24
REQUEST FOR PROPOSAL N33191-13-R-1240 RENOVATION OF SEVASTOPOL SCHOOL #5, UKRAINE The purpose of this contract is for the design and construction for the renovation of Sevastopol School #5 in Sevastopol, Ukraine in accordance w ith the attached Technical Specifications. Proposals shall be submitted electronically to Ms. Maureen Hoesly, [email protected] on or before the time and date specified in Block 13 of this document. Time = Central European Summer Time (CEST) Preproposal questions must be submitted in w riting no later than 19 September 2013 and w ill be addressed in a solicitation amendment. In accordance w ith FAR 15.101-2, aw ard w ill be made to the low est price technically acceptable offeror. In accordance w ith FAR 36.204, the magnitude of this project is expected to be betw een $250,000 and $500,000. MAUREEN E. HOESLY NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder". 10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS NEGOTIATED 05-Sep-2013 (RFP) (IFB) X CALL: B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS) See Item 7 2. TYPE OF SOLICITATION SEALED BID 3. DATE ISSUED 9. FOR INFORMATION A. NAME SOLICITATION X NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85) Prescribed by GSA FAR (48 CFR) 53.236-1(e) 11. The Contractor shall begin performance w ithin _______ 15 calendar days and complete it w ithin ________ 330 calendar days after receiving aw ard, notice to proceed. This performance period is X mandatory, negotiable. (See _________________________ 12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS? (If "YES," indicate within how many calendar days after award in Item 12B.) YES X NO 13. ADDITIONAL SOLICITATION REQUIREMENTS: A. Sealed offers in original and __________ 1 copies to perform the w ork required are due at the place specified in Item 8 by ___________ local time ______________ 21 Oct 2013 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time. shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due. B. An offer guarantee is, X is not required. C. All offers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference. D. Of fers providing less than _______ 60 calendar days for Government acceptance af ter the date offers are due w ill not be considered and w ill be rejected. SOLICITATION, OFFER, AND AWARD (Construction, Alteration, or Repair) 1. SOLICITATION NO. IMPORTANT - The "offer" section on the reverse must be fully completed by offeror. 4. CONTRACT NO. 7. ISSUED BY CODE NAVFAC EUROPE AFRICA SOUTHWEST ASIA VIALE PORTO CAPODICHINO NAPOLI 80144 N33191 PAGE OF PAGES 1 OF CODE (Title, identifying no., date): .) 12B. CALENDAR DAYS 12:00 AM (hour) Sealed envelopes containing offers 5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO. 8. ADDRESS OFFER TO (If Other Than Item 7) FAX: TEL: TEL: FAX: N33191-13-R-1240 24

N33191-13-R-1240

Embed Size (px)

DESCRIPTION

The work is divided into a BASE-BID and 4 CONTRACT OPTIONS. The Government reserves the right tounilaterally award, or not to award, the contract options. The contractor will provide separate pricing for theBase-Bid and the 4 contract options as required in the solicitation documents.2

Citation preview

  • REQUEST FOR PROPOSAL N33191-13-R-1240 RENOVATION OF SEVASTOPOL SCHOOL #5, UKRAINE

    The purpose of this contract is for the design and construction for the renovation of Sevastopol School #5 in Sevastopol, Ukraine in accordance w ith the attached Technical Specifications.

    Proposals shall be submitted electronically to Ms. Maureen Hoesly, [email protected] on or before the time and date specified in Block 13 of this document.

    Time = Central European Summer Time (CEST)

    Preproposal questions must be submitted in w riting no later than 19 September 2013 and w ill be addressed in a solicitation amendment.

    In accordance w ith FAR 15.101-2, aw ard w ill be made to the low est price technically acceptable offeror.

    In accordance w ith FAR 36.204, the magnitude of this project is expected to be betw een $250,000 and $500,000.

    MAUREEN E. HOESLY

    NOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS

    NEGOTIATED05-Sep-2013

    (RFP)(IFB)

    X

    CALL:B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)

    See Item 7

    2. TYPE OF SOLICITATIONSEALED BID

    3. DATE ISSUED

    9. FOR INFORMATION A. NAME

    SOLICITATION

    X

    NSN 7540-01-155-3212 1442-101 STANDARD FORM 1442 (REV. 4-85)Prescribed by GSAFAR (48 CFR) 53.236-1(e)

    11. The Contractor shall begin performance w ithin _______15 calendar days and complete it w ithin ________330 calendar days after receiving

    aw ard, notice to proceed. This performance period is X mandatory, negotiable. (See _________________________12 A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?(If "YES," indicate within how many calendar days after award in Item 12B.)

    YES X NO

    13. ADDITIONAL SOLICITATION REQUIREMENTS:A. Sealed offers in original and __________1 copies to perform the w ork required are due at the place specif ied in Item 8 by ___________

    local time ______________21 Oct 2013 (date). If this is a sealed bid solicitation, offers must be publicly opened at that time.shall be marked to show the offeror's name and address, the solicitation number, and the date and time offers are due.

    B. An offer guarantee is, X is not required.

    C. All of fers are subject to the (1) w ork requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.D. Offers providing less than _______60 calendar days for Government acceptance after the date offers are due w ill not be considered and w ill be rejected.

    SOLICITATION, OFFER, AND AWARD

    (Construction, Alteration, or Repair)

    1. SOLICITATION NO.

    IMPORTANT - The "offer" section on the reverse must be fully completed by offeror.

    4. CONTRACT NO.

    7. ISSUED BY CODENAVFAC EUROPE AFRICA SOUTHWEST ASIAVIALE PORTO CAPODICHINONAPOLI 80144

    N33191

    PAGE OF PAGES

    1 OF

    CODE

    (Title, identifying no., date):

    .)12B. CALENDAR DAYS

    12:00 AM (hour)Sealed envelopes containing offers

    5. REQUISITION/PURCHASE REQUEST NO. 6. PROJECT NO.

    8. ADDRESS OFFER TO (If Other Than Item 7)

    FAX:TEL: TEL: FAX:

    N33191-13-R-1240 24

  • 20B. SIGNATURE

    (REV. 4-85)STANDARD FORM 1442 BACK

    TO SIGN

    NSN 7540-01-155-3212

    SOLICITATION, OFFER, AND AWARD (Continued)(Construction, Alteration, or Repair)

    CODE FACILITY CODE

    17. The offeror agrees to perform the w ork required at the prices specified below in strict accordance w ith the terms of this solicitation, if this offer isaccepted by the Government in w riting w ithin ________ calendar days after the date offers are due.the minimum requirements stated in Item 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

    AMOUNTS SEE SCHEDULE OF PRICES

    18. The offeror agrees to furnish any required performance and payment bonds.

    19. ACKNOWLEDGMENT OF AMENDMENTS(The offeror acknowledges receipt of amendments to the solicitation -- give number and date of each)

    AMENDMENT NO.

    DATE

    20A. NAME AND TITLE OF PERSON AUTHORIZED TO SIGNOFFER (Type or print)

    AWARD (To be completed by Government)21. ITEMS ACCEPTED:

    22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

    24. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM(4 copies unless otherwise specified)

    CODE

    (Insert any number equal to or greater than

    20C. OFFER DATE

    25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO 10 U.S.C. 2304(c) 41 U.S.C. 253(c)

    CODE27. PAYMENT WILL BE MADE BY:26. ADMINISTERED BY

    (Include ZIP Code)14. NAME AND ADDRESS OF OFFEROR 15. TELEPHONE NO. (Include area code)

    See Item 14

    (Include only if different than Item 14)16. REMITTANCE ADDRESS

    30B. SIGNATURE

    29. AWARD (Contractor is not required to sign this document.)document and return _______ copies to issuing office.) Contractor agrees Your of f er on this solicitation, is hereby accepted as to the items listed. This award con-to f urnish and deliv er all items or perf orm all work, requisitions identif ied summates the contract, which consists of (a) the Gov ernment solicitation andon this f orm and any continuation sheets f or the consideration stated in this y our of f er, and (b) this contract award. No f urther contractual document iscontract. The rights and obligations of the parties to this contract shall be necessary .gov erned by (a) this contract award, (b) the solicitation, and (c) the clauses,representations, certif ications, and specif ications or incorporated by ref er-ence in or attached to this contract.

    30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED 31A. NAME OF CONTRACTING OFFICER (Type or print)

    30C. DATE

    (Type or print)TEL: EMAIL:

    31B. UNITED STATES OF AMERICA 31C. AWARD DATEBY

    CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE(Contractor is required to sign this28. NEGOTIATED AGREEMENT

    (M ust be fully completed by offeror)OFFER

    Maureen.HoeslyHighlight

    Maureen.HoeslyHighlight

    Maureen.HoeslyHighlight

    Maureen.HoeslyHighlight

    Maureen.HoeslyHighlight

    Maureen.HoeslyHighlight

    Maureen.HoeslyHighlight

    Maureen.HoeslyHighlight

  • N33191-13-R-1240

    Page 3 of 24

    Section 00010 - Solicitation Contract Form

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Project Various Repairs to Sevastopol School #5

    FFP The Contractor shall provide all labor, supervision, materials, equipment and applicable safety precautions necessary to repair a section of the Central Wing roof, repair 8 units of bathrooms, repair the gymnasium and locker rooms, and provide a commemorative plaque as described in the Technical Specifications, Section 1.3 Detailed Scope of Work (Base Bid) FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Project OPTION OPTION 1 - Repair of Sewer System

    FFP The Contractor shall provide all labor, supervision, materials, equipment and applicable safety precautions necessary to repair the sewer system as described in the Technical Specifications, Section 1.4 Repair of Sewer System (Option 1) FOB: Destination

    NET AMT

    Maureen.HoeslyText BoxUAH with VATUAH without VAT

    Maureen.HoeslyText BoxUAH with VATUAH without VAT

  • N33191-13-R-1240

    Page 4 of 24

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0003 1 Project OPTION OPTION 2 - Renovate Front Facade

    FFP The Contractor shall provide all labor, supervision, materials, equipment and applicable safety precautions necessary to renovate the front facade, including the replacement of windows, repair the entrance doors (double), replacement of the entrance steps and the construction of an entrance ramp as described in the Technical Specifications, Section 1.5 Renovate Front Facade, Windows, and Entrance (Option 2) FOB: Destination

    NET AMT

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0004 1 Project OPTION OPTION 3 - Additional Window Replacement

    FFP The Contractor shall provide all labor, supervision, materials, equipment and applicable safety precautions necessary to provide additional wooden window replacement in the Central WIng as described in the Technical Specifications, Section 1.6 Additional Window Replacement (Option 3) FOB: Destination

    NET AMT

    Maureen.HoeslyText BoxUAH with VATUAH without VAT

    Maureen.HoeslyText BoxUAH with VATUAH without VAT

  • N33191-13-R-1240

    Page 5 of 24

    ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0005 1 Project OPTION OPTION 4 - Additional Roof Repair

    FFP The Contractor shall provide all labor, supervision, materials, equipment and applicable safety precautions necessary to provide additional roof repair in the West Wing and Hallway as described in the Technical Specifications, Section 1.7 Additional Roof Repair (Option 4) FOB: Destination

    NET AMT

    INSPECTION AND ACCEPTANCE TERMS

    Supplies/services will be inspected/accepted at:

    CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 N/A N/A N/A Government 0002 N/A N/A N/A Government 0003 N/A N/A N/A Government 0004 N/A N/A N/A Government 0005 N/A N/A N/A Government

    DELIVERY INFORMATION

    CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC

    0001 330 dys. ADC 1 N/A FOB: Destination

    0002 330 dys. ADC 1 N/A FOB: Destination

    0003 330 dys. ADC 1 N/A FOB: Destination

    0004 330 dys. ADC 1 N/A FOB: Destination

    Maureen.HoeslyText BoxUAH with VATUAH without VAT

  • N33191-13-R-1240

    Page 6 of 24

    0005 330 dys. ADC 1 N/A FOB: Destination

  • N33191-13-R-1240

    Page 7 of 24

    Section 00100 - Bidding Schedule/Instructions to Bidders

    INSTRUCTIONS TO BIDDERS

    I. INSTRUCTIONS FOR PREPARATION OF PROPOSALS

    1. GENERAL

    Proposals shall be submitted electronically to Maureen Hoesly, [email protected], on or before the time and date specified in Block 13 of the SF1442. The submittal closing time and receipt of proposals shall be established by the time on the receiving Contract Specialist computer. The contractor is responsible to verify Government receipt of proposals.

    Proposals shall be submitted in English and sent in PDF format. Size shall not exceed 5 megabytes.

    ALL QUESTIONS CONCERNING THIS SOLICITATION SHALL BE ADDRESSED TO

    MAUREEN HOESLY VIA EMAIL AT [email protected]

    2. SITE VISIT

    A site visit and question and answer (Q&A) session will be conducted on 5 September 2013 at 1400 Eastern European Summer Time (EEST) at Sevastopol School #5 in Sevastopol, Ukraine. Potential offerors are encouraged to attend the site visit to gain a better understanding of site conditions. In no event shall failure to attend the site visit constitute grounds for submitting a claim or protest during the solicitation phase or after contract award. Attendance to this site visit is not mandatory or a pre-requisite to submitting a proposal in response to the request for proposal. All questions and answers addressed at the site visit must be submitted in writing and will be posted to Federal Business Opportunities for all potential offerors.

    For more information on attending the Site Visit, please contact Ms. Lyudmyla Kyrylenko at [email protected] or telephone +38 044-4941945.

    3. REQUIRED PROPOSAL DOCUMENTS

    To be found responsible, the contractor shall submit all of the following requested items:

    A) Standard Form 1442, Solicitation, Offer, and Award - Offeror MUST complete blocks 14 through 20c. In block 14 please include a Point of Contact with

    a valid phone number and email address. Offerors shall provide an NCAGE in Block 14.

    B) REPRESENTATIONS AND CERTIFICATIONS Section 0600 Representations and Certifications - The Offeror MUST sign and acknowledge the representations and certifications applicable to this

    procurement in Section 00600 Representations and Certifications

    C) PRICE PROPOSAL Section 00010 Solicitation Contract Form, Pricing Schedule

    Solicitation Submittal Requirements: Offeror MUST fill out the Unit Price and Amount for CLINs 0001 0005. The amounts shall be the total amount to complete the design and construction. For evaluation purposes, all proposals shall be submitted and priced in local currency, Ukrainian Hryvnia EXCLUSIVE of VAT. Offerors shall ALSO provide a price proposal inclusive of VAT. Award will be in Ukrainian Hryvnia,

  • N33191-13-R-1240

    Page 8 of 24

    inclusive of VAT. If the successful offerors bank does not accept Ukrainian Hryvnia, it must accept US Dollars. If award is made in USD, the awarded amount will be made using the spot exchange rate the date the solicitation closes.

    Basis of Evaluation: The Government will evaluate price based on the total price, exclusive of VAT. Total price consists of the basic requirements and all option items (see Section B of the solicitation). The Government intends to evaluate all options and has included the provision FAR 52.217-5, Evaluation of Options (JUL 1990) in Section M of the solicitation. In accordance with FAR 52.217-5, Evaluation of Options will not obligate the Government to exercise the option(s). Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price:

    (i) Comparison of proposed prices received in response to the RFP. (ii) Comparison of proposed prices with the IGCE. (iii) Comparison of proposed prices with available historical information. (iv) Comparison of market survey results.

    D) TECHNICAL PROPOSAL

    The Technical Proposal shall include the following 3 factors:

    Factor 1, Corporate Experience:

    Solicitation Submittal Requirements: The offeror shall provide a minimum of two (2) to a maximum of five (5) relevant contracts for which the offeror was the prime contractor, sub-contractor or Joint Venture partner. Relevant contracts must:

    - Be similar in scope and complexity, which includes the design and construction activities for an education facility;

    - Demonstrate similarity in magnitude with a value over $200,000.00; - Performed within the last 5 years at the date of issuance of this RFP; AND - Must be at least 70% complete at the date of issuance of this RFP.

    Relevant contracts must show experience in both design and construction in submitted projects in order to be considered acceptable for this factor.

    Use the Contract Data Sheet (Attachment 2) to submit projects. In lieu of the Contract Data Sheet, offerors can provide relevant project information documentation separately. Whether submitted on the Contract Data Sheet or as separate documentation, project descriptions for each project shall explain the detailed scope of work performed and the relevancy to the project requirements of this RFP. Offerors must include sufficient information in their proposal to establish the relevancy of their submitted projects.

    - All projects submitted that are outside of the specified period will not be considered relevant. - Proposals that fail to provide all requested data, an accessible point of contact, or correct phone/fax

    numbers may result in the project not being evaluated or the project being found not relevant.

    A project is defined as a construction project performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quality type contracts, the contract as a whole should not be submitted as a project and if submitted will not be evaluated; rather, offerors should submit the work performed under a task order as a project.

  • N33191-13-R-1240

    Page 9 of 24

    If the offeror is a Joint Venture (JV), relevant project experience should be submitted for projects completed by the Joint Venture entity. If the Joint Venture does not have shared experience, projects should be submitted for each Joint Venture partner. Offerors are still limited to a total of 5 projects combined.

    Basis of Evaluation: To receive an acceptable rating in this factor, the offeror must demonstrate experience performing at least two (2) relevant projects as defined in the solicitation submittal requirements. The assessment of the offerors relevant experience will be used as a means of evaluating the capability of the offeror to successfully meet the requirements of the RFP. The Government will review a maximum of 5 projects. An offeror will be rated UNACCEPTABLE if the offerer does not submit the minimum number of relevant projects (2). Any projects submitted in excess of the 5 for Corporate Experience will not be considered.

    Factor 2, Safety:

    Solicitation Submittal Requirements: The offeror MUST provide a narrative describing the overall contract specific safety plan. Offerors shall also describe the procedures which will be implemented to ensure compliance and understanding of applicable Ukrainian safety laws and regulations and to provide for a safe construction site. At a minimum, the safety narrative shall address the following:

    - Experience and qualifications of the Site Health and Safety Officer (full-time, on-site) - Type of scaffolding to be used - Personal protective equipment for workers

    The maximum number of pages allowed is two (2) single-sided pages, 8.5 x11, with a minimum of 12 font. If more than two (2) pages are submitted, only the first two (2) pages will be evaluated. The successful offeror will be required to provide an Accident Prevention Plan upon contract award (template provided in the Technical Specifications).

    Basis of Evaluation: To receive an acceptable rating in this factor, the submitted safety narrative must address the minimum requirements listed above. Offerors who submit a plan that address these requirements will be rated ACCEPTABLE.

    Factor 3, Past Performance:

    Solicitation Submittal Requirements: The offeror shall provide any past performance evaluations for design and construction projects for an education facility performed within the last 5 years of the date of issuance of this RFP and at least 70% complete at the date of issuance of this RFP, with a minimum value of $200,000.00.

    Whether a Past Performance Questionnaire (PPQ) (Attachment C), or separate past performance information documentation is submitted ensure correct phone numbers and email addresses are provided for the client point of contact. Failure of references to be able to respond to past performance inquiries may preclude the evaluators ability to assign a past performance rating of acceptable. If the client requests, questionnaires or

  • N33191-13-R-1240

    Page 10 of 24

    separate past performance documentation may be submitted directly to the Governments point of contact, Ms. Maureen Hoesly at [email protected]

    For all of the contracts, offerors may include performance recognition documents such as awards, customer letters of commendation, and any other forms of performance recognition, if available. If the evaluation is in other than English, provide a translation of the evaluation into English.

    The Government may review any other sources of information for evaluating past performance. Sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offerors proposal, inquiries of owner representative(s), and any other known sources not provided by the offeror.

    While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the offeror.

    Basis of Evaluation: The past performance evaluation is an assessment of the offerors probability of meeting the minimum past performance solicitation requirements. This assessment is based on the offerors record of relevant and recent past performance information that pertain to the products and/or services outlined in the solicitation requirements. There are two aspects of the past performance evaluation.

    The first aspect of evaluation is whether the offerors present / past performance is relevant or not relevant to the effort to be acquired. For purposes of this evaluation, a relevant project is further defined as described in solicitation submittal requirements for Factor 3, Past Performance.

    The second aspect of the past performance evaluation is to determine how well the contractor performed on the contracts. The past performance evaluation performed in support of a current source selection does not establish, create, or change the existing record and history of the offerors past performance on past contracts; rather, the past performance evaluation process gathers information from customers on how well the offeror performed those past contracts.

    The Government will consider the currency and relevance of the information, the source of the information, context of the data, and general trends in the Contractors performance. This evaluation is separate and distinct from the Contracting Officers responsibility determination. The assessment of the Offerors past performance will be used as a means of evaluating the Offerors probability to successfully meet the requirements of the RFP.

    The Government will also evaluate the degree to which past performance evaluations and all other past performance information reviewed by the Government (e.g., PPIRS, Federal Awardee Performance and Integrity information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), performance recognition documents, and information obtained from any other source) reflect a trend of satisfactory performance considering:

    - successful completion of tasks; - deliverables that are timely and of good quality; - cooperativeness and teamwork with the Government at all levels (task managers, contracting

    officers, auditors, etc.) - recency of tasks performed that are identical to, similar to, or related to the task at hand; and - a respect for stewardship of Government funds

  • N33191-13-R-1240

    Page 11 of 24

    In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability unknown shall be considered acceptable.

    If an offeror has recent negative past performance (within the last 5 years), offerors are authorized to provide information on problems encountered on the identified contracts and the offeror corrective actions. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offeror past performance. The source selection authority shall determine the relevance of similar past performance information.

    THE SOLICITATION WILL RESULT IN THE AWARD OF ONE (1) FIRM-FIXED PRICE CONTRACT TO ONE (1) SUCCESSFUL CONTRACTOR OFFERING THE LOWEST PRICE TECHNICALLY ACCEPTABLE OFFEROR.

    An overall non-price factors rating must be at least ACCEPTABLE in order to be eligible for award. An UNACCEPTABLE rating in any factor results in the overall non-price factors proposal being rated UNACCEPTABLE unless corrected through discussions. An overall non-price factors rating of UNACCEPTABLE makes a proposal ineligible for award.

    In accordance with FAR 9.104-3, the Contracting Officer shall require acceptable evidence of the prospective contractors ability to obtain required resources and be determined responsible. If the Contracting Officer determines the lowest price technically acceptable offeror to not be responsible, the Government reserves the right to award to the next responsible, lowest price technically acceptable offeror. The Government may award to the lowest price technically acceptable offeror without discussions.

    In accordance with NFAS, the number of proposals to be evaluated for technical acceptability may be limited to the five lowest priced offers at the discretion of the contracting officer. If the number of proposals to be evaluated is limited, technical proposals shall be provided to the evaluator(s) without any identification of prices or any rank order of prices. If no proposals are found to be technically acceptable within the first group of proposals, then the process described will be conducted again as many times as necessary, until such time as the Government identifies a technically acceptable proposal.

    II. REQUIREMENTS FOR OFFERORS

    DUNS, NCAGE AND SAM REGISTRATION

    The Government requires an offeror to have a current DUNS number, NCAGE code, and register in the System for Award Management (SAM) prior to award of a contract with the US Government. It is the responsibility of the offeror to comply and register. If you currently do not have a DUNS, NCAGE, or SAM registration, information is provided below to assist you. Offerors must provide a Dun and Bradstreet (DUNS) number and NCAGE code when submitting proposals.

    If you do not already have a DUNS or NCAGE code the following instructions are given:

    DUNS: Please take these steps to receive a DUNS number:

  • N33191-13-R-1240

    Page 12 of 24

    1. Go to http://fedgov.dnb.com/webform 2. Click "Begin DUNS Search" 3. Choose your country and fill out a short form. 4. Dun & Bradstreet will list up to 3 matches. If your entity is not listed, choose "request new DUNS" and continue from there. Dun & Bradstreet generally responds to each webform submittal within 24-48 hours.

    SAM: To create an account and access SAM as a new user: 1. Go to https://www.sam.gov 2. Click on Create User Account 3. Complete the requested information, and then click Submit/Create. 4. Select Individual User Account. 5. You will receive an email confirming you have created a user account in SAM. You can now register an entity, search For Official Use Only (FOUO) information, and (if you are a designated government official) enter exclusions into the system.

    To register in SAM as an entity: 1. Login to SAM with your user ID and password (received after completing the steps above) 2. Gather all of the required information needed to complete your registration. 3. Click on "Register New Entity" from the left side navigation pane. 4. Complete and submit the online registration. It is estimated that it will take approximately 30 minutes to complete registration if you already have all the necessary information on hand, depending upon the size and complexity of your entity. 5. You will receive an email confirming that your registration is in process. Note that new registrations can take an average of 7-10 business days to process in SAM. SAM must send out some information for validation with outside parties before your registration can be activated.

    Required information for SAM registration:

    Your Data Universal Numbering System (DUNS) number from Dun & Bradstreet, and the name and address associated with that DUNS

    Your Taxpayer Identification Number and the name associated with that TIN (from your W-2 or W-9)

    Your Contractor and Government Entity (CAGE) Code (or NCAGE), if you already have one (if you don't, one will be assigned to you during registration)

    Your Electronic Funds Transfer information, such as your financial institution's ABA Routing Number and your account number, along with the bank phone or fax number

    **Please contact the Federal Service Help Desk at https://www.fsd.gov/app/sam/ if you have any questions during the registration process**

    The DUNS and NCAGE numbers must be indicated on the SF 1442 in the same block as your company name.

    ENGLISH SPEAKING REPRESENTATIVE At all times when any performance of the work at the site is being conducted by any employee of the Contractor or his subcontractors, the Contractor shall have a representative present on the site who is capable of explaining the work operations and receiving instruction in the English language. The Contracting Officer shall have the right to determine without appeal of such decision, whether the proposed representative has sufficient technical and lingual capabilities and the Contactor shall immediately replace any individual not acceptable to the Contracting Officer.

  • N33191-13-R-1240

    Page 13 of 24

    JOINT VENTURE REQUIREMENTS Joint Venture Offerors shall furnish with their proposal a notarized legal document that establishes the Joint Venture. The Joint Venture Agreement shall take effect upon the submission of the proposal and remain irrevocable until one (1) year after the work has been finally inspected and accepted by the Government. The Joint Venture Agreement shall include, at a minimum, the following:

    (a) Name of firms that form the Joint Venture and the name of the Joint Venture (b) Name and title of the corporate officials signing in behalf of each party (c) Solicitation number (d) Description of the responsibilities in terms of work category for each partner (e) The statement "The composition and structure of the Joint Venture will remain unchanged from award to one (1) year after the work has been finally inspected and accepted by the Government. (f) Date of issuance of the agreement and notarized signature of the corporate officials signing in behalf of each party.

    The U.S. Government reserves the right to review the actual Joint Venture agreement to determine its basis and compliance with the applicable laws. Any internal agreements affecting the internal composition of the existing Joint Venture and its potential liabilities in relation to the contract (bonds, insurance, etc) will be sent to the Contracting Officer to provide notice of the same. Any change in the composition of the Joint Venture will require the Joint Venture to formally request a Novation Agreement in accordance with FAR 42.12, which will be approved/disapproved at the discretion of the Contracting Officer.

    ATTACHMENTS

    Attachment 1: Performance Technical Specification and Statement of Work Attachment 2: Contract Data Sheet Attachment 3: Past Performance Questionnaire (PPQ) Attachment 4: Submittal Checklist (No submittal required with the proposal. For information only)

  • N33191-13-R-1240

    Page 14 of 24

    Section 00600 - Representations & Certifications

    REPS & CERTS CERTIFICATION REGARDING ACCEPTANCE OF SPECIFIC PROVISIONS OF THE CONTRACT

    The Contractor hereby acknowledges that is has read and accepts the following clauses contained in FAR 52.204-8 Representations and Certifications (May 2012) that are applicable to this procurement.

    52.203-2 Certificate of Independent Price Determination (Apr 1985)

    52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions (Sep 2007)

    52.209-5 Certification Regarding Responsibility Matters (Apr 2010)

    52.222-38, Compliance with Veterans' Employment Reporting Requirements (Sep 2010)

    52.225-20 Prohibition on Conducting Restricted Business Operations in SudanCertification (Aug 2009)

    52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran--Representation and Certification (Dec 2012)

    Date Contractor Signature

    CLAUSES INCORPORATED BY REFERENCE

    52.204-8 Annual Representations and Certifications JUL 2013 252.203-7005 Representation Relating to Compensation of Former DoD

    Officials NOV 2011

    252.204-7007 Alternate A, Annual Representations and Certifications MAY 2013 252.209-7001 Disclosure of Ownership or Control by the Government of a

    Terrorist Country JAN 2009

    Maureen.HoeslyText Box

    Maureen.HoeslyText Box

  • N33191-13-R-1240

    Page 15 of 24

    Section 00700 - Contract Clauses

    CLAUSES INCORPORATED BY REFERENCE

    52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant Against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.203-8 Cancellation, Rescission, and Recovery of Funds for Illegal

    or Improper Activity JAN 1997

    52.203-10 Price Or Fee Adjustment For Illegal Or Improper Activity JAN 1997 52.203-12 Limitation On Payments To Influence Certain Federal

    Transactions OCT 2010

    52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.211-13 Time Extensions SEP 2000 52.214-34 Submission Of Offers In The English Language APR 1991 52.215-1 Instructions to Offerors--Competitive Acquisition JAN 2004 52.217-4 Evaluation Of Options Exercised At The Time Of Contract

    Award JUN 1988

    52.217-5 Evaluation Of Options JUL 1990 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging

    While Driving AUG 2011

    52.228-3 Worker's Compensation Insurance (Defense Base Act) APR 1984 52.229-6 Taxes--Foreign Fixed-Price Contracts FEB 2013 52.232-5 Payments under Fixed-Price Construction Contracts SEP 2002 52.232-23 Assignment Of Claims JAN 1986 52.232-27 Prompt Payment for Construction Contracts JUL 2013 52.232-33 Payment by Electronic Funds Transfer--System for Award

    Management JUL 2013

    52.232-36 Payment by Third Party JUL 2013 52.233-2 Service Of Protest SEP 2006 52.236-5 Material and Workmanship APR 1984 52.236-7 Permits and Responsibilities NOV 1991 52.236-9 Protection of Existing Vegetation, Structures, Equipment,

    Utilities, and Improvements APR 1984

    52.236-11 Use and Possession Prior to Completion APR 1984 52.236-12 Cleaning Up APR 1984 52.236-13 Accident Prevention NOV 1991 52.236-15 Schedules for Construction Contracts APR 1984 52.236-17 Layout of Work APR 1984 52.236-21 Alt I Specifications and Drawings for Construction (Feb 1997) -

    Alternate I APR 1984

    52.236-26 Preconstruction Conference FEB 1995 52.236-28 Preparation of Proposals--Construction OCT 1997 52.242-13 Bankruptcy JUL 1995 52.242-14 Suspension of Work APR 1984 52.243-1 Changes--Fixed Price AUG 1987 52.246-1 Contractor Inspection Requirements APR 1984 52.246-12 Inspection of Construction AUG 1996

  • N33191-13-R-1240

    Page 16 of 24

    52.246-13 Inspection--Dismantling, Demolition, or Removal of Improvements

    AUG 1996

    52.247-34 F.O.B. Destination NOV 1991 52.247-63 Preference For U.S. Flag Air Carriers JUN 2003 52.247-64 Alt II Preference for Privately Owned U.S. - Flag Commercial

    Vessels (Apr 2003) - Alternate II FEB 2006

    52.248-3 Value Engineering-Construction OCT 2010 52.249-2 Alt I Termination for Convenience of the Government (Fixed-

    Price) (Apr 2012) - Alternate I SEP 1996

    52.249-10 Default (Fixed-Price Construction) APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD

    Officials SEP 2011

    252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense-Contract-Related Felonies

    DEC 2008

    252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A MAY 2013 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By

    The Government of a Terrorist Country DEC 2006

    252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.223-7004 Drug Free Work Force SEP 1988 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.225-7044 Balance of Payments Program--Construction Material JUN 2012 252.227-7022 Government Rights (Unlimited) MAR 1979 252.227-7023 Drawings and Other Data to become Property of Government MAR 1979 252.227-7033 Rights in Shop Drawings APR 1966 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.232-7010 Levies on Contract Payments DEC 2006 252.233-7001 Choice of Law (Overseas) JUN 1997 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 252.247-7023 Alt III Transportation of Supplies by Sea (JUN 2013) Alternate III MAY 2002

    CLAUSES INCORPORATED BY FULL TEXT

    52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (APR 1984)

    The Contractor shall be required to (a) commence work under this contract within 15 calendar days after the date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire work ready for use not later than 300 calendar days after contract award.

    *The Contracting Officer shall specify either a number of days after the date the contractor receives the notice to proceed, or a calendar date.

    (End of clause)

  • N33191-13-R-1240

    Page 17 of 24

    52.211-12 LIQUIDATED DAMAGES--CONSTRUCTION (SEP 2000)

    (a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $200.00 for each calendar day of delay until the work is completed or accepted.

    (b) If the Government terminates the Contractor's right to proceed, liquidated damages will continue to accrue until the work is completed. These liquidated damages are in addition to excess costs of repurchase under the Termination clause.

    (End of clause)

    52.217-7 OPTION FOR INCREASED QUANTITY--SEPARATELY PRICED LINE ITEM (MAR 1989)

    The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 250 calendar days after contract award. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree.

    (End of clause)

    52.232-35 DESIGNATION OF OFFICE FOR GOVERNMENT RECEIPT OF ELECTRONIC FUNDS TRANSFER INFORMATION (JULY 2013)

    (a) As provided in paragraph (b) of the clause at 52.232-34, Payment by Electronic Funds Transfer--Other than System for Award Management, the Government has designated the office cited in paragraph (c) of this clause as the office to receive the Contractor's electronic funds transfer (EFT) information, in lieu of the payment office of this contract.

    (b) The Contractor shall send all EFT information, and any changes to EFT information to the office designated in paragraph (c) of this clause. The Contractor shall not send EFT information to the payment office, or any other office than that designated in paragraph (c). The Government need not use any EFT information sent to any office other than that designated in paragraph (c).

    (c) Designated Office:

    Name:

    NAVFAC EURAFSWA

    Mailing Address:

    PSC 817 Box 51 FPO AE 09622-0051

    Telephone Number:

    +39 081 568 7723

  • N33191-13-R-1240

    Page 18 of 24

    Person to Contact:

    Ms. Maureen Hoesly

    Electronic Address:

    [email protected]

    (End of clause)

    52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984)

    The Contractor shall perform on the site, and with its own organization, work equivalent to at least 50 percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government.

    (End of clause)

    52.246-21 WARRANTY OF CONSTRUCTION (MAR 1994)

    (a) In addition to any other warranties in this contract, the Contractor warrants, except as provided in paragraph (i) of this clause, that work performed under this contract conforms to the contract requirements and is free of any defect in equipment, material, or design furnished, or workmanship performed by the Contractor or any subcontractor or supplier at any tier.

    (b) This warranty shall continue for a period of 1 year from the date of final acceptance of the work. If the Government takes possession of any part of the work before final acceptance, this warranty shall continue for a period of 1 year from the date the Government takes possession.

    (c) The Contractor shall remedy at the Contractor's expense any failure to conform, or any defect. In addition, the Contractor shall remedy at the Contractor's expense any damage to Government-owned or controlled real or personal property, when that damage is the result of--

    (1) The Contractor's failure to conform to contract requirements; or

    (2) Any defect of equipment, material, workmanship, or design furnished.

    (d) The Contractor shall restore any work damaged in fulfilling the terms and conditions of this clause. The Contractor's warranty with respect to work repaired or replaced will run for 1 year from the date of repair or replacement.

    (e) The Contracting Officer shall notify the Contractor, in writing, within a reasonable time after the discovery of any failure, defect, or damage.

    (f) If the Contractor fails to remedy any failure, defect, or damage within a reasonable time after receipt of notice, the Government shall have the right to replace, repair, or otherwise remedy the failure, defect, or damage at the Contractor's expense. (g) With respect to all warranties, express or implied, from subcontractors, manufacturers, or suppliers for work performed and materials furnished under this contract, the Contractor shall--

  • N33191-13-R-1240

    Page 19 of 24

    (1) Obtain all warranties that would be given in normal commercial practice;

    (2) Require all warranties to be executed, in writing, for the benefit of the Government, if directed by the Contracting Officer; and

    (3) Enforce all warranties for the benefit of the Government, if directed by the Contracting Officer.

    (h) In the event the Contractor's warranty under paragraph (b) of this clause has expired, the Government may bring suit at its expense to enforce a subcontractor's, manufacturer's, or supplier's warranty.

    (i) Unless a defect is caused by the negligence of the Contractor or subcontractor or supplier at any tier, the Contractor shall not be liable for the repair of any defects of material or design furnished by the Government nor for the repair of any damage that results from any defect in Government-furnished material or design.

    (j) This warranty shall not limit the Government's rights under the Inspection and Acceptance clause of this contract with respect to latent defects, gross mistakes, or fraud.

    (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):

    http://farsite.hill.af.mil

    (End of provision

    252.225-7043 ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (MAR 2006)

    (a) Definition. United States, as used in this clause, means, the 50 States, the District of Columbia, and outlying areas.

    (b) Except as provided in paragraph (c) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall--

    (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity;

    (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any security related requirements of the Embassy of their nationality;

  • N33191-13-R-1240

    Page 20 of 24

    (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and

    (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel.

    (c) The requirements of this clause do not apply to any subcontractor that is--

    (1) A foreign government;

    (2) A representative of a foreign government; or

    (3) A foreign corporation wholly owned by a foreign government.

    (d) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from Naval Criminal Investigative Service (NCIS)

    (End of clause)

    252.229-7001 TAX RELIEF (JUN 1997)

    (a) Prices set forth in this contract are exclusive of all taxes and duties from which the United States Government is exempt by virtue of tax agreements between the United States Government and the Contractor's government. The following taxes or duties have been excluded from the contract price:

    NAME OF TAX: (Offeror Insert) RATE (PERCENTAGE): (Offeror Insert)

    (b) The Contractor's invoice shall list separately the gross price, amount of tax deducted, and net price charged.

    (c) When items manufactured to United States Government specifications are being acquired, the Contractor shall identify the materials or components intended to be imported in order to ensure that relief from import duties is obtained. If the Contractor intends to use imported products from inventories on hand, the price of which includes a factor for import duties, the Contractor shall ensure the United States Government's exemption from these taxes. The Contractor may obtain a refund of the import duties from its government or request the duty-free import of an amount of supplies or components corresponding to that used from inventory for this contract.

    (End of clause)

    252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012)

    (a) The amount of any request for equitable adjustment to contract terms shall accurately reflect the contract adjustment for which the Contractor believes the Government is liable. The request shall include only costs for performing the change, and shall not include any costs that already have been reimbursed or that have been separately claimed. All indirect costs included in the request shall be properly allocable to the change in accordance with applicable acquisition regulations.

    (b) In accordance with 10 U.S.C. 2410(a), any request for equitable adjustment to contract terms that exceeds the simplified acquisition threshold shall bear, at the time of submission, the following certificate executed by an individual authorized to certify the request on behalf of the Contractor:

  • N33191-13-R-1240

    Page 21 of 24

    I certify that the request is made in good faith, and that the supporting data are accurate and complete to the best of my knowledge and belief.

    ----------------------------------------------------------------------

    (Official's Name) ----------------------------------------------------------------------

    (Title)

    (c) The certification in paragraph (b) of this clause requires full disclosure of all relevant facts, including--

    (1) Certified cost or pricing data if required in accordance with subsection 15.403-4 of the Federal Acquisition Regulation (FAR); and

    (2) Data other than certified cost or pricing data, in accordance with subsection 15.403-3 of the FAR, including actual cost data and data to support any estimated costs, even if certified cost or pricing data are not required.

    (d) The certification requirement in paragraph (b) of this clause does not apply to----

    (1) Requests for routine contract payments; for example, requests for payment for accepted supplies and services, routine vouchers under a cost-reimbursement type contract, or progress payment invoices; or

    (2) Final adjustment under an incentive provision of the contract.

    5252.201-9300 CONTRACTING OFFICER AUTHORITY (JUN 1994)

    In no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the Contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby put on notice that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed, it is the Contractors responsibility to make inquiry of the Contracting Officer before making the deviation. Payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.

    5252.209-9300 ORGANIZATIONAL CONFLICTS OF INTEREST (JUN 1994)

    (a) The restrictions described herein shall apply to the Contractor and its affiliates, consultants and subcontracts under this contract. If the Contractor under this contract prepares or assists in preparing a statement of work, specifications and plans, the Contractor and its affiliates shall be ineligible to bid or participate, in any capacity, in any contractual effort which is based on such statement of work or specifications and plans as a prime contractor, subcontractor, consultant or in any similar capacity. The Contractor shall not incorporate its products or services in such statement of work or specification unless so directed in writing by the Contracting Officer, in which case the restriction shall not apply. This contract shall include this clause in its subcontractor's or consultants' agreements concerning the performance of this contract.

  • N33191-13-R-1240

    Page 22 of 24

    5252.236-9303 ACCIDENT PREVENTION (NOV 1998)

    (a) The Contractor will maintain an accurate record of, and will report to the Contracting Officer in the manner and on the forms prescribed by the Contracting Officer, all accidents resulting in death, traumatic injury, occupational disease, and damage to property, materials, supplies and equipment incident to work performed under this contract.

    (b) Compliance with the provisions of this article by subcontractors will be the responsibility of the Contractor.

    (c) Prior to commencement of the work, the Contractor may be required to: (1) submit in writing his proposals for effectuating provision for accident prevention; (2) meet in conference with representatives of the Contracting Office to discuss and develop mutual

    understandings relative to administration of the overall safety program

    5252.236-9310 RECORD DRAWINGS (OCT 2004)

    The Contractor shall maintain at the job site two sets of full-size prints of the contract drawings, accurately marked in red with adequate dimensions, to show all variations between the construction actually provided and that indicated or specified in the contract documents, including buried or concealed construction. Special attention shall be given to recording the horizontal and vertical location of all buried utilities that differ from the final government-accepted drawings. Existing utility lines and features revealed during the course of construction, shall also be accurately located and dimensioned. Variations in the interior utility systems shall be clearly defined and dimensioned; and coordinated with exterior utility connections at the building five-foot line, where applicable. Existing topographic features which differ from those shown on the contract drawings shall also be accurately located and recorded. Where a choice of materials or methods is permitted herein, or where variations in scope or character of methods is permitted herein, or where variations in scope or character of work from that of the original contract are authorized, the drawings shall be marked to define the construction actually provided. The representations of such changes shall conform to standard drafting practice and shall include such supplementary notes, legends, and details as necessary to clearly portray the as-built construction. These drawings shall be available for review by the Contracting Officer at all times. Upon completion of the work, both sets of the marked up prints shall be certified as correct, signed by the Contractor, and delivered to the Contracting Officer for his approval before acceptance. Requests for partial payments will not be approved if the marked prints are not kept current, and request for final payment will not be approved until the marked prints are delivered to the Contracting Officer. (End of clause)

    5252.242-9300 GOVERNMENT REPRESENTATIVES (OCT 1996)

    (a) The contract will be administered by an authorized representative of the Contracting Officer. In no event, however, will any understanding or agreement, modification, change order, or other matter deviating from the terms of the contract between the Contractor and any person other than the Contracting Officer be effective or binding upon the Government, unless formalized by proper contractual documents executed by the Contracting Officer prior to completion of this contract. The authorized representative as indicated hereinafter: _X_(1) The Contracting Officers Representative (COR) will be designated by the Contracting Officer as the authorized representative of the Contracting Officer. The COR is responsible for monitoring performance and the technical management of the effort required hereunder, and should be contacted regarding questions or problems of a technical nature.

  • N33191-13-R-1240

    Page 23 of 24

    _X_(2) The designated Contract Specialist will be the Administrative Contracting Officer's representative on all other contract administrative matters. The Contract Specialist should be contacted regarding all matters pertaining to the contract or task/delivery orders. ___(3) The designated Property Administrator is the Administrative Contracting Officer's representative on property matters. The Property Administrator should be contacted regarding all matters pertaining to property administration.

    5252.242-9305 PRE-PERFORMANCE CONFERENCE (JUL 1995 )

    Within 15 days of contract award, prior to commencement of the work, the Contractor will meet in conference with representatives of the Contracting Officer, at a time to be determined by the Contracting Officer, to discuss and develop mutual understanding relative to scheduling and administering work.

  • N33191-13-R-1240

    Page 24 of 24

    Section 00800 - Special Contract Requirements