GRL) has requested to have Suite 704 (VTC Conversion) of building 2592 (the CUDE building), of the Humphreys Engineer Center at 7701 Telegraph Road, Alexandria, Virginia 22315. The renovation of this workspace is required to meet dedicated VTC requirements for this current conferencing area. Date, Time, and Place Offers are Due: The closing date for the delivery of a response to this combined synopsis/solicitation is on or before 1300 Eastern Daylight Time (EDT), on Friday, 4 September 2015. All questions regarding combined synopsis/solicitation W912HQ-15-T-0020 must be received in writing at randy.h.force@usace.army.mil no later than 1300 Eastern Daylight Time (EDT) on Friday, 28 August 2015 in order to allow the Government time to review and respond accordingly. Questions received after 1300 EDT on 28 August 2015 are not guaranteed to be answered prior to the solicitation closing date. Quotes should be e-mailed or mailed to the Point of Contacts (POCs) shown below by the closing date and time. If quotes are mailed, an electronic version of the quote (i.e. CD, DVD, etc.) should accompany the paper copy. All emailed correspondence to the POCs listed below shall include the full solicitation number in their subject line. POC - Primary: Randy Force, Procurement Analyst Address: US Army Humphreys Engineer Center Support Activity CECT-HC 7701 Telegraph Road Alexandria, VA 22315-3860 Phone: 703-428-7390 E-mail: randy.h.force@usace.army.mil POC - Secondary:Susan Hill, Contract Specialist Phone:703-428-6420 E-mail:susan.l.hill@usace.army.mil Period and Place of Performance: The base period of performance will be from award date through 45 days after the date of award. The services associated with the Performance Work Statement (PWS) will be performed at the contractor's facilities. Acceptance of work will be as described in the PWS. Contract Line Items: The contract line item numbers (CLINs) are provided below. Please provide pricing in this table: ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00011Each Conference Table FFP Millenium Racetrack 144 quote mark x48 quote mark FOB: Destination MILSTRIP: W802Y951604835 PURCHASE REQUEST NUMBER: W802Y951604835 NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00022Each Table Base FFP Half drum base with wire management access door & round drum base for center. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00031Each Support FFP Support with wire management access door FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00041Each Data & Multimedia Module FFP Data & Multimedia Module for table w/glass lid (1) RJ11,(1) RJ45,Fiberoptic LC Duplex (1) 3.5 mm stereo mini, (1) USB quote mark A quote mark,(1) HDMI, (1) VGA, (2) AC power ports. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00051Each Basic Multimedia module FFP Basic Multimedia module for table with glass lid: (1) RJ11,(1) RJ45, (1) 3.5 mm mini, (10 VGA type 15 pin HD, (2) AC power ports FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000612Each Viper high back chair FFP Viper high back chair, adjustable lumbar support on mesh back. Adjustable arms, breathable fabric seat. (all black) FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 000712Each Strata mesh back chairs FFP Strata mesh back, upholstered seat guest chairs with arms FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00081Job Construction Materials FFP Contractor shall provide materials in accordance with the PWS. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00091Job Labor FFP Contractor shall provide all neccessary labor in accordance with the PWS. FOB: Destination NET AMT ITEM NOSUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 00101Job Design Cost FFP FOB: Destination NET AMT Offerors are required to be actively registered with the System for Award Management (SAM) at www.sam.gov prior to award. Offerors are highly encouraged to download and review all attachments to this solicitation prior to submitting a quote. Basis for award: The Government will award a contract resulting from this combined synopsis solicitation on the basis of the lowest evaluated price of responsible offers meeting the acceptability standards as outlined in FAR 52.212-2, Evaluation - Commercial Items. DBA WAGE DETERMINATION WAGE DETERMINATION INCORPORATED BY REFERENCE General Decision Number: VA150095 07/17/2015 VA95 Superseded General Decision Number: VA20140095 State: Virginia Construction Type: Building Counties: Fairfax, Fairfax* and Falls Church* Applicable FAR provisions incorporated by reference: 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment AUG 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations DEC 2014 52.212-1 Instructions to Offerors--Commercial Items APR 2014 52.222-3 Convict Labor JUN 2003 52.222-6 Construction Wage Rate Requirements MAY 2014 52.222-7 Withholding of Funds MAY 2014 52.222-8 Payrolls and Basic Records MAY 2014 52.222-9 Apprentices and Trainees JUL 2005 52.222-10 Compliance with Copeland Act Requirements FEB 1988 52.222-11 Subcontracts (Labor Standards) MAY 2014 52.222-12 Contract Termination-Debarment MAY 2014 52.222-13 Compliance With Construction Wage Rate Requirements and Related Regulations MAY 2014 52.222-14 Disputes Concerning Labor Standards FEB 1988 52.222-15 Certification of Eligibility MAY 2014 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-23 Notice of Requirement for Affirmative Action to Ensure Equal Employment Opportunity for Construction FEB 1999 52.222-26 Equal Opportunity APR 2015 52.222-27 Affirmative Action Compliance Requirements for Construction APR 2015 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts SEP 2013 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.228-13 Alternative Payment Protections JUL 2000 52.232-5 Payments under Fixed-Price Construction Contracts MAY 2014 52.232-23 Assignment Of Claims MAY 2014 52.232-27 Prompt Payment for Construction Contracts MAY 2014 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.236-2 Differing Site Conditions APR 1984 52.236-3 Site Investigation and Conditions Affecting the Work APR 1984 52.236-5 Material and Workmanship APR 1984 52.236-6 Superintendence by the Contractor APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-9 Protection of Existing Vegetation, Structures, Equipment, Utilities, and Improvements APR 1984 52.236-10 Operations and Storage Areas APR 1984 52.236-11 Use and Possession Prior to Completion APR 1984 52.236-12 Cleaning Up APR 1984 52.236-13 Accident Prevention NOV 1991 52.236-21 Specifications and Drawings for Construction FEB 1997 52.242-14 Suspension of Work APR 1984 52.243-1 Alt II Changes--Fixed-Price (Aug 1987) - Alternate II APR 1984 52.246-4 Inspection Of Services--Fixed Price AUG 1996 52.246-21 Warranty of Construction MAR 1994 Applicable DFARS provisions incorporated by reference: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous Materials SEP 2014 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.236-7000 Modification Proposals-Price Breakdown DEC 1991 252.236-7001 Contract Drawings, and Specifications AUG 2000 252.243-7001 Pricing Of Contract Modifications DEC 1991 Applicable Provisions Incorporated by Full Text 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical. Under this factor, the Government will evaluate the offerors' level of understanding of the work to be performed related to this requirement and the information listed in the Instructions to Offerors section. Higher technical ratings will be given for greater demonstrated understanding of the requirements of the PWS. Factor 2 - Past Performance. The offeror's past performance will be evaluated on recent and relevant contracts completed or ongoing for the same or similar in nature, complexity and dollar value to the work required in this solicitation. Contracts must have been completed within the last five (5) years from the solicitation release date. Ongoing contracts must be at least 50% complete by the solicitation release date. Factor 3 - Price. This factor will use price analysis to determine the total evaluated price in order to support the selection of the lowest priced, technically acceptable proposal. The offeror's price proposal will be evaluated using the price analysis techniques described at FAR 13.106-3(a) to determine which proposal offers the total evaluated lowest price to the Government. Technical and past performance, when combined, is less important than price. The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-price factors. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ____ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (41 U.S.C. 3509). ____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (JAN 2014) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug, 2013) (31 U.S.C. 6101 note). ____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) (41 U.S.C. 2313). ____ (10) [Reserved] ____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (NOV 2011) (15 U.S.C. 657a). _ ____ (ii) Alternate I (NOV 2011) of 52.219-3. ____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ____ (ii) Alternate I (JAN 2011) of 52.219-4. ____ (13) [Reserved] X (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). ____ (ii) Alternate I (NOV 2011). ____ (iii) Alternate II (NOV 2011). ____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ____ (ii) Alternate I (Oct 1995) of 52.219-7. ____ (iii) Alternate II (Mar 2004) of 52.219-7. ____ (16) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)). ____ (17)(i) 52.219-9, Small Business Subcontracting Plan (OCT 2014) (15 U.S.C. 637(d)(4)). ____ (ii) Alternate I (Oct 2001) of 52.219-9. ____ (iii) Alternate II (Oct 2001) of 52.219-9. ____ (iv) Alternate III (OCT 2014) of 52.219-9. ____ (18) 52.219-13, Notice of Set-Aside of Orders (NOV 2011) (15 U.S.C. 644(r)). X (19) 52.219-14, Limitations on Subcontracting (NOV 2011) (15 U.S.C. 637(a)(14)). ____ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). X (22) 52.219-28, Post Award Small Business Program Rerepresentation (July 2013) (15 U.S.C. 632(a)(2)). ____ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (July 2013) (15 U.S.C. 637(m)). ____ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (July 2013) (15 U.S.C. 637(m)). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 3126). X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ____ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014)(38 U.S.C. 4212). X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793). ____ (31) 52.222-37, Employment Reports on Veterans (July 2014) (38 U.S.C. 4212). X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). X (33)(i) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). ____ (ii) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). ____ (34) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ____ (36) (i) 52.223-13, Acquisition of EPEAT Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-13. ____ (37)(i) 52.223-14, Acquisition of EPEAT Registered Televisions (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-14. ____ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ____ (39)(i) (i) 52.223-16, Acquisition of EPEAT -Registered Personal Computer Products (Jun 2014) (E.O.s 13423 and 13514). ____ (ii) Alternate I (Jun 2014) of 52.223-16. X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ____ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ____(42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ____ (ii) Alternate I (May 2014) of 52.225-3. ____ (iii) Alternate II (May 2014) of 52.225-3. ____ (iv) Alternate III (May 2014) of 52.225-3. ____ (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ____ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ____ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150 ____ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ____ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). ____ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). X (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (July 2013) (31 U.S.C. 3332). ____ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (July 2013) (31 U.S.C. 3332). ____ (52) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). ____ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ____ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). ____ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) _____(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). _____ (2) 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). _____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). _____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). _____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (MAY 2014) (41 U.S.C. chapter 67). _____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). ` _____ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (MAY 2014) (42 U.S.C. 1792). _____ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records--Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (MAY 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (JUL 2014) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) _____ (A) 52.222-50, Combating Trafficking in Persons (March 2, 2015) (22 U.S.C. chapter 78 and E.O. 13627). _____ (B) Alternate I (March 2, 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Aug 2013). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (E.O. 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): www.acquisition.gov/far www.farsite.hill.af.mil Performance Work Statement (PWS) General Overview: The ERDC Geospatial Research Laboratory (GRL) has requested the renovation of Suite 704 (VTC Conversion) of building 2592 (the CUDE building), of the Humphreys Engineer Center at 7701 Telegraph Road, Alexandria, Virginia 22315. The renovation of this workspace is required to meet dedicated VTC requirements for this current conferencing area. A.1 The Contractor will provide all labor and material to complete specified scope. A.2 A site visit will be required for accurate pricing. THE SITE VISIT FOR ALL INTERESTED PARTIES IS SCHEDULED FOR 27 AUGUST AT 1000 EDT. Technical point of contact for questions or project visit is Patrick Strong (patrick.d.strong@usace.army.mil), Ph: 703-428-6350, room 2D06 in building 2593. Vendor must call beforehand to arrange visit. Contractual POC is Randy Force, HECSA Contracting Office, 703-428-7390. The period of performance should not exceed 45 days from date of award. Performance of Work: B.1.1 Suite 704 requires the following modifications: B.1.1.A Contractor shall demo existing sound panels from all walls. Remove existing wire mold throughout the room. Contractor shall install 12 new 110/120v dual outlets (two sets behind the new wall, and one 30 amp circuit, the remaining in the main portion of the conference room (placement TBD by COR)). B.1.1.B Contractor shall cut out wall to accept new 3/0 x 7/0 door unit. Furnish and install 1 new 3/0 x 7/0 core filled wooden door. Contractor shall furnish and install new hardware on door unit to match existing doors as close as possible. B.1.1.C Contractor shall furnish and install new metal studs, roxul sound insulation and drywall video wall. Furnish and install new sound panels on all walls in conference room and back side of video wall only. (Approximately 1,100sf) (Color TBD). B.1.1.D Contractor shall provide one (1) Millennium Racetrack Conference table, Veneer 120X48 with: (A) Two (2) half drum base with wire management access door & round drum base for center support with wire management access door. (B) One (1) Basic Multimedia module for table with glass lid: one (1) RJ11, one (1) RJ45, one (1) 3.5 mm mini, (1) VGA type 15 pin HD, and two (2) AC power ports. B.1.1.E Contractor shall provide 12 Viper high back chairs, adjustable lumbar support on mesh back. Adjustable arms, breathable fabric seat (all black) and 12 Strata mesh back, upholstered seat guest chairs with arms and either sled or straight leg base. B.1.1.F Contractor shall Furnish and install wiring for the new conference table. B.1.1.G Contractor shall tape, block, skim and make paint ready. Paint new door units to match existing as close as possible. Patch Owner furnished Carpet where new door was installed. Furnish and install new cove base. (Color TBD). B.1.1.H Contractor shall perform all work at building 2592. All contractor personnel are required to pass a local background check. B.1.1.I Contractor shall perform this service IAW EM 385-1-1, US Army Corps of Engineers Safety and Health Requirements Manual, National Electric Code (NEC) and, 28 CFR Part 36 and Public Law 101-336 -Americans with Disabilities Act (ADA). B.1.1.J. Contractor shall not leave any areas in an unsafe manner and shall remove debris from the complex on a daily basis. B.1.1.K Contractor shall verify measurements and site conditions. Contractor shall provide submittals (and be approved by the technical POC) for all equipment and materials prior to purchase. B.1.1.L Any Government property damaged by contractor shall be repaired to a condition acceptable to the Government at no additional cost to the Government. B.1.1.M. All work shall be performed during prime business hours (after 5:00pm and weekends) and shall be coordinated with the P.O.C. This work may be required to be done during stages and not all at one single time. B.1.1.N All work shall be done in a professional workman like manner. B.1.1.O All work performed shall not be accepted until 100 % complete and operational to the satisfaction of the technical POC (Patrick Strong). The contractor shall remove all trash, cove base and any other debris materials from the facility and installation on a daily basis. General Security Requirements: C.1 All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at. C.2 All contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. C.3 The contractor and all associated sub-contractors shall brief all employees on the local iWATCH, Corps Watch, or See Something, Say Something program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after contract award. C.4 All contract employees, including subcontractor employees who are not in possession of the appropriate security clearance, will be escorted in areas where they may be exposed to classified and/or sensitive materials and/or sensitive or restricted areas. C.4 All new contractor employees will complete Level I OPSEC Training within 30 calendar days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC awareness training. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training. OPSEC awareness training is available at the following websites: https://www.iad.gov/ ioss/ or http://www.cdse.edu/catalog/operations-security.html; or it can be provided by the RA OPSEC Officer in presentation form which will be documented via memorandum. C.5 The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award. *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. Local Security Policy: D.1 All contractor employees who require physical access to government controlled facilities or logical access to government information and or information systems are subject to a fitness determination and appropriate vetting. To assist in the vetting process, the contractor must submit a notice of visit form for each employee who will perform work on the contract, including at the minimum, the name, social security number and date of birth of each employee performing work on the contract that need physical and or logical access. D.2 Documents containing personally identifiable information may only be submitted via encrypted email, by first class mail or it may be hand carried to the security office. Notice of visits must be submitted through the government contracting officer representative (COR) or technical representative who will deliver them to the security office. All notice of visits must be received three business days in advance of the contractor reporting for work. D.3 The contractor will work through the COR or technical representative for the contract who will serve as the liaison between the security office and the contractor. Contractor employees who are not sponsored by a government employee will not be granted access to any facilities under HECSA control nor will HECSA security approve logical access to information systems if a notice of visit containing either the DOD ID number or the social security number is not provided to the security office. D.4 Contractor personnel who do not require a common access card may be granted physical access based on favorable results of an NCIC III records check. Contractors who need a common access card must have the minimum of a favorably adjudicated NACI. If no investigation is on file the CAC will not be issued until a favorable FBI fingerprints check is received by the security office and the NACI has been initiated in PSIP. HECSA Security will initiate all NACI investigations. Contractors who require access to classified information must be performing work on a classified contract and the contract company is responsible for initiating all required investigations for the appropriate security clearance. D.5 If an employee has been the subject of a previous favorably adjudicated investigation, it may be reciprocally accepted if there has not been a two year break in service and there is no presence of new and potentially unfavorable information that casts doubt about the subject's suitability. When a background check is reciprocally accepted but is more than 5 years old, the security office may initiate an NCIC III check to ensure no new unfavorable information exists. D.6 Contractor employees whose access to classified information has been suspended or revoked will not be authorized logical access to government information systems IAW AR 25-2 paragraph 4-14 b (2) until that investigation is favorably adjudicated. These personnel will also not be allowed unescorted access to government facilities until the investigation has been favorably adjudicated by the Command Security Manager. OPM Final Credentialing Standards allow agencies to deny a CAC or PIV card to any individual who has had their access to classified information denied or revoked. Further due process is not required in these situations. The contractor must provide employees who can be cleared to perform work and must immediately provide replacement employees for those who cannot be cleared. Accident Prevention and Requirements: F.1 In performing this contract, the contractor shall provide for protecting the lives and health of employees and other persons; preventing damage to property, materials, supplies and equipment; and avoiding work interruptions. For these purposes, the Contractor shall: (1) Comply with all pertinent provisions of the most recent version of U.S. Army Corps of Engineers Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the solicitation and available at: http://www.publications.usace.army.mil/Portals/76/Publications/EngineerManuals/EM_385-1-1_2008Sep_Consolidated_2011Aug.pdf ; (2) Provide appropriate safety personal protection equipment (steel toe safety boots, eye protection, hearing protection, reflective vests, etc) as required by the Position Hazard Analysis; (2)Comply with the standards issued by the Secretary of Labor in 29 CFR Part 1910 and or 29 CFR Part 1926; (3)Safeguard the public and Government personnel, property, materials, supplies, and (4)equipment exposed to Contractor operations and activities; (5)Avoid interruptions of Government operations and delays in project completion dates, and; (6) Control costs in the performance of this contract. F.2 Additionally, for these purposes on contracts for construction or dismantling, demolition, or removal of improvements, the Contractor shall also -- (1) Provide appropriate safety barricades, signs, and signal lights, and; (2) Ensure that any additional measures the Contracting Officer determines to be reasonably necessary for the purposes are taken. F.3 Whenever the Contracting Officer becomes aware of any noncompliance with these requirements or any condition which poses a serious or imminent danger to the health or safety of the public or Government personnel, the Contracting Officer shall notify the Contractor orally, with written confirmation, and request immediate initiation of corrective action. This notice, when delivered to the Contractor or the Contractor's representative at the work site, shall be deemed sufficient notice of the noncompliance and that corrective action is required. After receiving the notice, the Contractor shall immediately take corrective action. If the Contractor fails or refuses to promptly take corrective action, the Contracting Officer may issue an order stopping all or part of the work until satisfactory corrective action has been taken. The Contractor shall not be entitled to any equitable adjustment of the contract price or extension of the performance schedule on any Stop-Work Order issued under this clause. F.4 The Contractor shall require any/all subcontractors to comply with these safety requirements. F.5 After receipt of a notice of award, the Contractor will: (1) Submit in writing (within 10 working days) a proposal for effectuating this provision for accident prevention. The plan shall include an analysis of the significant hazards to life, limb, and property inherent in the contract work performance and a plan for controlling these hazards. (2) The plan, which will be reviewed by the Humphreys Engineer Center Support Activity, Safety and Occupational Health Office shall include but not be limited to the following: (a) Identification and signature of on-site contractor safety officer. (b) Identification and telephone numbers of medical emergency facilities. (c) Medical emergency response procedures (what to do in a medical emergency). (d) Plans for initial safety indoctrination and continuing safety training for employees. (e) Hazard analysis and abatement. (f) Personal protective equipment. (g) Procedures to be used for accident reporting and investigating. (h) Criteria for reprimand due to willful negligence towards safety standards. (3) Meet in conference with representatives of the Contracting Officer to discuss and develop mutual understanding relative to administration of the overall safety program. QUALITY ASSURANCE SURVEILLANCE PLAN 1. INTRODUCTION 1.1. This Quality Assurance Surveillance Plan (QASP) has been developed and designed by the Contracting Officer's Representative (COR) at Humphreys Engineer Center Support Activity for a project to retrofit the VTC suite in room 704 of in Building 2592. The contract PRC # is W802Y951604835. This Contract is administered by the office of U.S. Army Corps of Engineers, National Contracting Organization (NCO) located in building 2593 at the Humphreys Engineer Center, 7701 Telegraph Road, Alexandria, VA 22315. This surveillance plan is site-specific and is designed to provide monitoring, inspecting and reporting of all the contractors' activities during the duration of this project to retrofit the VTC suite in room 704 of in Building 2592. 1.2.A combination of methods for inspection will be used. They are: a.Daily Site visits b.100% Inspection c.Scheduled Observations d.Unscheduled Observations 1.3.The objective of this Surveillance Plan is to evaluate how the retrofit the VTC suite in room 704 of in Building 2592 will be performed by the contractor and to help ensure compliance with PWS specifications etc. 2. SAMPLING PROCEDURES 2.1. This Surveillance Plan, Daily Site Visits as required, 100% Inspection, Scheduled Observations and Unscheduled Observations as methods of inspection. 2.2. Daily site visits and 100% Inspection will be the primary method used to evaluate the contractor compliance with the PWS. Using this method of inspection, all phases of the service or requirement are monitored for evaluation. Such performance requirements cover equipment and practices deemed critical for meeting the specifications within the PWS and ensuring code compliance etc. 2.3. Scheduled Observations will be inspections previously scheduled and coordinated with the contractor's site supervisor. These Scheduled Observations will include but not be limited to, daily site visits, random inspections prior to completion of daily tasks. 2.4. Unscheduled Observations will be conducted by the COR at random. These unscheduled observations will include but not be limited to, unannounced visits to the work area. Any discrepancies detected during the course of the surveillance, even if not of sufficient degree to render the service unsatisfactory for the purpose of payment deductions, will require corrective action by the contractor. The COR will notify the contractor's site supervisor of the deficiency as soon as it is found. If the deficiency is not corrected in what the COR deems to be a timely manner, the COR will notify the Contracting Officer, in writing, for disposition. 2.5. Surveillance documentation and reports prepared by the COR will be maintained in the COR file. The COR file will also contain a copy of the contract, all contract amendments, modifications, surveillance reports, DA Forms and other documentation required by the Contracting Officer. 3.0 INSPECTION LEVELS 3.1 Not Used 4.0 SURVEILLANCE FORMS 4.1 This Quality Assurance Surveillance Plan uses written notes/documentation of the daily site visits etc. These notes will provide the following information as required. a.Title of required service being inspected. b.Identifier of each observation. c.Date and time of each observation. d.Whether or not the performance was satisfactory. e.A place for the contractor's site supervisor to sign. 4.2 These Quality Assurance Forms will further substantiate the government's position in the event that the Government seeks monetary deduction from the contractor for poor performance. 5.0 CONTRACT DEFICIENCY REPORT 5.1 If any inspection results identify any deficiency(s) the services will be considered unsatisfactory for the particular requirement under surveillance. If the government action or lack of action caused the unsatisfactory performance, the defects will not be counted. A memorandum will be prepared by the COR explaining the government's action and submitted with the monthly report to the Contracting Officer. 5.2 Unsatisfactory contract performance will be reported on DA Form 5479-R, Contract Discrepancy Report (CDR). This form is used to notify the contractor of discrepancies found by the COR. This is the method used to allow the contractor to reply and demonstrate how the discrepancy will be corrected and prevent any reoccurrence during future inspections. If unsatisfactory performance occurs in an area based on the COR's inspections, the contractor will be given a CDR. This completed and signed CDR along with the supporting Documentation will be forwarded to the Contracting Officer for disposition. A copy will be maintained in the COR file. SECTION 2 QUALITY ASSURANCE SURVEILLANCE PLAN FOR: Retrofit VTC suite room 704 of in Building 2592 I. Methodology for Daily site visits and 100 % Inspection of the Contractor's Quality Control Plan. At the end of each week, the COR, in the presence of the Contractors site supervisor, will discuss the notes from the weeks site visits with the contractors representative. CONTRACT: Retrofit VTC suite room 704 of in Building 2592 CONTRACT NUMBER: PRC# W802Y951604835 CONTRACT REQUIREMENT: Retrofit VTC suite SITE: Humphreys Engineer Center, building 2592, Room 704 MONTH-YEAR REPORTED: 1.Sampling Procedure Used: Daily and 100%, Scheduled Observations and Unscheduled Observations 2.Level of Inspection: Normal 3.Acceptable Quality Level: 100% 4.Date of Observation: 5. Signatures: a) COR: b) Contractor Site Supervisor:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-15-T-0022/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN03865977-W 20150903/150901235933-5d5ffe92e5281696ad16ca5035149b72 (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.