NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC 9324 VIRGINIA AVENUE NORFOLK, VIRGINIA

Size: px
Start display at page:

Download "NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC 9324 VIRGINIA AVENUE NORFOLK, VIRGINIA"

Transcription

1 NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC 9324 VIRGINIA AVENUE NORFOLK, VIRGINIA DESIGN-BUILD (DB)/DESIGN-BID-BUILD (DBB), INDEFINITE DELIVERY/INDEFINITE QUANTITY (IDIQ) MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) FOR NEW CONSTRUCTION, RENOVATION, ALTERATION, AND REPAIRS FOR GENERAL CONSTRUCTION PROJECTS IN THE HAMPTON ROADS INTEGRATED PRODUCT TEAM (IPT) AREA OF RESPONSIBILITY (AOR) N D0357 Ashford-Leebcor JV 430 McLaws Circle, Suite 201 Williamsburg, VA POC: Susan Schmidt Phone: N D0358 Civil Works Contracting, LLC 3329 Wrightsville Ave, Suite C Wilmington, NC POC: Christopher D. Scerri Phone: x104 cscerri@civilworkscontracting.com N D0359 The Green-Simmons Company, Inc North W Street Pensacola, FL POC: Nathan Green Phone: Nathan@green-simmons.com N D0360 Rand Enterprises, Inc th Street, Suite 101 Newport News, VA POC: Randy Biagas Phone: Randy.biagas@rei-va.com N D0361 Smart-ATI-KMK JV 16 Whitehall Rd. Ste 6 Rochester, NH POC: Lori Smart Phone: lori@smartati.com N D0362 Tikigaq Construction, LLC 3151 Hamilton Blvd, Suite C Theodore, AL POC: Stephen B. Christensen, Steve Fields Phone: s: schristensen@tikigaq.com; sfields@tikigaq.com Page 1

2 GENERAL REQUIREMENTS NAVFAC Solicitation No.: N R-0006 NAVFAC Specification Work Order No.: NAVFAC Drawing Numbers: DRAWINGS 12,760,399 12,760, 413 ( 15 pages) Title: DEMOLISH AUX BUILDING 0-26, NAVAL STATION NORFOLK, NORFOLK, VIRGINIA Location of the work: BUILDING O-26, Naval Station Norfolk, Norfolk, VA Description of the work: The work includes the demolition and new work in Rooms 111 and 112 in Building O-26. Demolition work includes the demolition of CMU partition wall (partial demolition), mechanical boiler, steel platforms and stairs, steel framed pit infills, welding hood, various utilities and incidental related work. New work includes repairs and infill to CMU partition wall, installing overhead coiling roll-up door, concrete pit infills (sand and concrete slabs), various utilities, and incidental related work. Time for completion: 150 Calendar Days Estimated Cost Range: Between $250, and $500, Wage Requirement Construction: General Decision (Building) VA Dated 08 Sept 2017, W (4) Modifications Liquidated damages: In reference to FAR Clause Liquidated damages- Construction (SEP 2000)- Liquidated damages shall be $ per Calendar Day. Special scheduling: Section Work Restrictions; 1.2 Special Scheduling Requirements Utilities: Government will not funish utilities for the work to be performed under this contract IAW FAC (JUN 1994). Government utility costs will be charged to the Contractor. Record Shop Drawings: IAW FAR , SPECIFICATIONS AND DRAWINGS FOR CONSTRUCTION (FEB 1997), record shop drawings are required and reproducible copies are not required. Basis for Award: Low Price Proposal Acceptance Period: 120 days from receipt of offers. Site Visit: 9:30 a.m. EST on Wednesday, 22 November Please meet at Building O-26 Naval Station Norfolk, Norfolk, Virigina. Personnel attending the meeting that require a base Page 2

3 pass shall submit the below information by 12:00 noon EST, 13 November Using the link below, enter your data into the spreadsheet, and spread sheet to ContractorVerificationSystem/index.htm 1. Start Date and End Date 2. Social Security Number 3. First, middle and last name 4. Date of birth 5. Company Bond Requirements: A bid bond in the amount of 20% of the proposal price is required with proposal submission not to exceed $3,000, IAW FAC NOTICE OF BONDING REQUIREMENTS (DEC 2000), Performance and Payment Bonds are required from the contract task order awardee ten (10) calendar days after date of award. Proposal Due Date: Thursday, 07 December :00 PM (EST) Mailing Address: NAVFAC MID-ATLANTIC PWD FEAD NORFOLK Attn: Kristen Janoscak Contract Specialist, Bldg A Virginia Avenue Norfolk, VA Handcarried Address: NAVFAC MID-ATLANTIC 9742 Maryland Avenue Building A-81, Suite 201 Norfolk, VA Requests for Information (RFIs): RFIs must be submitted in writing to kristen.janoscak@navy.mil. The cut off for RFIs are Wednesday, 29 November 2017 by 3:00 PM EST in order to process all inquiries by the proposal due date. Attachments will be posted on NECO: Attachments: NAVFAC Specificatios Work Order No.: NAVFAC Drawing Numbers: DRAWINGS 12,760, ,760, 413 ( 15 pages) EVALUATION FACTORS FOR AWARD The Proposed Task Order will be awarded to the responsible offeror offering the LOWEST PRICE to the Government. The Government shall evaluate each offeror on the following criteria: Page 3

4 PRICE A. Price Submission: 1. Offeror shall submit one (1) three ring binder with the following : A. Basis of Evaluation: Price Proposal form and Amendments Acknowledged Copy of Representation and Certifications from ORCA Bid Bond Include a cover page with Solicitation Number, Solicitation Title, Prime Contractor Name, Address, Phone Number, Fax Number, DUNS, Cage Code, Point of Contact, phone number and address. To make a determnation of lowest price, the Government shall evaluate each offeror on the following criteria: 1. The Government will evaluate price based on the total price, including Options. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price: EVALUATION a. Comparison of proposed prices received in response to the RFP. b. Comparison of proposed prices with the Independent Government Cost Estimate (IGCE). c. Comparison of proposed prices with available historical information. d. Comparison of market survey results. 1. The Govermnent reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the contract and to award the contract to the offeror submitting the lowest price acceptable proposal. 2. The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR (a)). The government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range. 3. From all proposals deemed eligible for award, the lowest price will be chosen. Page 4

5 PRICE PROPOSAL FORM BUILDING O 26 DEMOLISH AUX BOILER CLIN 0001AA QUANTITY UNIT UNIT PRICE TOTAL PRICE 0001AB 100 EA 0001AC 500 LF 0001AD 500 LF 0001AE 600 SF TOTAL FOR CLIN 0001AA THRU 0001AE Page 5

6 DOCUMENT SUPPLEMENTARY INSTRUCTIONS TO OFFERORS 02/14 PART 1 GENERAL 1.1 CONTRACT LINE ITEMS The terms Offeror and Bidder and versions thereof (offer/bid) have the same definition as used within this contract. Provide the Contract Line Item (CLIN) lump sum price for the following items: CLIN BASE PRICE. Price includes the following: CLIN0001AA. Price for the entire work in accordance with the drawings and specifications, but excluding work described in Contract Line Item (CLIN)0001AB thru 0001AE. CLIN DESCRIPTION TOTAL PRICE FOR CLIN 0001AA 0001AA All work complete in accordance with the drawings and specifications, but excluding work described in Contract Line Item (CLIN) 0001AB thru 0001AE. $ The quantities in CLIN 0001AB thru CLIN 0001AE are above and beyond those indicated in the contract drawings. These items will only be performed at the direction of the Contracting Officer. Page 6

7 CLIN0001AB. Price for the removal and disposal of unidentified asbestos containing pipe elbow insulation in accordance with the following schedule: CLIN ITEM UNIT UNIT PRICE 0001AB Removal and Disposal of unidentified asbestos containing pipe elbow insulation Each $ 100 $ NO. UNITS TOTAL PRICE FOR CLIN 0001AB (UNIT PRICE X NO. UNITS) CLIN0001AC. Price for the removal and disposal of unidentified asbestos containing pipe insulation up to 4" diameter in accordance with the following schedule: CLIN ITEM UNIT UNIT PRICE 0001AC Removal and Disposal of unidentified asbestos containing pipe insulation up to 4" diameter Linear Feet NO. UNIT S $ 500 $ TOTAL PRICE FOR CLIN 0001AC (UNIT PRICE X NO. UNITS) CLIN0001AD. Price for the removal and disposal of unidentified asbestos containing pipe insulation 4" to 8" diameter in accordance with the following schedule: CLIN ITEM UNIT UNIT PRICE 0001AD Removal and Disposal of unidentified asbestos containing pipe insulation 4" to 8" diameter Linear Feet NO. UNIT S $ 500 $ TOTAL PRICE FOR CLIN 0001AD (UNIT PRICE X NO. UNITS) Page 7

8 CLIN0001AE. Price for the removal and disposal of unidentified asbestos containing duct insulation in accordance with the following schedule: CLIN ITEM UNIT UNIT PRIC E 0001AE Removal and Disposal of unidentified asbestos containing duct insulation Square Feet NO. UNITS $ 600 $ TOTAL PRICE FOR CLIN 0001AE (UNIT PRICE X NO. UNITS) TOTAL SUM FOR CLIN 0001AA - CLIN 0001AE $ 1.1 GENERAL BID NOTES a. Award will be made on the total sum of Contract Line Items 0001AA thru 0001AE. For CLINs 0001AB thru 0001AE, enter unit prices and extended totals in spaces provided. If there is a difference between a unit price and the extended total, the unit price will be held to be the intended bid and the total recomputed accordingly.if an Offeror provides a total but fails to enter a unit price, the total divided by the specified quantity will be held to be the intended unit price. PART 2 PRODUCTS Not used. PART 3 EXECUTION Not used. -- End of Document -- Page 8

9 CONTRACT LINE ITEM NOTES General 1. The lump sum price above shall be deemed to include all costs required for the specified work, completed in accordance with the drawings and specifications, including all labor, materials, equipment, tools, management, supervision, disposal and related items. 2. The Government may reject an offer as nonresponsive if it is materially unbalanced as to prices for the basic requirement and the option quantities. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. 3. In the event there is a difference between a unit price and the extended total, the unit price will be held to be the intended bid. If the bidder shows only the total price but fails to enter a unit price, the total divided by the estimated quantity will be held to be the intended unit price. AMENDMENTS ACKNOWLEDGED Amendment No. Date Amendment No. Date Amendment No. Date New DFARS Clause provided and acknowledged: Representation Relating to Compensation of Former DoD Officials. As prescribed in (b), insert the following provision: REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. "Covered DoD official" is defined in the clause at , Requirements Relating to Compensation of Former DoD Officials. Page 9

10 (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C , and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation Acknowledged By: Contractor Name: Signature: Page 10

11 General Decision Number: VA /08/2017 VA171 Superseded General Decision Number: VA State: Virginia Construction Type: Building County: Norfolk* County in Virginia. * INDEPENDENT CITY OF NORFOLK BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.20 for calendar year 2017 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.20 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at Modification Number Publication Date 0 01/06/ /27/ /07/ /26/ /08/2017 ASBE /01/2016 ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)...$ Page 11

12 BOIL /01/2017 BOILERMAKER...$ BRVA /01/2016 BRICKLAYER...$ ELEC /01/2016 ELECTRICIAN (Includes Low Voltage Wiring and Alarm Installation)...$ %+5.55+a a. Workmen shall take off 2 hours with pay, at the discretion of the employer, on State and National Election days; Tuesday following the first Monday in November, provided they are qualified and vote. ELEV /01/2017 ELEVATOR MECHANIC...$ a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day and Christmas Day. b. VACATIONS: 6% men under 5 years based on regular hourly rate and 8% men over 5 years based on regular hourly rate for all hours worked. ENGI /01/2013 POWER EQUIPMENT OPERATOR Page 12

13 Cranes 90 tons & over capacity; Tower & Climbing Cranes with Controls 100 ft. above ground...$ %+8.15 Cranes under 90 tons...$ %+8.15 * IRON /01/2017 IRONWORKER, STRUCTURAL AND ORNAMENTAL...$ * IRON /01/2017 IRONWORKER, RIGGER...$ PLUM /01/2016 PIPEFITTER (Includes HVAC Pipe, Unit and Temperature Controls Installations)...$ PLUM /01/2016 PLUMBER...$ SUVA /11/2016 CARPENTER, Includes Acoustical Ceiling Installation, Drywall Hanging, and Form Work...$ CAULKER...$ CEMENT MASON/CONCRETE FINISHER...$ GLAZIER...$ Page 13

14 IRONWORKER, REINFORCING...$ LABORER: Mason Tender - Brick...$ LABORER: Mason Tender - Cement/Concrete...$ LABORER: Pipelayer...$ LABORER: Common or General, Including Demolition...$ OPERATOR: Backhoe/Excavator/Trackhoe...$ OPERATOR: Bobcat/Skid Steer/Skid Loader...$ OPERATOR: Bulldozer...$ OPERATOR: Forklift...$ OPERATOR: Loader...$ OPERATOR: Roller...$ PAINTER (Brush and Roller)...$ PAINTER: Spray...$ ROOFER...$ SHEET METAL WORKER, Includes HVAC Duct Installation...$ SPRINKLER FITTER (Fire Sprinklers)...$ TILE FINISHER...$ TILE SETTER...$ TRUCK DRIVER: Dump Truck...$ WELDERS - Receive rate prescribed for craft performing Page 14

15 operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM /01/2014. PLUM is an abbreviation identifier of Page 15

16 the union which prevailed in the survey for this classification, which in this example would be Plumbers indicates the local union number or district council number where applicable, i.e., Plumbers Local The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA /13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH /29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current Page 16

17 negotiated/cba rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC The request should be accompanied by a full statement of the Page 17

18 interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC ) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Page 18