The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued.

Similar documents
The PPI log is for informational purposes only. It does not amend the RFP. If a revision to the RFP is required, a formal amendment will be issued.

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

L.20; L.25; L.9; L.12;M.1; K; A]...

TCAQ UNCLASSIFIED. Together, we deliver.

WASHINGTON METROPOLITAN AREA TRANSIT AUTHORITY. Attachment# 1

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

ProjNet: Logged In User

Small Business Participation Goal and Subcontracting Goals

1.1 THE ARCHITECT S SPECIFICATIONS AND DRAWINGS 1.2 THE BIDDING CONTRACTORS

ADDENDUM #2 REQUEST FOR COMPETITIVE SEALED PROPOSALS FOR A GENERAL CONTRACTOR. The University of Texas Health Science Center at San Antonio

Kirk W Buffington, CPFIM, CPPO, C.P.M.,

FA R-0014 FTEV , Alter Area for 19 SOS Sim Parts Storage Bldg Questions & Answers

ADDENDUM #1. The following constitutes Addendum #1 to the above referenced solicitation.

FOR IFB #PC436 Exterior Improvements at Colton Public Housing Complex

Request for Proposals (RFP) Information Technology Independent Verification and Validation RFP No IVV-B ADDENDUM NO.

Proposal Strategies and Subcontracting/Teaming

RFP # for all positions?

ADVERTISEMENT FOR BIDS (AFTER PREQUALIFICATION)

SAMPLE WORK PLAN. 2. Execute subcontractor agreements and gather forms and documentation required from each sub

Addendum No. 2 February 19, 2014 City University Construction Fund Engineering Design Services Requirements Contracts RFQ Project No.

Amendment 01. Issued: August 18, For. RFP 18-KG-0725(BF): Professional Design Services for Douglass Valley Elementary School

2. Clarification: The building address is 801 Henderson Street.

Pre-Proposal Conference

ADDENDUM #1 Construction Support Services for the Water Treatment Plant Project PW

REQUEST FOR PROPOSALS. Construction Manager CM Services Pre-Construction and Construction Services

RFP Restructuring Advisory Committee: Water and Sewer Question and Answer. Question Cut-Off 2/13/17

EAST AFRICA TRADE AND INVESTMENT HUB REQUEST FOR PROPOSALS (RFP) RFP-NAI Payroll & Employee Benefits Management Services

Revised Drawings A, E, and M dated 11/13/18 (that include additional specifications)

TRIAD ENGINEERING CONSULTANTS, INC.

RESPONSES TO QUESTIONS and/or RFI s Date: 26 January 2017

SECTION ADDENDUM NUMBER 1

DoD SBIR/STTR Training

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT SERVICES. For the renovation of existing apartment buildings. August 15, 2016

MAKE THE FOLLOWING ADDITIONS, MODIFICATIONS OR DELETIONS TO THE DRAWINGS AND SPECIFICATIONS:

Section M: Evaluation Factors for Award HQ R LRDR Section M: Evaluation Factors for Award For HQ R-0002

Job Order Contracting (JOC) ITB JE Overview August 2016

REQUEST FOR PROPOSAL: Construction Management at Risk Services Hamilton International Air Cargo Logistics Facility. RFP Components

Request for Proposal. February 6, 2017

MIRACOSTA COLLEGE. [X] MiraCosta College Bid Opportunities Website /FAX

Addendum #02 New County Office Building Responses to RFP Questions

Coaching, Conflict Resolution, Consulting and/or Training Services RFP Questions & Responses to RFP: P.M.

ADDENDUM #001. July 25, 2018 at 2:00 p.m. Eastern Time (E.T.)

Date: October 24, 2018 Comm #: SCO ID #: A Code: Item: 307 Clark Nexsen #: 6958

CITY AND COUNTY OF SAN FRANCISCO MUNICIPAL TRANSPORTATION AGENCY INVITATION FOR BIDS. Presidio Trolley Coach Facility - Presidio Bus Lifts

Clarification No

DOCUMENT BID PROPOSAL

NOTIFICATION OF ADDENDUM ADDENDUM NO. 1 DATED 12/20/2017

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SMALL BUSINESS SUBCONTRACTING PLAN (Template)

WINDOW REPLACEMENT FOR ARCHITECT'S NO NORWOOD ELEMENTARY SCHOOL. A. Project Name: Window Replacement for Norwood Elementary School.

UNC Charlotte Residence Hall Phase XVI Early Site Utilities Package SCO ID: B JPA Project #: 18NCC016

Request for Qualifications (CM at Risk Contract) State of Ohio Standard Forms and Documents

TEXAS TECH UNIVERSITY HEALTH SCIENCES CENTER MEDICAL SCIENCE BUILDING II EARLY GMP SUB SELECTION REQUEST FOR PROPOSAL

Both envelopes must have the following information in the lower left hand corner:

To: All Interested Bidders Re: RFP # 09-X CONTRACTED SYSTEM ADMINISTRATOR FOR THE CHILDREN S SYSTEM OF CARE ADDENDUM #2

REQUEST FOR PROPOSAL (RFP) for the Construction of Base Building Requirements for the new Alaska Gallery exhibit.

SUBJECT: REQUEST FOR QUALIFICATIONS FOR ON-CALL INFORMATION TECHNOLOGY SERVICES

February 1, Tonya Modlin Contracting Specialist Department of Veterans Affairs Spotsylvania Ave, Suite 400 Fredericksburg, VA 22408

Beaverton School District Capital Program Purchasing SW Merlo Road, Beaverton, OR Phone:

Eric Pfister Assistant Director, Technology Procurement

Request for Qualifications (Design-Build Contract) State of Ohio Standard Forms and Documents

Notice: Request for Proposals. RFP Question & Answers #1-35

EXHIBIT A. 1) General:

Solicitation Number: FA B-A001 Project Numbers: RKMF Demo Base Gymnasium & RKMF Demo Pool Facilities.

Amity School District 4J

STUDENT GUIDE. CON 170 Fundamentals of Cost & Price Analysis. Unit 4, Lesson 1 Differences between Cost & Price Analysis

STUDENT GUIDE. CON 170 Fundamentals of Cost & Price Analysis. Unit 4, Lesson 1 Differences between Cost & Price Analysis

UNC Chapel Hill Informal Contracting Guidelines

PROJECT INFORMATION. Project Name: ON-CALL ELECTRICAL CONTRACTORS PROGRAM FOR PROJECTS GREATER THAN $100,000 & LESS THAN $500,000

RFP SA 1804-Recruitment Services. Addendum #2

ADDENDUM NUMBER 1: Portsmouth City Boiler Plant Improvements Project Bid Proposal # Issued: May 23, 2011

CHAPTER 10 FACILITIES EVALUATIONS (PRE-AWARD) SURVEYS PART 1 INTRODUCTION

Please provide the square footage of work and a list of the specific Office and Administrative Custodial Services required?

DALLAS FORT WORTH INTERNATIONAL AIRPORT ADDENDUM NO. 01. Terminal D Expansion Joints Rehabilitation CONTRACT NO

Farmington Public Schools 2015 Bond Issue Bid Package 9- Beechview & Kenbrook Elementary School Remodeling Project Wednesday, January 24, 2018

Addendum 3 publishes and answers questions related to the Request for Qualifications ( RFQ ) issued on November 24, 2014:

ADDENDUM NO. 1 FOR CITY OF CUMMING 900-HP RAW WATER INTAKE PUMP. ADDENDUM DATE: February 10, BID DATE: February 15, 2017, 11:30 a.m.

REQUIRED FORM I - SPECIAL CONDITIONS REGARDING MINORITY AND WOMEN OWNED BUSINESS ENTERPRISES

Think of it as a Business Resume

Let s be Practical- Evaluating RFPs for Key Requirements. Breakout Session Speaker: Brad A. Edwards


March 28, Addendum #4 IFB SA 1713 POTOMAC MILLS T23 WATER TANK REHABILITATION

TABLE OF CONTENTS COVER PAGE 1 NO TABLE OF CONTENTS ADDENDUM ACKNOWLEDGEMENT

Request for Proposal for GC/CM Consultant Services Ferndale School District. Secondary High School GC/CM Program. October 19, 2018

RFP 3512R09 Strategic Consultant Services for the Office of Policy and Public Private Partnerships Addendum 3 Appendix H Questions & Answers

Note #2: Refer to Commercial Permitting Handbook 2016 Denver Building and Fire Code for asbestos regulations.

NAVFAC Northwest. Naval Facilities Engineering Command Southwest INDUSTRY FORUM. Multiple Award Remediation Action Contract (MARAC)

MBE ATTACHMENT -1B WAIVER GUIDANCE

MARYLAND STADIUM AUTHORITY

STATE OF ALASKA RFP NUMBER AMENDMENT NUMBER 1

Attachment 1 Architectural Services

Requests for Information pm Draft for Request for Proposals Sprouts - Shell/Civil Issued on April 25, 2018

AIR FORCE SUSTAINMENT CENTER

ADDENDUM NO 1 Issued November 21, 2017

NETWORX PROGRAM INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN IDIQ TASK ORDER BASED

19A NCAC 02E.0702 Solicitation and Award of Contract 19A NCAC 02E.0703 Prequalifying to Award - Professional Services Firms

Terminal D South Expansion - Construction Manager-At-Risk (CMAR)

RFP SA 1704 Quality Improvement Consultant - Malcolm Baldrige Excellence Framework. 1. Attachment A: Answers to Questions from Prospective Offerors

SAM Supplement Representations, Certifications and Other Statements of Offerors for Government Related Orders

The Home Depot U.S.A., Inc. Instructions to Bidders

Transcription:

69450-15-R-1090 (/) 1 2-Mar-15 Page 16, Paragraph (2) The solicitation states that the JV prime has one relevant project or each member of the JV has relevant experience. Do you mean either party not both? A small disabled vet business has established the JV to provide expertise where they lack. Please clarify if it can be either or, but not both. As stated on page 15 and 16 of the RFP, "If each member of the JV does not have at least one relevant seed construction experience project then the Offeror will be considered unacceptable." UPDATE: As of amendment 0004, this is no longer required for the seed project experience. 2 2-Mar-15 3 2-Mar-15 Page 16, Paragraph (2) This is a unique project with all of its elements. Will other window replacement with past experience in multiple and complex projects suffice? Page 16, Paragraph (2) The proposed bidder has projects of similarity from $47,000 to $400,000. Will this suffice due to none of the building as standalone will be $500,000? Window replacement projects that are $250K or higher will be considered relevant. Please refer to Amendment 0003. Refer to PPI#2. 0003 4 5-Mar-15 Pg 12 of 85 The solicitation documents refers to providing an executed DD1155 however I do not (a) Price see this form provided in the solicitation documents. Can you please provide? (ii) Executed DD1155 The DD1155 is provided at the same location as the solicitation. A link to the DD 1155 is provided as follows: https://www.neco.navy.mil/upload/69450/6945015 R1090DD_1155.pdf 5 6-Mar-15 SDVOSB Certification If I Self Certify in SAM as a SDVOSB does that qualify my company for a SDVOSB Set Aside or must I be certified by another agency???? If so which agency...? Any changes to the DD1155 will be issued via an amendment and will be posted to the same location as the amendment. For DOD contracts, SDVOSB certification is a selfcertification in SAM. 6 6-Mar-15 Bid bond is solely for the "seed" project - 20% or $3m whichever > is less. Is there a minimum bonding capacity required for the MACC contract? es. Please refer to Amendment 0003. 0003 Page 1 of 9

69450-15-R-1090 (/) During the site visit it was notes some of the buildings were not occupied. Please confirm if any or all buildings will be fully or partially occupied during construction and or will phasing be required for each building? See Specification Section 01 11 00.00 25, section 1.6 and specification section 01 14 00.00 25, sections 1.2 and 1.3.4. See attached amendment for a modification to paragraph 1.3.4. 7 10-Mar-15 8 10-Mar-15 9 10-Mar-15 10 10-Mar-15 Buildings 606 and 627 Is it the intention to remove all widows per the notes on the demo drawings? If so, the architectural drawings do not mention replacing removed windows. There is a general specification in the specs but each building (in the entire project all 6) is different and there is only one set of specs. Are all windows to be removed from these buildings and if so what are we to replace them with. Each Building has a window schedule. It is very unclear which windows are to remain, which windows are to be repaired and which windows are to be removed and replaced. If we assume the windows in the Schedule are to be removed and replaced would that be a correct assumption? Building 627 On the south side of the building, the windows appear to be aluminum, do any of these windows or caulking contain asbestos or lead? Specification Section 01 14 00.0025, section 1.3.4, paragraph 4: Delete: "Relocate movable furniture approximately 6 feet away from the Contractor's working area, protect the furniture, and replace the furniture in its original location upon completion of the work." Replace With: "Furniture shall be relocated by the user approximately 6 feet away from the Contractor's work area. Contractor shall coordinate the scheduling of the removal and protect the furniture during construction." All windows to be removed are identified in the architectural drawings with accompanying "Key otes - Demolition." The "Window Schedule" identifies the number, size and material type of the windows to be replaced or repaired. Specification Division 08 provides additional information for the replacement windows. All windows to be removed are identified in the architectural drawings with accompanying "Key otes - Demolition." The "Window Schedule" identifies the number, size and material type of the windows to be replaced or repaired. Specification Division 08 provides additional information for the replacement windows Specifications Division 02 includes the asbestos and lead survey. See amendment for additional information. 0003 0003 Page 2 of 9

69450-15-R-1090 (/) 11 10-Mar-15 12 10-Mar-15 13 10-Mar-15 Can we get a better scope of work for each building? The scopes in the RFP are very generic. The specifications are general and supposedly apply to all the buildings on the project (but each building has different windows). Can we get something that states how many windows need to be removed and replaced and how many need repaired? The only scope of work we have found is from the Key otes and General otes, is there a more detailed scope of work? This is a very complicated project to leave so much of the scope ambiguous The window specification only mentions Aluminum windows. Are all windows being replaced to be aluminum? I see Wood Clad Aluminum and Storm Windows Spec? The construction drawings identify each window to be removed or repaired. Details of new windows are provided for each building. The construction drawings identify the scope for each window. See key notes. See Spec Section 08 52 00, Part 2.2 Wood Windows, paragraph 2.4.2 Aluminum Cladding. See Specification 08 51 69.10 Aluminum Storm Windows. 14 10-Mar-15 Bldg 40 Do the metal bars inside the building contain lead? Can they be removed and returned to the Government without doing lead remediation? See Lead and Asbestos Survey Summary Table pages 3 and 7 in Specification Section 02 82 16.00 20. 15 10-Mar-15 Bldg 40 The Window Schedule states that the replacement windows are to be Aluminum Clad. Is there a specific manufacturer you would like us to use to get an Aluminum Clad Window that meets anti-terrorism specs? Does one exist? Bldg 40 - Change Aluminum Clad windows to Aluminum windows. Sheet 40-A-601, Building 40 Window Schedule: Delete: Alum/Wood Replace With: Alum 16 10-Mar-15 Bldg 40 Do all windows contain lead? ote 40-D26 makes it seem as if there is only one window requiring abatement. Environmental survey shows multiple windows with lead. Are all windows to be remediated or removed by environmental contractor? Or can they be removed by the GC as C&D except for the window mentioned in ote 40- D26? See Amendment 0003. 0003 Page 3 of 9

69450-15-R-1090 (/) 17 10-Mar-15 Bldg 38 - The environmental survey indicates all windows contain lead paint while 38- AD-101A makes it seem as if there are only a few casings containing lead Key ote 38-D-35. Can the GC remove all windows as C&D except for the windows mentioned See response to PPI#16 in Key ote 38-D-35? Bldg 38 The Window Schedule calls for Storm Windows, what spec should we use for this Please see Specifications Section 08 51 69.10 Aluminum Storm Windows. 18 10-Mar-15 Bldg 38 The window specs call for Anti-Terrorism rating for the windows. Do you want this on the Storm Windows as well? Is there a manufacturer of such a window? See Sheet 38-S-100, ote G3.2.C 19 10-Mar-15 20 10-Mar-15 Bldg 38 Since the windows do not appear to have to be removed, must all the lead paint be removed or can we just clean and prep them for the installation of the Storm Windows? ALL lead paint must be removed from area of work. Full lead abatement is required in accordance with Specification SECTIO 02 83 13.00 20 LEAD I COSTRUCTIO. See amendment for clarification. 21 10-Mar-15 The term Clean and Prep is used throughout the Plans. Can you define what is meant by this? Does it mean that ALL lead paint must be removed or can it just be cleaned per the Cleaning Procedure in the Specifications? ALL lead paint must be removed from area of work. Full lead abatement is required in accordance with Specification SECTIO 02 83 13.00 20 LEAD I COSTRUCTIO. 22 10-Mar-15 Clean and Prep is used on every building in the Demolition drawings. There is never any mention of Painting what we have cleaned and prepared. Is there a scope for the painting? See Specification 09 90 00. See also the General notes and details per building. Page 4 of 9

69450-15-R-1090 (/) 23 10-Mar-15 ot really and RFI but an email from a sub If you expect us to complete the painting on this job, we will need something letting us know what they want painted and with what? There is a paint spec but no paint schedule. We will not be bidding this if we have to guess at what we are doing. See Specification 09 90 00. See also the General notes and details per building. 24 10-Mar-15 25 10-Mar-15 Where it states Prepare for Finish, does that mean all lead paint must be removed Bldg 73 The scope of work on this Bldg is tremendous. It would take MUCH more time than an extra 60 days. There is some major fabrication work on this project. The design of that and working with the fabricators would take 60 days. This would need at least 120 days if not 180. ALL lead paint must be removed from area of work. Full lead abatement is required in accordance with Specification SECTIO 02 83 13.00 20 LEAD I COSTRUCTIO. Per the RFP, buildings can be worked concurrently. Option buildings will be awarded with 90 days of contract award. 26 16-Mar-15 27 16-Mar-15 28 16-Mar-15 I request an extension of time to submit bid. Please provide me the governments estimates for the SEED projects. Buildings #38, 40, 73, 223, 606, and 627. A time extension has been granted via Amendment 0004. The project magnitude for each project is provided under Section 0150 Part 1.4.1. Can additional site visits be made with or without escort. An additional organized site visit will not be held. 0004 Are you requiring full lead abatement or will RRP certification for safe work practices be allowed for removal of components and re-installation. Full lead abatement is required in accordance to Specification SECTIO 02 83 13.00 20 LEAD I COSTRUCTIO. See sections 1.3.1, 3.3.2.1, 3.3.2.2 & 3.5.1.1. 29 16-Mar-15 Page 5 of 9

69450-15-R-1090 (/) 30 31 32 33 34 35 16-Mar-15 SF1442, # 13A - Page 12 3.(a) (1) The SF1442 states to submit offers in original and 4 copies, while Page 12 says to provide one original, one copy and one electronic copy. Which is correct? 16-Mar-15 Para 1.6 Is it acceptable for an offeror to use predecessor experience of key personnel (a principal) to fulfill the relevant experience requirement described under Factor 1? 16-Mar-15 Para 1.6 Is it acceptable for a JV offeror to utilize the experience of a key subcontractor (with a teaming agreement in place including letter of commitment and explanation of involvement) to fulfill the Seed Construction Project Experience requirement? Will the use of a subcontractor supersede the requirement for both members of the JV being required to demonstrate the experience? 16-Mar-15 Para 1.6 Does each member of a JV Offeror need to submit a project that exceeds $1.5m to be deemed acceptable under General Construction Experience, or can one member provide both of the $1.5m + projects, while the other submits experience that is over $500k? 17-Mar-15 Para 1.6-3(a)(v) In the Solicitation, Page 13 of 85, The Basis of Evaluation for the Price Proposal part (v) requires a FAPIIS Certification. We are unaware of how to get certified through FAPIIS. We were informed that FAPIIS is populated from CPARS (PPIRS) and SAM and is for Government use, not for contractor use. What type of FAPIIS Certification are you looking for under this evaluation requirement? This requirement references FAR 52.209-7 which we have completed certifications for in SAM, and have also completed the certification within the 00600 section of the solicitation documents. Is this certification within the representations and certifications section 00600 or is there an actual certification process through FAPIIS? Please clarify as to what documentation we are to submit for this evaluation requirement 18-Mar-15 1.4.1 Has the Caulking around the existing windows been tested for PCB's? Page 9 &10 of 85 01 78 19.00 25 36 19-Mar-15 Amendment o. 3 37 20-Mar-15 Page 15 Page 4 of 8 states that we should use the attached Experience Project Data Sheet (Attachment C). There was no Attachment C with Amendment 3. Are we to use Attachment A from the original solicitation or has the Project Data Sheet changed and is now Attachment C. Can experience of a specialty subcontractor be used to meet the requirements for the Seed Project Experience as windows are generally subcontracted to a specialty consultant by a general contractor? The SF 1442 is referring to the on-cost/price Factors which require one (1) original, three (3) copies, and one (1) electronic copy (CD). Page 12 refers to the Price Proposal. o. Please refer to Amendment 0004. One member can provide both of the $1.5m + projects while the other submits experience that is over $500k. Per FAR 52.209-7, if the offeror has current active Federal contracts and grants with total value greater than $10,000,000, then they shall ensure FAPIIS Certification. Paragraph (d) of the clause states the offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7). As indicated in Amendment 0002, the correct attachment is attachment C. All references to the Construction Experience Project Data Sheet (Attachment C) is corrected to read Construction Experience Project Data Sheet (Attachment A). This will also be reflected in Amendment 0004. es. Per the RFP, the Government will evaluate the relevant seed project construction experience of the Offeror, as a prime construction contractor or subcontractor, or a proposed subcontractor. 0004 0004 Page 6 of 9

69450-15-R-1090 (/) 38 20-Mar-15 Page 15 The basis of selection is heavily weighted on a specific seed project that does not consider the broad range of tasks anticipated under a MACC Contract. Recommend this criteria be desirable but not mandatory as the sources sought did not focus on window replacements as the type of project under this MACC. Factor 1 Construction Experience includes both General Construction Experience and Seed Construction Project Experience. 39 20-Mar-15 Page 14-15 Will projects completed within the past seven years be considered relevant? es. Please refer to Amendment 0004 0004 40 23-Mar-15 RFP page 13 I am trying to finalize our Proposal and the Page Limit says shall not exceed 70 pages in length (front side only) that makes it seem as if the total would be 140 pages if you include front and back. Is this correct? The on-cost/price Factors proposal shall not exceed 70 pages total front side or 35 pages double sided, however any pages specifically excluded under each factor do not count towards the total page count. 41 24-Mar-15 RFP page 13 42 24-Mar-15 PPI 25 43 24-Mar-15 44 24-Mar-15 45 24-Mar-15 Drawing 40-A-601 The RFP says the pages will count unless specifically mentioned as not being part of the page count. Attachment A s account for 24 pages of my proposal and Attachment B s account for 32 pages totaling 56 pages. I would assume these pages would not go towards the page count but I can not find it in writing. Do they go against the page count? The answer to PPI 25 states that you are expecting the projects to run concurrently. This would be fine but a comment was made at the walk through that if we were to run these projects concurrently we would be required to have a separate SSHO for each building. Understanding the requirements for a AVFAC Specification Qualified SSHO this would create a huge additional cost as these types of employees are in short supply and demand a high salary. I know of contractors paying $120,000 / year for these types of personnel. If we were running each project concurrently 6 projects that would equate to $60,000 + approx. $18,000 (fringe and burden) = $78,000 a month for just one line item. This seems like a waste of money. Will it be required to have a separate SSHO for each project. And if so will we be required to have a separate Super and Safety officer for each as well? We have had multiple meetings with our subcontractors discussing this project and many of the hurdles. There are many questions the subs are still working out with their suppliers. I feel the avy would get a much better bid were they to extend the Proposal Due Date so that these questions can be sorted out. Otherwise I believe the subcontractors will have huge contingencies that otherwise would be unnecessary. I am requesting a one week extension. Since Items 0001-0006 for the seed project are each for a different building, what should the title be for the bid bond? Drawing 40-A-601 Building 40 Window Schedule references a ALUM CLAD WOOD which seems to be unavailable from any Manufacturer. Will you please confirm this is the required material or if VIL CLAD WOOD will be accepted? All pages go against the page count unless specifically stated otherwise. The max number of pages for Attachment A should be 16 total. However, CPARS and PPQs (Attachment B) will no longer count towards the total page count. It is not a requirement for the projects to run concurrently, but may be necessary to meet the schedule requirements. An SSHO and a superintendent are required for each project site. See attached amendment for clarification. Please refer to 26. The title can be "Window Replacement & Repair, aval Air Station Pensacola' for the bid bond. See response to 15 0004 Page 7 of 9

69450-15-R-1090 (/) 46 24-Mar-15 Specifications The government responses to the PPI s reference Specs that do not seem to have been provided. We are aware of the attachments and amendments provided via the neco.navy.mil website however, we are unable to locate the specifications. Specifications are located in ECO under Additional Documents. The file is named 6945015R1090Pensacola_Window_Replace_and_R epair_7-3-14.pdf. Refer to solicitation amendments for any revisions to the specifications. Correction- the file is named 6945015R1090Specifications_Window_Repl_&_R epair_7-3-14.pdf 47 24-Mar-15 Specifications After much research with all major and established wood window manufacturers, (Hurd, Marvin, Pella, Anderson etc.) no one has an aluminum clad window that can meet the ATFP requirement for this project. I have also confirmed with local window dealers for the various window manufacturers that no wood window manufacturer in the US makes an aluminum clad wood window that is in compliance with the ATFP requirement. Please submit a PPI asking what type window can be provided as an alternate to the wood windows. I can provide an aluminum commercial window with a wood grain paint finish on the interior if they require a wood look on the interior side and it can be provided in numerous wood grain finishes. This window will comply with the ATFP requirements of the project as well as meet all other structural requirements of the project. See response to 15 48 49 50 51 52 53 Page 8 of 9

69450-15-R-1090 (/) 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 Page 9 of 9