ebook img

design-build f-35 flight simulator nellis air force base clark county, nevada PDF

936 Pages·2009·8.35 MB·English
by  
Save to my drive
Quick download
Download
Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.

Preview design-build f-35 flight simulator nellis air force base clark county, nevada

RFP NO.: WSPLUR-10-R-0010 U.S. ARMY CORPS OF ENGINEERS LOS ANGELES DISTRICT DESIGN-BUILD F-35 FLIGHT SIMULATOR NELLIS AIR FORCE BASE CLARK COUNTY, NEVADA CONSTRUCTION SOLICITATION AND SPECIFICATIONS SMALL BUSINESS SET-ASIDE MATOC REQUEST FOR PROPOSAL - BEST VALUE, LOWEST PRICED TECHNICALLY ACCEPTABLE (LPTA) NOVEMBER 2010 TABLE OF CONTENTS 001 Cover Sheet 002 Table of Contents 003 RFP Letter 004 Bidders Notes 005 Section 00100 006 Section 00110 007 Section 00120 008 Section 00800 009 General Wage Decision 010 ATTACHMENTS: 1 Not Used 2 Not Used 3 Not Used 4 Contractor Prepared As-Builts 5 MILCON Project Closeout 6 Drawing List 7 Drawing Format 8 Nellis AFB Requirements/Guidance for Construction Projects 9 Geotechnical Report 10 Fire Hydrant Flow Test 11 Nellis AFB Communication Specifications 12 LEED ™ Policy Letter 13 As-Built Drawings for Construction Project at Adjacent Site (For Information )nly) 014 TECHNICAL SPECIFICATIONS 01 00 00 General Requirements 01 10 10 Specific Technical Engineering and Design Criteria 01 10 11 Functional Design Criteria For Site Electrical Requirements 01 10 12 Design After Award 01 12 05 Interface with Other Work 01 32 01.00 10 Project Schedule 01 33 00 Submittal Procedures 01 33 01 Mechanical Room Layout and Coordination 01 33 29 LEED (TM) Documentation 01 35 26 Governmental Safety Requirements 01 42 00 Sources for Reference Publications 01 45 00.00 10 Quality Control 01 45 00.10 10 Quality Control System (QCS) 01 50 02.00 10 Temporary Construction Facilities 01 57 20.00 10 Environment Protection 01 57 23 Temporary Storm Water Pollution Control 01 78 00 Closeout Submittals 01 78 23 Operation and Maintenance Data Titles shown in GRAY shall be provided at Advertising Time. DEPARTMENT OF THE ARMY LOS ANGELES DISTRICT, CORPS OF ENGINEERS P.O. BOX 532711 LOS ANGELES, CA 90053-2325 Fax (213) 452-4184 CESPL-CT-E Los Angeles District SUBJECT: Request for Proposals, Design and Construction of FY11Flight Simulator Facility at Nellis Air Force Base, Nevada ECC RMA LLC Glen Sweatt 1240 Bayshore HWY Burlingame, CA 94010-1805 TEL: 650-347-1555 SOLPAC, INC. Stephen W. Thompson 2424 CONGRESS ST San Diego, CA 92110-2863 TEL: 619.296.6247 SWINERTON BUILDERS Don Adair 17140 Bernardo Center Dr., Suite 216 San Diego, CA 92128-2088 TEL: 858-622-4040 STRAUB CONSTRUCTION, INC. Richard Straub 202 W College, Suite 201 Fallbrook, CA 92028-2969 TEL: 760/723-3533 Gentlemen: Reference is made to your Design-Build Construction Multiple Award Contract for the U.S. Army Corps of Engineers, Los Angeles District. Enclosed is Request for Proposal WSPLUR-10-R-0010. Please submit a proposal for the requested work not later than 2:00 p.m. on 16 December 2010 in accordance with this Request for Proposal. Envelopes containing your proposal must be sealed, marked and addressed as follows. Your proposal may be mailed or hand-carried to this address: Department of the Army U.S. Army Engineer District, Los Angeles District ATTN: Contracting Division C/O: Sandy Oquita 915 Wilshire Boulevard, Suite 1025 Los Angeles, CA 90017 Please see Special Instructions pertaining to hand-carried offers in Section 00100 of the Request for Proposal. Offerors must complete the information on the enclosed Acknowledgement Sheet and acknowledge all amendments and must submit it with the price proposal. Your proposal should indicate the price for each required line item in the Price Schedule. Notwithstanding any other provisions of the solicitation, the award will be based on Lowest Price Technically Acceptable procedures. If you have any questions concerning this Request for Proposal, please contact Sandy Oquita at (213) 452-3249. Sandra F. Oliver-Hall Contracting Officer Enclosure As Stated ACKNOWLEDGEMENT SHEET The following information must be completed by the offeror and submitted with the proposal. Block No. 1. Name and Address of Contractor __________________________________________________ __________________________________________________ __________________________________________________ Block No. 2 Telephone Number:____________________ Block No. 3. Contract No.:_________________________ Block No. 4. Title Of Project:_______________________________________ Block No. 5. Name and Title of Person Authorized to sign offer: ________________________________________________________ Signature:______________________________________________ Block No. 6. Offer Date:__________________________ Block No. 7. Amendments (Number and Date of Acknowledgement) No.:______________ Date:________________ No.:______________ Date:________________ No.:______________ Date:________________ No.:______________ Date:________________ Block No. 8. The Offeror hereby agrees to perform the work at the prices specified in strict accordance with the terms and conditions of the RFP/Solicitation and any resulting Task Order, if the offer is accepted in writing within ______ calendar days after the offers are due. (Insert any number equal to or greater than the minimum requirement of 90 days. Failure to insert any number means the Offeror accepts the minimum period stated. Offers providing less than 90 Calendar days for Government acceptance after the date offers are due Will Not be considered and will be rejected. SECTION 00010- BIDDERS NOTES 1. EVALUATION: The Government intends to issue a task order resulting from the Request for Proposal (RFP) to the responsible Offeror whose proposal represents the Best Value to the Government by using the Lowest Price Technically Acceptable procedure as described in Sections 00110 and 00120. This process permits the Government to award the contract to an offeror determined to be technically acceptable with the lowest evaluated price. 2. Award of all Base Bid and Options Items will be made to one offeror. Prices must be submitted on all individual items of the Price Schedules. Offeror must propose on all items. Failure to do so may cause the proposal to be determined unacceptable. 3. Performance Period: The Offeror shall complete and propose on all Base Bid and Options items in the Price Schedule to correspond with the completion time in calendar days after receipt of Notice To Proceed (NTP) as specified in Section 00800, Special Contract Requirements, Clause 52.211-10, Commencement, Prosecution and Completion of Work. 4. All extensions of the unit prices shown will be subject to verification by the Government. In case of variation between the unit price and the extension, the unit price will be considered to be the offered amount. 5. If a modification to a price is submitted which provides for a lump sum adjustment to the total amount, the application of the lump sum adjustment to each item in the Price Schedule must be stated. If it is not stated, the offeror agrees that the lump sum adjustment shall be applied on a pro rata basis to every item in the Price Schedule. 6. The Offeror shall distribute his indirect costs (overhead, profit, bond, etc.,) over all items in the Price Schedule. The Government will review submitted Price Schedule for any unbalancing of the items. Any submitted Price Schedule determined to be unbalanced may cause the bidder to be ineligible for contract award. 7. The Lump Sum (LS) line items are not “estimated quantity” line items and therefore are not subject to the Variation in Quantity contract clause. 8. For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies found on the face of the Price Schedule as submitted by the offeror: a. Obviously misplaced decimal points will be corrected; b. In case of discrepancy between the unit price and the extended price, the unit price will govern; c. Apparent errors in extensions of unit prices will be corrected; d. Apparent errors in addition of lump sum and extended prices will be corrected. 9. The Contract Clause 52.232-27, "Prompt Payment for Construction Contracts" requires that the name and address of the contractor official, to whom payment is to be sent, be the same as that in the contract or in a proper Notice of Assignment. 10. Payment of Electronic Funds Transfer (EFT) is the mandatory method of payment. The Contractors attention is directed to Contract Clause No. 52.232-33 "Mandatory Information for Electronic Funds Transfer" located in Section 00800. 11. PROGRESS PAYMENT REQUESTS made by the Contractor pursuant to the provisions of Contract Clause, PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS, shall be submitted on ENG FORM 93 to the administration office as designated in Block 26, Standard Form 1442 Back, Solicitation, Offer and Award. ENG FORM 93 shall be submitted to that office on the 20th day of each month in appropriate form and certified. Photocopies of the form shall be furnished on that same date to the Corps of Engineers offices designated at the Pre-Construction Conference. 12. Principal Contracting Officer. The Contracting Officer who signs this contract will be the Principal Contracting Officer for this contract. However, any Contracting Officer assigned to the Los Angeles District, Contracting Division within his authority, may take formal action on this contract when the Principal Contracting Officer is unavailable and the action needs to be taken. 13. Amounts and prices shall be indicated in either words or figures, NOT BOTH. 14. Offeror is cautioned to check Price Schedule carefully prior to submission. If the Price Schedule contains unit prices, they should be round off to the second decimal point only NOT EXTENDED FURTHER. 15. The Offeror shall furnish all plant, labor, material, equipment, etc., necessary to perform all work in strict accordance with the terms and conditions set forth in the contract in include all attachments thereto. 16. The Congress, in authorizing and funding this contract, has established certain cost limitations for the project. The current authorization for the complete construction of F-35 Flight Simulator, Project Number XXXXX, $XXXXX including Base Bid and all Optional Items. Proposals that exceed these funding limits may be rejected. Submission of desirable additional features exceeding minimum requirements may be considered as long as award can be made within the established funds. 17. The successful offeror grants the options listed in the Price Schedule to the Government and agrees that the options may be exercised any time up to 120 calendar days after NOTICE TO AWARD. No additional time for contract completion will be allowed when an option item is exercised. The given contract completion time was formulated to include time necessary to perform all option work. The time stated for completion shall include final clean-up of the premises. Refer to Section 00800, Contract Clause No. FAR 52.211-10, “Commencement, Prosecution and Completion of Work.” 18. EVALUATION OF 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. Please see FAR Clause 52.217-5, Entitled, “Evaluation of Options (Jul 1990), Section 00800. 19. Contractor is required to fill in CAGE CODE and DUNS NUMBER (Reference Section 00700, entitled “Central Contractor Registration” (Apr 2008) in Block No 15 on Standard Form 1442, Name and Address Block (Cage Code under Cage and DUNS No. under Duns respectively). 20. PLEASE NOTE: The Contractor agrees to attend any Post Award conference convened by the contracting activity or contract administration in accordance with Federal Acquisition Regulation subpart 42.5.0 21. CONTRACTOR PERFORMANCE EVALUATIONS. In accordance with the provisions of Subpart 36.201(Evaluation of Contractor Performance) of the Federal Acquisition Regulation (FAR), construction contractor’s performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Regulation 415-1-17 to fulfill this FAR requirement. For construction contracts awarded at or above $100,000.00, the USACE will evaluate contractor’s performance and prepare a performance report using the Construction Contractor Appraisal Support System (CCASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using CCASS requires specific software, called PKI certification, which is installed on the user’s computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110 - $125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: http://www.cpars.navy.mil/. If the Contractor wishes to participate in the performance evaluation process, access to CCASS and PKI certification is the sole responsibility of the Contractor. 22. PLEASE NOTE: PROSPECTIVE OFFERORS SHOULD SUBMIT CONTRACTING AND TECHNICAL INQUIRIES AND QUESTIONS RELATING TO PROPOSAL PROCEDURES ARE TO BE SUBMITTED VIA BIDDER INQUIRY IN PROJNET AT WWW.PROJNET.ORG.PROJNET REFER TO SECTION 00100, CLAUSE NO. 52.0000-4010, ENTITLED, “INQUIRIES” . CERTIFICATE OF CORPORATE PRINCIPAL 1) IF THE OFFEROR IS A JOINT VENTURE, COMPLETE THE FOLLOWING: ________________________ ________________________ _____________________ (Company Name) (Signature) (Title) ________________________ _______________________ _____________________ (Company Name) (Signature) (Title) _______________________ ________________________ _____________________ (Company Name) (Signature) (Title) 2) IF THE OFFEROR IS PARTNERSHIP, LIST FULL NAME OF ALL PARTNERS: ________________________ ________________________ _____________________ (Company Name) (Signature) (Title) ________________________ ________________________ _____________________ (Company Name) (Signature) (Title) _______________________ ________________________ _____________________ (Company Name) (Signature) (Title) 3) IF THE OFFEROR IS A CORPORATION, THE FOLLOWING CERTIFICATION SHOULD BE COMPLETED: CERTIFICATION AS TO CORPORATE PRINCIPAL I, , certify that I am the Secretary of the corporation named as principal in the within contract; that , who signed the said contract on behalf of the principal, was the of the corporation; that I know his signature and that his signature is genuine; and that said contract was duly signed, sealed and attested for in behalf of said corporation by authority of its governing body. ____________________________________ CORPORATE PRINCIPAL CORPORATE SEAL ___________________________________ SECRETARY (4) IF THE OFFEROR IS A LIMITED LIABILITY COMPANY, LIST FULL NAME OF ALL MANAGERS BELOW. SIGNATURES BY ALL MANAGERS HERE SIGNIFY THAT THAT THE INDIVIDUAL WHO SIGNED THE OFFER IN BLOCK 20B HAS THE AUTHORITY TO BIND THE LIMITED LIABILITY COMPANY. _____________________________ _____________________________ Name Signature _____________________________ _____________________________ Name Signature _____________________________ _____________________________ Name Signature

Description:
Nellis AFB Requirements/Guidance for Construction Projects. 9. Geotechnical Report. 10. Fire Hydrant Flow Test. 11. Nellis AFB Communication
See more

The list of books you might like

Most books are stored in the elastic cloud where traffic is expensive. For this reason, we have a limit on daily download.