2435
RFP No. W912PL-14-R-0013 U.S. ARMY CORPS OF ENGINEERS Los Angeles District Parachute Training Facility United States Special Operations Command Pinal AirPark Marana, Arizona Pinal County Construction Solicitation and Specifications 100% Small Business Set-Aside Request for Proposal Best Value, Lowest Priced Technically Acceptable May 2014

Parachute Training Facility United States Special Oper ...swdakotah.com/attachments/article/227/W912PL-14-R-0013_Specs.pdf · Parachute Training Facility . United States Special Oper

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

  • RFP No. W912PL-14-R-0013

    U.S. ARMY CORPS OF ENGINEERS Los Angeles District

    Parachute Training Facility United States Special Operations Command Pinal AirPark Marana, Arizona Pinal County

    Construction Solicitation and Specifications

    100% Small Business Set-Aside Request for Proposal Best Value, Lowest Priced Technically Acceptable

    May 2014

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    Table of Contents - 1

    TABLE OF CONTENTS Number Title

    DIVISION 00 – BIDDING REQUIREMENTS, CONTRACT FORMS AND CONTRACT CONDITIONS SF-1442 Solicitation, Offer and Award 00 10 00 Pricing Schedule 00 21 16 Instructions to Proposers 00 22 00 Supplementary Instructions to Proposers 00 22 16 Proposal Evaluation and Contract Award 00 45 00 Representations and Certifications 00 70 00 Conditions of the Contract 00 73 00 Supplementary Conditions 00 73 46 Wage Rates ATTACHMENTS: 1 Not Used 2 Not Used 3 A/E/C CAD Standard 4 Contractor Prepared As-Builts 5 Not Used Technical Specifications DIVISION 01 - GENERAL REQUIREMENTS 01 00 00 GENERAL REQUIREMENTS 01 11 00 SUMMARY OF WORK 01 32 01 PROJECT SCHEDULE 01 33 00 SUBMITTAL PROCEDURES 01 33 29 LEED(TM) DOCUMENTATION 01 35 26 GOVERNMENTAL SAFETY REQUIREMENTS 01 42 00 SOURCES FOR REFERENCE PUBLICATIONS 01 45 00.10 QUALITY CONTROL SYSTEM (QCS) 01 45 00 QUALITY CONTROL 01 50 00 TEMPORARY CONSTRUCTION FACILITIES AND CONTROLS 01 57 20 ENVIRONMENTAL PROTECTION 01 57 23 TEMPORARY STORM WATER POLLUTION CONTROL 01 62 35 RECYCLED / RECOVERED MATERIALS 01 74 19 CONSTRUCTION AND DEMOLITION WASTE MANAGEMENT 01 78 00 CLOSEOUT SUBMITTALS 01 78 23 OPERATION AND MAINTENANCE DATA DIVISION 02 - EXISTING CONDITIONS 02 41 00 DEMOLITION 02 82 14 ASBESTOS HAZARD CONTROL ACTIVITIES 02 83 13 LEAD IN CONSTRUCTION 02 84 16 HANDLING OF LIGHTING BALLASTS AND LAMPS CONTAINING PCBs

    AND MERCURY DIVISION 03 - CONCRETE 03 11 13 STRUCTURAL CAST-IN-PLACE CONCRETE FORMING 03 11 19 INSULATING CONCRETE FORMING

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    Table of Contents - 2

    03 15 00 CONCRETE ACCESSORIES 03 20 00 CONCRETE REINFORCING 03 30 00 CAST-IN-PLACE CONCRETE 03 35 00 CONCRETE FINISHING 03 39 00 CONCRETE CURING DIVISION 05 - METALS 05 12 00 STRUCTURAL STEEL 05 19 20 COVERED PARACHUTE PACKING STRUCTURE AND COVERED PARKING STRUCTURE 05 21 19 OPEN WEB STEEL JOIST FRAMING 05 21 23 STEEL JOIST GIRDER FRAMING 05 30 00 STEEL DECKS 05 40 00 COLD-FORMED METAL FRAMING 05 50 13 MISCELLANEOUS METAL FABRICATIONS DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES 06 41 16 LAMINATE CLAD ARCHITECTURAL CASEWORK 06 61 16 SOLID POLYMER (SOLID SURFACING) FABRICATIONS DIVISION 07 - THERMAL AND MOISTURE PROTECTION 07 22 00 ROOF AND DECK INSULATION 07 60 00 FLASHING AND SHEET METAL 07 61 14 STEEL STANDING SEAM ROOFING 07 84 00 FIRESTOPPING 07 92 00 JOINT SEALANTS DIVISION 08 - OPENINGS 08 11 13 STEEL DOORS AND FRAMES 08 33 23 OVERHEAD COILING DOORS 08 34 59 VAULT DOORS AND DAY GATES 08 39 54 BLAST RESISTANT DOORS 08 51 13 ALUMINUM WINDOWS 08 51 23 STEEL WINDOWS 08 62 00 SKYLIGHTS 08 71 00 DOOR HARDWARE 08 81 00 GLAZING 08 91 00 METAL WALL AND DOOR LOUVERS DIVISION 09 - FINISHES 09 22 00 SUPPORTS FOR PLASTER AND GYPSUM BOARD 09 24 23 STUCCO 09 29 00 GYPSUM BOARD 09 30 00 CERAMIC TILE, QUARRY TILE, AND PAVER TILE 09 51 00 ACOUSTICAL CEILINGS 09 65 00 RESILIENT FLOORING 09 65 66 RESILIENT ATHLETIC FLOORING 09 68 00 CARPET 09 90 00 PAINTS AND COATINGS 09 97 13.16 INTERIOR COATING OF WELDED STEEL WATER TANKS 09 97 13.27 EXTERIOR COATING OF STEEL STRUCTURES

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    Table of Contents - 3

    DIVISION 10 - SPECIALTIES 10 14 01 EXTERIOR SIGNAGE 10 14 02 INTERIOR SIGNAGE 10 21 13 TOILET COMPARTMENTS 10 28 13 TOILET ACCESSORIES 10 44 16 FIRE EXTINGUISHERS DIVISION 12 - FURNISHINGS 12 21 00 WINDOW BLINDS 12 93 00 SITE FURNISHINGS DIVISION 13 - SPECIAL CONSTRUCTION 13 34 19 METAL BUILDING SYSTEMS (FITNESS CENTER) DIVISION 21 - FIRE SUPPRESSION 21 13 13 WET PIPE SPRINKLER SYSTEM, FIRE PROTECTION DIVISION 22 - PLUMBING 22 00 00 PLUMBING, GENERAL PURPOSE 22 07 19 PLUMBING PIPING INSULATION 22 33 30 SOLAR WATER HEATING EQUIPMENT DIVISION 23 - HEATING, VENTILATING, AND AIR CONDITIONING 23 00 00 AIR SUPPLY, DISTRIBUTION, VENTILATION, AND EXHAUST SYSTEMS 23 03 00 BASIC MECHANICAL MATERIALS AND METHODS 23 05 15 COMMON PIPING FOR HVAC 23 05 93 TESTING, ADJUSTING, AND BALANCING FOR HVAC 23 07 00 THERMAL INSULATION FOR MECHANICAL SYSTEMS 23 08 00 COMMISSIONING OF HVAC SYSTEMS 23 09 13.34 CONTROL VALVES, SELF-CONTAINED 23 09 23 LONWORKS DIRECT DIGITAL CONTROL FOR HVAC AND OTHER BUILDING

    CONTROL SYSTEMS 23 09 53 SPACE TEMPERATURE CONTROL SYSTEMS 23 21 13 LOW TEMPERATURE WATER (LTW) HEATING SYSTEM 23 23 00 REFRIGERANT PIPING 23 25 00 CHEMICAL TREATMENT OF WATER FOR MECHANICAL SYSTEMS 23 31 13 METAL DUCTS 23 36 00 AIR TERMINAL UNITS 23 37 13 DIFFUSERS, REGISTERS, AND GRILLS 23 52 43 LOW PRESSURE WATER HEATING BOILERS (UNDER 800,000 BTU/HR OUTPUT) 23 82 02 UNITARY HEATING AND COOLING EQUIPMENT DIVISION 25 - INTEGRATED AUTOMATION 25 08 10 UTILITY MONITORING AND CONTROL SYSTEM TESTING DIVISION 26 - ELECTRICAL 26 00 00 BASIC ELECTRICAL MATERIALS AND METHODS 26 05 19 INSULATED WIRE AND CABLE 26 05 71 LOW VOLTAGE OVERCURRENT PROTECTIVE DEVICES 26 08 00 APPARATUS INSPECTION AND TESTING

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    Table of Contents - 4

    26 09 23 LIGHTING CONTROL DEVICES 26 20 00 INTERIOR AND EXTERIOR DISTRIBUTION SYSTEM 26 23 00 SWITCHBOARDS 26 24 16 PANELBOARDS 26 29 01 ELECTRIC MOTORS, 3-PHASE VERTICAL INDUCTION TYPE 26 41 00 LIGHTNING PROTECTION SYSTEM 26 51 00 INTERIOR LIGHTING 26 52 00 EMERGENCY LIGHTING 26 53 00 EXIT SIGNS 26 60 13 LOW-VOLTAGE MOTORS DIVISION 27 - COMMUNICATIONS 27 05 28.36 CABLE TRAYS FOR COMMUNICATIONS SYSTEMS 27 10 00 BUILDING TELECOMMUNICATIONS CABLING SYSTEM 27 13 23 COMMUNICATIONS OPTICAL BACKBONE CABLING 27 51 16 RADIO AND PUBLIC ADDRESS SYSTEMS DIVISION 28 - ELECTRONIC SAFETY AND SECURITY 28 31 76 INTERIOR FIRE ALARM AND MASS NOTIFICATION SYSTEM DIVISION 31 - EARTHWORK 31 00 00 EARTHWORK 31 31 16 SOIL TREATMENT FOR SUBTERRANEAN TERMITE CONTROL 31 32 11 SOIL SURFACE EROSION CONTROL DIVISION 32 - EXTERIOR IMPROVEMENTS 32 01 19 FIELD MOLDED SEALANTS FOR SEALING JOINTS IN RIGID PAVEMENTS 32 05 33 LANDSCAPE ESTABLISHMENT 32 11 16 SUBBASE COURSE 32 11 23 AGGREGATE BASE COURSE 32 12 10 BITUMINOUS TACK COATS 32 12 17 HOT MIX BITUMINOUS PAVEMENT 32 15 00 AGGREGATE SURFACE COURSE 32 16 13 CONCRETE SIDEWALKS AND CURBS AND GUTTERS 32 17 23 PAVEMENT MARKINGS 32 31 13 CHAIN LINK FENCES AND GATES 32 84 23 UNDERGROUND SPRINKLER SYSTEMS 32 93 00 EXTERIOR PLANTS DIVISION 33 - UTILITIES 33 11 00 WATER DISTRIBUTION 33 16 15 WATER STORAGE STEEL TANKS 33 20 00 WATER WELLS 33 30 00 SANITARY SEWERS DIVISION 40 - PROCESS INTEGRATION 40 95 00 PROCESS CONTROL

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    Table of Contents - 5

    DIVISION 43 - PROCESS GAS AND LIQUID HANDLING, PURIFICATION, AND STORAGE EQUIPMENT

    43 21 29 FLOW MEASURING EQUIPMENT NON POTABLE WATER DRAWINGS: G-GENERAL C-CIVIL L-LANDSCAPE S-STRUCTURAL A-ARCHITECTURAL F-FIRE PROTECTION M-MECHANICAL E-ELECTRICAL

  • SOLICITATION, OFFER,AND AWARD

    (Construction, Alteration, or Repair)

    1. SOLICITATION NUMBER 2. TYPE OF SOLICITATION

    SEALED BID (IFB)

    NEGOTIATED (RFP)

    3. DATE ISSUED PAGE OF PAGES

    IMPORTANT - The "offer" section on the reverse must be fully completed by the offeror.4. CONTRACT NUMBER 5. REQUISITION/PURCHASE REQUEST NUMBER 6. PROJECT NUMBER

    7. ISSUED BY CODE 8. ADDRESS OFFER TO

    9. FOR INFORMATION CALLA. NAME B. TELEPHONE NUMBER (Include area code) (NO COLLECT CALLS)

    SOLICITATIONNOTE: In sealed bid solicitations "offer" and "offeror" mean "bid" and "bidder".10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, identifying number, date):

    11. The Contractor shall begin performance within calendar days and complete it within calendar days after receiving

    award, notice to proceed. This performance period is mandatory, negotiable. (See .)

    12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE PAYMENT BONDS?(If "YES," indicate within how many calendar days after award in Item 12B.)

    12B. CALENDAR DAYS

    YES NO

    13. ADDITIONAL SOLICITATION REQUIREMENTS:

    A. Sealed offers in original and copies to perform the work required are due at the place specified in Item 8 by (hour) local time (date). If this is a sealed bid solicitation, offers will be publicly opened at that time. Sealed envelopes

    containing offers 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, is not required.

    C. All offers are subject to the (1) work requirements, and (2) other provisions and clauses incorporated in the solicitation in full text or by reference.

    D. Offers providing less than calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.

    NSN 7540-01-155-3212Designed using Perform Pro, WHS/DIOR, Oct 96

    1442-103 STANDARD FORM 1442 (REV. 4-85) (EG)Prescribed by GSA - FAR (48 CFR) 53.236-1(d)

    W912PL-14-R-0013X

    22 May 2014 1 OF 2

    W912PL

    U. S. Army Corps of EngineersLos Angeles DistrictCESPL-CT-E, East Region Branch915 Wilshire Blvd.Los Angeles, CA 90017

    SEE BLOCK 7

    Ms Sandra Oquita (213) 452-3249

    Construction contract for Parachute Training Facility, Pinal Air Park Marana, Arizona. Theproject will include construction of Parachute Training Facility to be used by elements of theUnited States Special Operations Command (USSOCOM). The facility shall consist ofadministrative staff offices, packing area, classroom, conference and briefing rooms,maintenance and storage rooms, latrine and showers, communications closet, electrical room, andmechanical room. Supporting facilities shall include an exterior PWDS system, electrical,water, sanitary sewer and storm drainage utilities, sidewalks, vehicle parking, and emergencygenerator with fuel tank, exterior security lighting, landscaping, and all required siteimprovements. Sustainable Design and Development (SDD) and Energy Policy Act of 2005 (EPAct05)features will be provided. Comprehensive interior design services are required.

    THIS PROJECT IS A 100% SMALL BUSINESS SET ASIDE, BEST VALUE, LOW PRICE TECHNICALLY ACCEPTABLEPROCUREMENT PROCEDURES.

    THE ESTIMATED COST RANGE OF THIS PROCUREMENT IS BETWEEN 1-5 MILLION

    THIS PROCUREMENT MAY BE DELAYED, CANCELLED OR REVISED AT ANY TIME DURING THE SOLICITATION,EVALUATION AND/OR FINAL AWARD PROCESS.

    10 see 007300

    X X See Section 007300

    x 10

    3 2:00pm

    23 June 2014

    X

    120

  • OFFER (Must be fully completed by offeror)

    STANDARD FORM 1442 BACK (REV. 4-85)

    14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) 15. TELEPHONE NUMBER (Include area code)

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

    CODE FACILITY CODE

    17. The offeror agrees to perform the work required at the prices specified below in strict accordance with the terms of this solicitation, if this offer is

    accepted by the Government in writing within calendar days after the date offers are due. (Insert any number equal or greater than the minimum requirement stated in 13D. Failure to insert any number means the offeror accepts the minimum in Item 13D.)

    AMOUNTS

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

    19. ACKNOWLEDGEMENT 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 SIGN OFFER (Type or print) 20B. SIGNATURE 20C. OFFER DATE

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

    22. AMOUNT 23. ACCOUNTING AND APPROPRIATION DATA

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

    ITEM 25. OTHER THAN FULL AND OPEN COMPETITION PURSUANT TO10 U.S.C. 2304(c) ( ) 41 U.S.C. 253(c) ( )

    26. ADMINISTERED BY 27. PAYMENT WILL BE MADE BYCODE

    CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE

    28. NEGOTIATED AGREEMENT (Contractor is required to sign this

    document and return copies to the issuing office.) Contractoragrees to furnish and deliver all items or perform all work requirementsidentified on this form and any continuation sheets for the considerationstated in this contract. The rights and obligations of the parties to thiscontract shall be governed by (a) this contract award, (b) the solicitation, and(c) the clauses, representations, certifications, and specificationsincorporated by reference in or attached to this contract.

    29. AWARD. (Contractor is not required to sign this document.) Youroffer on this solicitation is hereby accepted as to the items listed. This awardconsummates the contract, which consists of (a) the Government solicitationand your offer, and (b) this contract award. No further contractual documentis necessary.

    30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN(Type or print)

    30B. SIGNATURE 30C. DATE

    31A. NAME OF CONTRACTING OFFICER (Type or print)

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

    BY

    DUNS NO.: TAX ID NO.:CAGE CODE NO.:

    ( ) - ; FAX ( ) -

    SEE PRICING SCHEDULE, SECTION 00010

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    SECTION 00 10 00 -1

    SECTION 00 10 00 – PRICING SCHEDULE

    CONTRACTOR SHALL FURNISH ALL PLANT, LABOR, MATERIAL, EQUIPMENT, ETC. NECESSARY TO PERFORM ALL WORK IN STRICT ACCORDANCE WITH THE TERMS AND CONDITIONS SET FORTH IN THE CONTRACT TO INCLUDE ALL ATTACHMENTS THERETO. Item Estimated Unit No. Description Quantity Unit Price Amount

    BASE BID 0001 Primary Building Complex complete to 5'

    outside the building(Approx. 24,000 sf)

    1 L.S. **** $

    0002 Site Work and Utilities outside the 5' building line

    1 L.S. **** $

    TOTAL

    BASE BID

    $

    0003

    OPTIONS Option 1 Fitness Center(Approx. 1250 sf)

    1

    L.S.

    ****

    $

    0004 Option 2 Exterior Parachute Packing Area (Approx. 7200 sf)

    1 L.S. **** $

    TOTAL

    OPTIONS

    $

    TOTAL AMOUNT BASE & OPTIONS (CLINs 0001-0004): $ NOTE Phasing Requirement of Project: If Option 2 is exercised, demolition of the current Exterior Parachute Packing Area can not start until the Interior Parachute Packing Room in the new facility is complete and turned over to Joint Special Operations Command.

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    SECTION 00 10 00 -2

    1. EXERCISE OF OPTIONS. The Government reserves the right to exercise the option(s) by written notice to the

    Contractor either singularly or in any combination for up to 90 calendar days after award of the Base Bid without an increase in the Offeror's bid price. Completion of added options shall continue at the same schedule as the Base Bid unless otherwise noted in the SPECIAL CONTRACT REQUIREMENTS, Paragraph 1, COMMENCEMENT, PROSECUTION AND COMPLETION OF WORK.

    2. EVALUATION: The Government intends to issue a contract resulting from the Request for Proposal (RFP) to the responsible Offeror whose proposal represents the lowest priced technically acceptable proposal meeting or exceeding the acceptability standards for non-cost factors by using the procedure as described in Sections 00 21 16 and 00 22 16. The award decision will be based on a comparative assessment in proposals against all source selection criteria in the solicitation.

    3. Award of the Base will be made to one offeror. Offerors must submit a price on all items, in the Pricing Schedule to be eligible for award.

    4. ARITHMETIC DISCREPANCIES:

    (a) For the purpose of initial evaluation of bids, the following will be utilized in the resolving arithmetic discrepancies found on the face of bidding schedule as submitted by the offeror: (1) Obviously misplaced decimal points will be corrected; (2) Discrepancy between unit price and extended price, the unit price shall govern, and in a discrepancy between the sum of extended prices and the stated total for the base or optional items, the sum of the extended prices will govern; (3) Apparent errors in extension of unit prices will be corrected; (4) Apparent errors in addition of lump-sum and extended prices will be corrected.

    (b) For the purposes of bid evaluation, the government will proceed on the assumption that the offeror intends his bid to be evaluated on basis of the unit prices, the totals arrived at by resolution of arithmetic discrepancies as provided above and the bid will be so reflected on the abstract of bids.

    (c) These correction procedures shall not be used to resolve any ambiguity concerning which bid is

    low. (EFARS 52.214-5000)

    5. The lump sum, “L.S.” line items above are not “estimated quantity” line items and therefore are not subject to the Variation in Quantity contract clause. 6. PROGRESS PAYMENT REQUESTS made by the Contractor pursuant to the provisions of Contract Clause, PAYMENTS UNDER FIXED-PRICE CONSTRUCTION CONTRACTS, shall be submitted on ENG FORM 93 to the administration office as designated in Section 00 21 16. ENG FORM 93 shall be submitted to that office on the 20th day of each month in appropriate form and certified. Photocopies of the form shall be furnished on that same date to the Corps of Engineers offices designated at the Pre-Construction Conference.

    7. MANDATORY WORK STOPPAGES

    (a) A mandatory work stoppage occurs whenever the Contractor is restricted from working a full workday and is unable to reallocate work forces to other locations. All costs associated with five (5) mandatory work stoppages must be included in the bid price. No additional compensation or extension to the Contract performance period will be given as a result of five (5) mandatory work stoppages.

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    SECTION 00 10 00 -3

    (1) In the event that the Contractor's work force is required to evacuate any part of the working area during working hours established by the Contractor for this contract, the Government will then make an adjustment under the clause entitled, FAR 52.242-14 SUSPENSION OF WORK, see Section 00700. The Government's liability will be considered to be limited to reimbursement for loss of time of Contractor's employees and equipment which otherwise would have been employed on the job. The completion time for any part of the work will not be extended if the total number of working hours of work stoppage does not exceed 0.08 times the number of calendar days in the period between the date of notice to proceed and the specified completion date. In the event the Contractor is required to evacuate the area in excess of the time specified above, the completion times will be adjusted.

    (b) The Contractor may be required, without advance notice, to move work to a different location. The Contractor shall be prepared to increase or decrease work forces with appropriate trades to perform work in the relocated work areas at no additional cost to the Government.

    (c) The Contractor shall notify the Contracting Officer when a mandatory work stoppage occurs for recording purposes. Otherwise, the work stoppage will not be credited to the Contractor.

    8. If a modification to a bid based on unit prices is submitted, which provides for a lump sum adjustment to the total estimated cost, the application of the lump sum adjustment to each unit price in the bid schedule must be stated. If it is not stated, the offeror agrees that the lump sum adjustment shall be applied on a pro rata basis to every unit price in the bid schedule.

    9. Principal Contracting Officer. The Contracting Officer who signs this contract will be the Principal Contracting Officer for this contract. However, any Contracting Officer assigned to the Los Angeles District, contracting within his authority, may take formal action on this contract when the Principal Contracting Officer is unavailable and the action needs to be taken.

    10. Amounts and prices shall be indicated in either words or figures, NOT BOTH.

    11. The offeror shall furnish all plant, labor, material, equipment, etc., necessary to perform all work in strict accordance with the terms and conditions set forth in the contract including all attachments thereto complete and ready for use.

    12. Some quantities are ESTIMATED, the offerors prices MUST BE FIRM.

    13. Offeror is cautioned to check his Price Schedule carefully prior to submission. If the Price Schedule contains unit prices, they should be round off to the second decimal point only NOT EXTENDED FURTHER. 14. The Offeror shall distribute his indirect costs (overhead, profit, bond, etc.,) over all items in the Price Schedule. The Government will review submitted Price Schedule for any unbalancing of the items. Any submitted Price Schedule determined to be unbalanced may cause the offeror to be ineligible for contract award. 15. The Contract Clause 52.232-27, “Prompt Payment for Construction Contracts” requires that the name and address of the contractor official, to whom payment is to be sent, be the same as that in the contract or in a proper Notice of Assignment. 16. Payment of Electronic Funds Transfer (EFT) is the mandatory method of payment. The Contractors attention is directed to Contract Clause No. 52.232-33 "Mandatory Information for Electronic Funds Transfer" located in Section 00 73 00. 17. PLEASE NOTE: The Contractor agrees to attend any Post Award conference convened by the contracting activity or contract administration in accordance with Federal Acquisition Regulation subpart 42.5.0

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    SECTION 00 10 00 -4

    18. CONTRACTOR PERFORMANCE EVALUATIONS. In accordance with the provisions of Subpart 36.201(Evaluation of Contractor Performance) of the Federal Acquisition Regulation (FAR), construction contractor’s performance shall be evaluated throughout the performance of the contract. The United States Army Corps of Engineers (USACE) follows the procedures outlined in Engineering Regulation 415-1-17 to fulfill this FAR requirement. For construction contracts awarded at or above $650,000.00, the USACE will evaluate contractor’s performance and prepare a performance report using the Construction Contractor Appraisal Support System (CCASS), which is now a web-based system. After an evaluation (interim or final) is written up by the USACE, the contractor will have the ability to access, review and comment on the evaluation for a period of 30 days. Accessing and using CCASS requires specific software, called PKI certification, which is installed on the user’s computer. The certification is a Department of Defense requirement and was implemented to provide security in electronic transactions. The certification software could cost approximately $110 - $125 per certificate per year and is purchased from an External Certificate Authorities (ECA) vendor. Current information about the PKI certification process and for contacting vendors can be found on the web site: http://www.cpars.navy.mil/. If the Contractor wishes to participate in the performance evaluation process, access to CCASS and PKI certification is the sole responsibility of the Contractor. 19. PLEASE NOTE: PROSPECTIVE OFFERORS SHOULD SUBMIT CONTRACTING AND TECHNICAL INQUIRIES AND QUESTIONS RELATING TO PROPOSAL PROCEDURES ARE TO BE SUBMITTED VIA OFFEROR INQUIRY IN PROJNET AT WWW.PROJNET.ORG.PROJNET REFER TO SECTION 00100 CLAUSE ENTITLED, “INQUIRIES” 20. PLEASE NOTE: ALL PROSPECTIVE OFFERORS MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM) https://www.sam.gov/portal/public/SAM/ 21. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.

    http://www.cpars.navy.mil/http://www.projnet.org.projnet/https://www.sam.gov/portal/public/SAM/

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    SECTION 00 10 00 -5

    CERTIFICATE OF CORPORATE PRINCIPAL 1) IF THE OFFEROR IS A JOINT VENTURE, COMPLETE THE FOLLOWING: ________________________ ________________________ _____________________ (Company Name) (Signature) (Title) ________________________ _______________________ _____________________ (Company Name) (Signature) (Title) _______________________ ________________________ _____________________ (Company Name) (Signature) (Title) 2) IF THE OFFEROR IS PARTNERSHIP, LIST FULL NAME OF ALL PARTNERS: ________________________ ________________________ _____________________ (Company Name) (Signature) (Title) ________________________ ________________________ _____________________ (Company Name) (Signature) (Title) _______________________ ________________________ _____________________ (Company Name) (Signature) (Title) 3) IF THE OFFEROR IS A CORPORATION, THE FOLLOWING CERTIFICATION SHOULD BE COMPLETED: CERTIFICATION AS TO CORPORATE PRINCIPAL

    I, , certify that I am the Secretary of the corporation named as principal in the within contract; that , who signed the said contract on behalf of the principal, was the of the corporation; that I know his signature and that his signature is genuine; and that said contract was duly signed, sealed and attested for in behalf of said corporation by authority of its governing body. ____________________________________

    CORPORATE PRINCIPAL

    CORPORATE SEAL ___________________________________

    SECRETARY

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    SECTION 00 10 00 -6

    (4) IF THE OFFEROR IS A LIMITED LIABILITY COMPANY, LIST FULL NAME OF ALL MANAGERS BELOW. SIGNATURES BY ALL MANAGERS HERE SIGNIFY THAT THAT THE INDIVIDUAL WHO SIGNED THE OFFER IN BLOCK 20B HAS THE AUTHORITY TO BIND THE LIMITED LIABILITY COMPANY. _____________________________ _____________________________ Name Signature _____________________________ _____________________________ Name Signature _____________________________ _____________________________ Name Signature

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 1 of 20

    Section 00 21 16 INSTRUCTIONS TO PROPOSERS

    Clause Incorporated by Full Text 52.0000-4010 INQUIRIES ......................................................................................................................... 2

    52.0000-4001 DIRECTIONS FOR SUBMITING OFFERS ........................................................................ 3

    52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013).......................................................... 5

    52.211-1 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS, FPMR PART 101-29 (AUG 1998) ............................................................................................................................................. 6

    52.211-6 BRAND NAME OR EQUAL (AUG 1999) ............................................................................... 7

    52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) ........................................................... 7

    52.211-5000 VARIATIONS IN ESTIMATED QUANTITIES — SUBDIVIDED ITEMS (MAR 1995) ....................................................................................................................... Error! Bookmark not defined.

    52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004) ............ 7

    52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010) ................................................................. 11

    52.222-5 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005) ............................ 12

    52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001)..................................................................................................... 12

    52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) ................................................ 13

    52.225-12 NOTICE OF BUY AMERICAN ACT REQUIREMENT-- CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (FEB 2009) ................................................................. 14

    52.228-1 BID GUARANTEE (SEP 1996) ............................................................................................. 14

    52.228-4507 BID GUARANTEE FORM AND AMOUNT .................................................................... 15

    52.233-2 SERVICE OF PROTEST (SEP 2006) ..................................................................................... 15

    52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) – ALTERNATE I (FEB 1995).................... 16

    52.236-28 PREPARATION OF PROPOSALS--CONSTRUCTION (OCT 1997) ............................... 16

    52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) ........... 17

    52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) ............................................ 17

    252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) ........................................................................................................................... 17

    SECURITY CONTRACT LANGUAGE FOR ALL CORPS OF ENGINEERS' UNCLASSIFIED CONTRACTS ............................................................................................................................................. 18

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 2 of 20

    52.0000-4010 INQUIRIES Any prospective offeror desiring an explanation or interpretation of the solicitation, drawings, specifications, etc., must request it in writing soon enough to allow a reply to reach all prospective bidders/offerors before submission of their bids/offers. Oral explanations or instructions given before award of a contract are not binding. Any information given to a prospective offeror concerning a solicitation will be furnished promptly to all other prospective offerors as an amendment to the solicitation, if that information is necessary in submitting offers or if lack of it would be prejudicial to other prospective bidders/offerors. 1. All inquiries relating to this solicitation are to be submitted via Bidder Inquiry in ProjNet at www.projnet.org/projnet. A. To submit and review bid inquiry items, bidders will need to be a current registered user, or self register into the ProjNet system. To access the Bid Inquiry system, go to the ProjNet web page and fill in:

    - Managing Agency - USACE - Email address - Key Access (this is the Bidder Inquiry Key - see below for key) - Click on “Sign In” - You will be prompted for the answer to your secret question on the next screen

    If this is your first time accessing ProjNet, you will be directed to a screen titled “User account not found. Please create one using the form below”. Fill in the requested information (name, company, city, phone #, etc) For additional guidance, see the attached 1-page pdf file for accessing the Bid Inquiry system. B. From this page, you may view all bidder inquiries or add an inquiry. Please Note: Offerors shall only submit

    one question per inquiry. All inquiries containing multiple questions may be rejected. C. Offerors will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by the technical team. D. The Solicitation Number is: W912PL-14-R-0013 The Bidder Inquiry Key is: 962GSY-W5VWBS 2. The Bidder Inquiry System will be unavailable for new inquiries 5 business days prior to bid/proposal

    submission in order to ensure adequate time allotted to form an appropriate response and amend the solicitation if necessary.

    3. Offerors are requested to review the specifications in its entirety, review the Bidder Inquiry System for answers

    to questions prior to submission of a new inquiry. 4. The ProjNet call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The

    telephone number for the Call Center is 800-428-HELP. 5. Responses on the Bidder Inquiry System do not revise, change, amend or supersede the provisions of the

    solicitation. Changes to the solicitation must be by written amendment thereto. Any Bidder Inquiry System response that can be interpreted to be in conflict with the solicitation or amendment, shall be subordinate to the conflicting provision, term, and/or note, wherever it appears in the solicitation, until revised or altered by a written amendment to the solicitation.

    Additionally, offerors may not anticipate a change to the solicitation until the change, revision, correction, or alteration of the solicitation is actually made, in writing and published as an amendment to the solicitation.

    http://www.projnet.org/projnet

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 3 of 20

    52.0000-4001 DIRECTIONS FOR SUBMITING OFFERS (a) Envelopes containing offers, cost and technical, etc., must be sealed, marked and addressed follows: Envelopes containing bids must be sealed, marked and addressed as follows: MARK ENVELOPES: RFP No. W912PL-14-R-0013 Proposal Due Date: See Block 13 of SF 1442 ADDRESS ENVELOPES TO: Department of the Army U. S. Army Engineer District, Los Angeles ATTN: Contracting Division C/O: Sandra Oquita

    915 Wilshire Blvd., Suite 1440 Los Angeles, CA 90017

    EXPRESS MAIL ENVELOPES: Department of the Army U.S. Army Engineer District, Los Angeles ATTN: Contracting Division C/O: Sandra Oquita

    915 Wilshire Blvd., Suite 1440 Los Angeles, CA 90017

    (b) Hand carried proposals may be deposited prior to the time and date set for receipt of proposals as follows: Department of the Army U.S. Army Engineer District, Los Angeles ATTN: Contracting Division C/O: Sandra Oquita

    915 Wilshire Blvd., Suite 1101 Los Angeles, CA 90017

    SPECIAL INSTRUCTIONS PERTAINING TO HAND-CARRIED OFFERS: Due to security precautions, all Corps of Engineers visitors/couriers are now required to check in at the Security Office, Suite 1101, 915 Wilshire Blvd, Los Angeles, CA. Offerors are no longer permitted to hand-carry their offers directly to Contacting Division without an authorized escort. Offers may NOT be left unattended at the Security Office, Suite 1101. Offerors who desire to hand-deliver their offers prior to the scheduled time/date set for receipt of offerors must notify the Contracting Division to arrange for receipt of their offer by Contracting Division personnel. Normally the contact will be the Contract Specialist designated above. In the event the Contract Specialist cannot be reached, please call the main Contracting Division telephone number, 213-452-3231 or the following alternative telephone numbers -3233, -3245, -3234, or -3235, in order to request assistance. 20 minutes prior to the scheduled receipt of offer time/date, the Contract Specialist will be in the Security Office (PAO) Suite 1101, to accept offers. For negotiated procurements, there is no public proposal opening. In order to expedite visitor processing, offerors are encouraged to complete the information requested on the Notice of Visitor(s) Form (attached). The completed form can be faxed to the Contract Specialist at (213)

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 4 of 20

    452-3716, prior to the date for receipt of offers. In addition, no more than 2 visitors per firm will be permitted within the building. No exceptions will be made. The offeror is responsible for compliance with the security requirements and shall ensure that any company representative, courier or delivery personnel are aware of these special procedures pertaining to hand carried offers.

    NOTICE OF VISITOR(S) W912PL-14-R-0013

    1. Date(s) of Visit (Inclusive)

    2. Arrival Time

    3. Name of Visitor(s) (Last, First)

    4. Agency/Company of Visitor

    5. Name of Person Being Visited (Include Div, Br, Sec)

    Sandra Oquita

    6. Suite Number 1440

    7. Telephone Number

    213-452-3249

    8. Contact Person (if other than Person Being Visited)

    10. Other Comments or Instructions

    - All visitors must report to the Public Affairs Office, Suite 980 - Visitors must use the Visitor Tag provided. - Visitors must be escorted to Corps of Engineers floors - Parking validation is only available for Engineering Division, Construction-Operations, and Information Management field personnel. - Delivery personnel will be validated for 30 minutes only. CESPL Form 820 23 APR 2006

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 5 of 20

    52.204-7 SYSTEM FOR AWARD MANAGEMENT (JULY 2013) (a) Definitions. As used in this provision-- Data Universal Numbering System (DUNS) number means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. Data Universal Numbering System +4 (DUNS+4) number means the DUNS number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional System for Award Management records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same parent concern. Registered in the System for Award Management SAM database means that-- (1) The offeror has entered all mandatory information, including the DUNS number or the DUNS+4 number, the Contractor and Government Entity (CAGE) code, as well as data required by the Federal Funding Accountability and Transparency Act of 2006 (see Subpart 4.14) into the SAM database; (2) The offeror has completed the Core, Assertions, and Representations and Certifications, and Points of Contact sections of the registration in the SAM database; (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS). The offeror will be required to provide consent for TIN validation to the Government as a part of the SAM registration process; and (4) The Government has marked the record ``Active''. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation “DUNS” or “DUNS +4” followed by the DUNS or DUNS +4 number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number will be used by the Contracting Officer to verify that the offeror is registered in the SAM database. (c) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) An offeror may obtain a DUNS number-- (i) Via the Internet at http://fedgov.dnb.com/webform or if the offeror does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The offeror should indicate that it is an offeror for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The offeror should be prepared to provide the following information: (i) Company legal business. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company Physical Street Address, City, State, and Zip Code. (iv) Company Mailing Address, City, State and Zip Code (if separate from physical).

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 6 of 20

    (v) Company Telephone Number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. (e) Processing time, which normally takes 48 hours, should be taken into consideration when registering. Offerors who are not registered should consider applying for registration immediately upon receipt of this solicitation. (f) Offerors may obtain information on registration at https://www.acquisition.gov. (End of clause)

    52.211-1 AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS, FPMR PART 101-29 (AUG 1998) (a) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to--GSA Federal Supply Service, Specifications Section, Suite 8100, 470 East L'Enfant Plaza, SW, Washington, DC 20407, Telephone (202) 619-8925, Facsimile (202) 619-8978. (b) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (a) of this provision. Additional copies will be issued for a fee. 52.211-2 AVAILABILITY OF SPECIFICATIONS, STANDARDS, AND DATA ITEM DESCRIPTIONS LISTED IN THE ACQUISITION STREAMLINING AND STANDARDIZATION INFORMATION SYSTEM (ASSIST) (JAN 2006) (a) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: (1) ASSIST (http://assist.daps.dla.mil); (2) Quick Search (http://assist.daps.dla.mil/quicksearch); (3) ASSISTdocs.com (http://assistdocs.com). (b) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by-- (1) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard);

    https://www.acquisition.gov/

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 7 of 20

    (2) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (3) Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. (End of provision)

    52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as “brand name or equal,” the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that “equal” products must meet are specified in the solicitation. (b) To be considered for award, offers of “equal” products, including “equal” products of the brand name manufacturer, must-- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by-- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate “equal” products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an “equal” product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision)

    52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008) Any contract awarded as a result of this solicitation will be DX rated order; X DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] (End of provision)

    52.215-1 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2004) (a) Definitions. As used in this provision--

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 8 of 20

    “Discussions” are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its proposal. “In writing or written” means any worded or numbered expression which can be read, reproduced, and later communicated, and includes electronically transmitted and stored information. “Proposal modification” is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award. “Proposal revision” is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations. “Time”, if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day. (b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). (c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision. (2) The first page of the proposal must show-- (i) The solicitation number; (ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available); (iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item; (iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and (v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. (3) Submission, modification, or revision, of proposals. (i) Offerors are responsible for submitting proposals, and any modifications, or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due. (ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is “late” and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and--

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 9 of 20

    (1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (3) It is the only proposal received. (B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award. (4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items. (5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation. (6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award. (7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer. (8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer. (d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror). (e) Restriction on disclosure and use of data. Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall-- (1) Mark the title page with the following legend: This proposal includes data that shall not be disclosed outside the Government and shall not be duplicated, used, or disclosed--in whole or in part--for any purpose other than to evaluate this proposal. If, however, a contract is awarded to this offeror as a result of--or in connection with-- the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent provided in the resulting contract. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]; and

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 10 of 20

    (2) Mark each sheet of data it wishes to restrict with the following legend: Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal. (f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation. (2) The Government may reject any or all proposals if such action is in the Government's interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. 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 to the greatest number that will permit an efficient competition among the most highly rated proposals. (5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal. (6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. (7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government. (8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indicated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. (10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party. (11) If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (i) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (ii) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (iii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (iv) A summary of the rationale for award. (v) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror.

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 11 of 20

    (vi) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision)

    52.215-20 REQUIREMENTS FOR COST OR PRICING DATA OR INFORMATION OTHER THAN CERTIFIED COST OR PRICING DATA (OCT 2010) (a) Exceptions from certified cost or pricing data. (1) In lieu of submitting certified cost or pricing data, offerors may submit a written request for exception by submitting the information described in the following subparagraphs. The Contracting Officer may require additional supporting information, but only to the extent necessary to determine whether an exception should be granted, and whether the price is fair and reasonable. (i) Identification of the law or regulation establishing the price offered. If the price is controlled under law by periodic rulings, reviews, or similar actions of a governmental body, attach a copy of the controlling document, unless it was previously submitted to the contracting office. (ii) Commercial item exception. For a commercial item exception, the offeror shall submit, at a minimum, information on prices at which the same item or similar items have previously been sold in the commercial market that is adequate for evaluating the reasonableness of the price for this acquisition. Such information may include-- (A) For catalog items, a copy of or identification of the catalog and its date, or the appropriate pages for the offered items, or a statement that the catalog is on file in the buying office to which the proposal is being submitted. Provide a copy or describe current discount policies and price lists (published or unpublished), e.g., wholesale, original equipment manufacturer, or reseller. Also explain the basis of each offered price and its relationship to the established catalog price, including how the proposed price relates to the price of recent sales in quantities similar to the proposed quantities; (B) For market-priced items, the source and date or period of the market quotation or other basis for market price, the base amount, and applicable discounts. In addition, describe the nature of the market; (C) For items included on an active Federal Supply Service Multiple Award Schedule contract, proof that an exception has been granted for the schedule item. (2) The offeror grants the Contracting Officer or an authorized representative the right to examine, at any time before award, books, records, documents, or other directly pertinent records to verify any request for an exception under this provision, and the reasonableness of price. For items priced using catalog or market prices, or law or regulation , access does not extend to cost or profit information or other data relevant solely to the offeror's determination of the prices to be offered in the catalog or marketplace. (b) Requirements for certified cost or pricing data. If the offeror is not granted an exception from the requirement to submit certified cost or pricing data, the following applies: (1) The offeror shall prepare and submit certified cost or pricing data, data other than certified cost or pricing data, and supporting attachments in accordance with the instructions contained in Table 15-2 of FAR 15.408, which is incorporated by reference with the same force and effect as though it were inserted here in full text. The instructions in Table 15-2 are incorporated as a mandatory format to be used in this contract, unless the Contracting Officer and the Contractor agree to a different format and change this clause to use Alternate I. As soon as practicable after agreement on price, but before contract award (except for unpriced actions such as letter contracts), the offeror shall submit a Certificate of Current Cost or Pricing Data, as prescribed by FAR 15.406-2. (End of provision)

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 12 of 20

    52.222-5 DAVIS-BACON ACT--SECONDARY SITE OF THE WORK (JUL 2005) (a)(1) The offeror shall notify the Government if the offeror intends to perform work at any secondary site of the work, as defined in paragraph (a)(1)(ii) of the FAR clause at 52.222-6, Davis-Bacon Act, of this solicitation. (2) If the offeror is unsure if a planned work site satisfies the criteria for a secondary site of the work, the offeror shall request a determination from the Contracting Officer. (b)(1) If the wage determination provided by the Government for work at the primary site of the work is not applicable to the secondary site of the work, the offeror shall request a wage determination from the Contracting Officer. (2) The due date for receipt of offers will not be extended as a result of an offeror's request for a wage determination for a secondary site of the work. (End of provision)

    52.222-18 CERTIFICATION REGARDING KNOWLEDGE OF CHILD LABOR FOR LISTED END PRODUCTS (FEBRUARY 2001) (a) Definition. Forced or indentured child labor means all work or service-- (1) Exacted from any person under the age of 18 under the menace of any penalty for its nonperformance and for which the worker does not offer himself voluntarily; or (2) Performed by any person under the age of 18 pursuant to a contract the enforcement of which can be accomplished by process or penalties. (b) Listed end products. The following end product(s) being acquired under this solicitation is (are) included in the List of Products Requiring Contractor Certification as to Forced or Indentured Child Labor, identified by their country of origin. There is a reasonable basis to believe that listed endproducts from the listed countries of origin may have been mined, produced, or manufactured by forced or indentured child labor. Listed End Product ---------------------------------------------------------------------- ---------------------------------------------------------------------- Listed Countries of Origin ---------------------------------------------------------------------- ---------------------------------------------------------------------- (c) Certification. The Government will not make award to an offeror unless the offeror, by checking the appropriate block, certifies to either paragraph (c)(1) or paragraph (c)(2) of this provision. ( ) (1) The offeror will not supply any end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in a corresponding country as listed for that end product. ( ) (2) The offeror may supply an end product listed in paragraph (b) of this provision that was mined, produced, or manufactured in the corresponding country as listed for that product. The offeror certifies that it has made a good faith effort to determine whether forced or indentured child labor was used to mine, produce, or manufacture such end product. On the basis of those efforts, the offeror certifies that it is not aware of any such use of child labor.

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 13 of 20

    (End of provision)

    52.222-23 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY FOR CONSTRUCTION (FEB 1999) (a) The offeror's attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. (b) The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows:

    Goals for minority participation for each trade

    Goals for female participation for each trade

    13.9% 6.9%

    These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. (c) The Contractor's compliance with Executive Order 11246, as amended, and the regulations in 41 CFR 60-4 shall be based on (1) its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction,'' and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60-4. Compliance with the goals will be measured against the total work hours performed. (d) The Contractor shall provide written notification to the Deputy Assistant Secretary for Federal Contract Compliance, U.S. Department of Labor, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the -- (1) Name, address, and telephone number of the subcontractor; (2) Employer's identification number of the subcontractor; (3) Estimated dollar amount of the subcontract; (4) Estimated starting and completion dates of the subcontract; and (5) Geographical area in which the subcontract is to be performed. (e) As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is Pinal Air Park, Pinal County, Arizona. (End of provision)

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 14 of 20

    52.225-12 NOTICE OF BUY AMERICAN ACT REQUIREMENT-- CONSTRUCTION MATERIALS UNDER TRADE AGREEMENTS (FEB 2009) (a) Definitions. “Commercially available off-the-shelf (COTS) item,” “construction material,” “designated country construction material,” “domestic construction material,” and “foreign construction material,” as used in this provision, are defined in the clause of this solicitation entitled “Buy American Act-- Construction Materials Under Trade Agreements” (Federal Acquisition Regulation (FAR) clause 52.225-11). (b) Requests for determination of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American Act should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of FAR clause 52.225-11 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American Act before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American Act, based on claimed unreasonable cost of domestic construction materials, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(4)(i) of FAR clause 52.225-11. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign construction material, other than designated country construction material, that is not listed by the Government in this solicitation in paragraph (b)(3) of FAR clause 52.225-11, the offeror also may submit an alternate offer based on use of equivalent domestic or designated country construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of FAR clause 52.225-11 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of FAR clause 52.225-11 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic or designated country construction material, and the offeror shall be required to furnish such domestic or designated country construction material. An offer based on use of the foreign construction material for which an exception was requested-- (i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations. (End of provision)

    52.228-1 BID GUARANTEE (SEP 1996) (a) Failure to furnish a bid guarantee in the proper form and amount, by the time set for opening of bids, may be cause for rejection of the bid. (b) The bidder shall furnish a bid guarantee in the form of a firm commitment, e.g., bid bond supported by good and sufficient surety or sureties acceptable to the Government, postal money order, certified check, cashier's check, irrevocable letter of credit, or, under Treasury Department regulations, certain bonds or notes of the United States. The Contracting Officer will return bid guarantees, other than bid bonds, (1) to unsuccessful bidders as soon as practicable after the opening of bids, and (2) to the successful bidder upon execution of contractual documents and bonds (including any necessary coinsurance or reinsurance agreements), as required by the bid as accepted.-

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 15 of 20

    (c) The amount of the bid guarantee shall be 20 percent of the bid price or $3,000,000, whichever is less.- (d) If the successful bidder, upon acceptance of its bid by the Government within the period specified for acceptance, fails to execute all contractual documents or furnish executed bond(s) within 10 days after receipt of the forms by the bidder, the Contracting Officer may terminate the contract for default.- (e) In the event the contract is terminated for default, the bidder is liable for any cost of acquiring the work that exceeds the amount of its bid, and the bid guarantee is available to offset the difference. (End of provision)

    52.228-4507 BID GUARANTEE FORM AND AMOUNT

    When bids/proposals exceed $150,000, the offeror shall furnish a separated bid guarantee in accordance with the solicitation provision titled "Bid Guarantee", FAR 52.228-1. In accordance with FAR 28.101-2 the bid guarantee amount shall be a least 20 percent of the "bid price" but shall not exceed $3 million. When the penal sum is expressed as a percentage, a maximum dollar limitation may be stated. If there are option line items on the Pricing Schedule (Schedule B), the term "bid price" is hereby defined as the total bid not to include any amount for line items designated as "options". In bids/proposals that contain "additives", the "bid price" is defined as the total of all bid items including additive line items. FAR 28.106-1 states that a Standard Form (SF) 24 shall be used for the bid bond. In accordance with FAR 28.202(a)(1), corporate sureties utilized must appear on the list contained in the Department of Treasury Circular 570 titled "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and Acceptable Reinsuring Companies."

    52.233-2 SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Department of the Army U.S. Army Engineer District, Los Angeles ATTN: Contracting Division C/O: Sandra Oquita

    915 Wilshire Blvd., Suite 1440 Los Angeles, CA 90017

    (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision)

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 16 of 20

    52.236-27 SITE VISIT (CONSTRUCTION) (FEB 1995) – ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigations and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for Thursday, 29 May 2014 at 10:00. SPC OPS Parachute Training Facility, Pinal Air Park, Arizona For instructions contact: Rob Lewis 520-906-7780 and email: [email protected] (c) Offerors or quoters desiring to attend the site visit shall provide the following information: * each individual’s full name (First, Middle Initial, Last), * Birthday MM/DD/YYYYY, SSN, * Driver License State of issue and # . Provide the information to the email addresses shown above, with email subject "Site Visit Parachute Training Facility". Base Security will be performing background checks on all individuals planning on coming onto the Base. (d) The information listed in paragraph (c) above must be received at least two (2) BUSINESS DAYS (Monday – Friday) prior to the site visit for the individual to be added to the guest list. Information received after this time may be incorporated into the guest list, but this is not guaranteed. Individuals may also be registered at the Guard Shack the day of the Site Visit, however, this also is not guaranteed admittance to the Site. Arrive 15 minutes earlier to register. (e) All individuals shall meet just before the Guard Shack for the Pinal Air Park. Pinal Air Park is located approximately 40 miles north of Tucson at approximately exit 232 off of I-10, Pinal Air Park Road. All individual will then follow a lead vehicle to the project site. After the site tour, all individuals will follow the lead car back of the Pinal Air Park property. (f) Each individual to carry current government issued photo identification, records of vehicle registration, and insurance. (End of provision)

    52.236-28 PREPARATION OF PROPOSALS--CONSTRUCTION (OCT 1997) (a) Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposal form. (b) The proposal form may require offerors to submit proposed prices for one or more items on various bases, including-- (1) Lump sum price; (2) Alternate prices;

    mailto:[email protected]

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 17 of 20

    (3) Units of construction; or (4) Any combination of paragraphs (b)(1) through (b)(3) of this provision. (c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words “no proposal” in the space provided for any item on which no price is submitted. (d) Alternate proposals will not be considered unless this solicitation authorizes their submission. (End of provision)

    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/vffara.htm (End of provision)

    52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (DFARS) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision)

    252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. Covered DoD official is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (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. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision)

    http://farsite.hill.af.mil/vffara.htm

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 18 of 20

    SECURITY CONTRACT LANGUAGE FOR ALL CORPS OF ENGINEERS' UNCLASSIFIED CONTRACTS

    A. AUTOMATED INFORMATION SYSTEM (AIS) EFFORT

    All Contractor employees (U.S. citizens and Non- U.S. citizens) working under this contract (to include grants, cooperative agreements and task orders) who require access to Automated Information Systems (AIS), (stand alone computers, network computers/systems, e-mail) shall, at a minimum, be designated into an ADP-III position (non-sensitive) in accordance with DoD 5220-22-R, Industrial Security Regulation. The investigative requirements for an ADP-III position are a favorable National Agency Check (NAC), SF-85P, Public Trust Position. The contractor shall have each applicable employee complete a SF-85P and submit to the Los Angeles District, 915 Wilshire Blvd. , Los Angeles, California 90017 ATTN: Security Officer within three (3) working days after award of any contract or task order, and shall be submitted prior to the individual being permitted access to an AIS. Contractors that have a commercial or government entity (CAGE) Code and Facility Security Clearance through the Defense Security Service shall process the NACs and forward visit requests/results of NAC to the Los Angeles District Security Officer. For those contractors that do not have a CAGE Code or Facility Security Clearance, the Los Angeles District Security Office will process the investigation in coordination with the Contractor and contract employees.

    B. NATIONAL INFRASTRUCTURES EFFORTS

    Contractor employees scheduled to access the Homeland Security determined National Infrastructures, i.e., Powerhouses, Switchyards, Locks/Dams or other restricted/sensitive areas are required to submit a State Bureau of Investigation Criminal Records (History) Check from the state where the work will be performed to the Contracting Officer no later than ten (10) working days after contract award. In addition to providing the individual Criminal Records (History) Check, contractor employees scheduled to have access to the National Infrastructures for six (6) months or longer required a favorable Public Trust Background Investigation (SF-85P), which includes fingerprints (FD-258). Contractor employees may have the finger print card (FD-258) completed by local law enforcement anyone qualified in the Los Angeles District Field Offices, or by making an appointment with the District Security Officer, SGM Jeffrey Koontz, (213) 452-3969. The contractor shall have each applicable employee provide the completed SF-85P and FD-258 to the Los Angeles Security Office as soon as possible after contract award, but definitely prior to the employee being permitted access to the work area.

    C. FOREIGN NATIONALS

    Contractor employees scheduled to access the Homeland Security determined National Infrastructures, i.e., Powerhouses, Switchyards, Locks/Dams or other restricted/sensitive areas are required to submit a State Bureau of Investigation Criminal Records (History In accordance with Engineering Regulation, ER 380-1-18, Section 4, foreign nationals who work on Corps of Engineers' contracts or task orders shall be approved by the HQUSACE Foreign Disclosure Officer or higher before beginning work on the contract/task order. This regulation includes subcontractor employees. (NOTE: exceptions to the above requirement include foreign nationals who perform janitorial and/or ground maintenance services.) The contractor shall submit to the Division/District Contract Office, the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work and/or go to school in the US. Such documentation may include a US passport, Certificate of US citizenship (INS Form N-560 or N-561), Certificate of Naturalization (INS Form N-550 or N-570), foreign passport with I-551 stamp or attached INS Form I-94 indicating employment authorization, Alien Registration Receipt Card with photograph (INS Form I-151 or I-551), Temporary Resident Card (INS Form I-688), Employment Authorization Card (INS Form I-688A), Reentry Permit (INS Form I-327), Refugee Travel Document (INS Form I-571), Employment Authorization Document issued by the INS which contains a photograph (INS Form I-688B).

  • Parachute Training Facility W912PL-14-R-0013 Pinal Air Park, Marana, AZ

    00 21 16 - Page 19 of 20

    Classified contracts require the issuance of a DD Form 254 (Department of Defense Contract Security Classification Specification).

    AT/OPSEC Clauses 1. AT Level I Training. This provision/contract text is for contractor employ