Upload
adele-pierce
View
232
Download
2
Embed Size (px)
Citation preview
Welcome to theJohnson Space Center
Pre-Bid Conference and Site Visit March 22, 2010
Refurbishment of Building 12
2
AgendaSpeaker Title Subject
Jon Prihoda Contract Specialist Agenda/Safety and Administrative Information/Overview
Anne Whitener Security Office Security and Badging Requirements
Connie Pritchard
Safety and Test Operations Division
Safety and Health Requirements
Jon Prihoda Contract Specialist IFB Highlights and Schedules
Jeff White Contracting Officer’s Technical Representative
Technical Specifications and Requirements
3
Safety and Administrative Information
Restrooms can be found in the hallway outside this ballroom.
Fire exits are the front entrance and side exit doors. In the event of a fire, you must move at least 75ft. away from the building.
Fire Exits
Fire Exit
Fire Exit
Restrooms
4
Jon PrihodaContract Specialist
Overview
5
Notice
• The purpose of the Pre-Bid Conference and Site Visit is to help industry understand the Government’s requirements.
• Pre-Bid Conference Attendee List and Charts presented today will be posted on within 2 working days on the NASA Acquisition Internet Service (NAIS) website.
• These slides are not to be interpreted as a comprehensive description of all requirements of the solicitation.
• To the extent there are any inconsistencies between this briefing and the invitation for bid, the invitation for bid governs.
6
Points of Contact
Contracting Officer: Michael J. LonchambonE-mail address: [email protected]: 281-244-5151
Contract Specialist: Jon PrihodaEmail address: [email protected]: 281-244-6959
Ombudsman (NFS 1852.215-84): “…before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution … If resolution cannot be made by the contracting officer, interested parties may contact the installation ombudsman …”
7
Points of Contact
Installation Ombudsman:Melanie SaundersInstallation OmbudsmanLyndon B. Johnson Space CenterMail Code: AC2101 NASA ParkwayHouston, TX 77058Phone: 281-483-0490E-mail: [email protected]
8
Questions
• Any response to verbal questions during the conference or site visit shall not be construed as an official answer.
• During the conference, interested parties may submit clearly written questions to the Contracting Officer using forms provided. After the conference, submit questions to the Contracting Officer in writing via e-mail. Official responses to written questions received by the Contracting Officer will be published as an amendment to the IFB.
• Anonymous questions may be submitted via the IFB website at: http://procurement.jsc.nasa.gov/rb12/
• All questions shall be submitted by 4:00 p.m. on March 29th, 2010.
9
Anne WhitenerSecurity Office
Security/Badging Requirements
10
G.5 Security/Badging Requirements for Foreign National Visitors and Employees/Representatives of Foreign Contractors (JSC 52.204-91) (JAN 2006)
An employee of a domestic Johnson Space Center (JSC) contractor or its subcontractor who is not a U.S. citizen (foreign national) may not be admitted to the JSC site for purposes of performing work without special arrangements. In addition, all employees or representatives of a foreign JSC contractor/subcontractor may not be admitted to the JSC site without special arrangements.
Details regarding the admittance of Foreign National is further defined in the clause.
Personal Identity Verification of Contractor Personnel (FAR 52.204-9) (SEP 2007)
The contractor shall comply with agency personal identity verification procedures identified in the contract and insert this clause in all subcontracts when the subcontractor is required to have physical access to a federally-controlled facility or access to a Federal Information system.
Specifically, offerors should be aware that all U.S. Citizens requiring physical access greater than six months or IT access must be investigated. Foreign Nationals requiring physical access greater than 29 days must be investigated, those whose stay is less than 29 days will be issued escort required temporary badges.
In order to obtain any type of JSC badge, individuals must present two types of I-9 Data, one of these must be a Federal or State issued picture identification.
Further details are provided in the clause and in Section J, Attachment 8 to the IFB.
Security/Badging Requirements
11
Security/Badging RequirementsG.9 Special Instructions for Temporary Workers Who Require Access to the
Johnson Space Center
Special security/badging procedures have been established for temporary workers:
The prime contractor shall provide to the JSC project manager, a list of all temporary workers who require access to the center less than six months.
For US citizens, the list shall contain the employee’s full name, date of birth, sex, and drivers license number and state of issuance.
For non-US citizens, the list must contain the alien number, green card number, last name, first name, and date of birth. The list must be updated as employees change.
All temporary workers will enter JSC through gate 3 and shall check in daily with the security officers at the vehicle inspection checkpoint.
All temporary employees shall be transported between the designated parking area and the construction site by a permanently badged, contract employee and shall be escorted at all times by a permanently badged contract employee while on the construction site.
Anyone transporting or escorting foreign national workers on the installation must be a United States Citizen. Temporary employees will be required to remain in the approximate vicinity (within 50 feet of the facility) until the end of the work day.
Details regarding access by Temporary Workers is further defined in the clause.
12
Security/Badging RequirementsG.10 EMPLOYMENT ELIGIBILITY VERIFICATION 52.222-54 (JAN 2009)
Use of E-Verify is mandatory
13
Safety & Health Requirements
Guidelines for responding to Safety Requirements
Connie PritchardSafety and Test Operations Division
14
Safety and Health Requirements
• Overview of the NASA Safety Program
• What will be expected of you at JSC
• The Safety & Health Plan
• References
15
Overview of the NASA Safety Program
• NASA safety objective is to avoid loss of life, personal injury and illness, property loss or damage, or environmental harm resulting from any of its activities and to ensure safety and healthful conditions for persons working at or visiting NASA facilities
• NASA complies with all applicable regulations
– NASA safety and health requirements
– Requirements of those federal agencies with regulatory authority over NASA such as OSHA, EPA, and DoT
• NASA requires every employee to report workplace hazards
– NASA ensures that there is no reprisal to personnel for reporting unsafe or unhealthy conditions
16
Overview of the NASA Safety Program
• The NASA Safety Policy stresses the individual responsibility of each employee for their own safety and that of their co-worker. Risk within the work environment must be managed to control hazards and continuously improve workplace conditions
• The Occupational Safety and Health Administration (OSHA) has recognized JSC as a leader in health and safety by awarding the “Star” designation level of achievement in the Voluntary Protection Program (VPP)
• As a VPP Star Site, JSC has a comprehensive and successful safety and health program, is below the national average for the industry in injury/illness rates, has demonstrated good faith in dealing with OSHA, and serves as a safety & health mentor to regional industry
17
What would be expected of you at JSC
• All contractors performing work at JSC shall comply with all applicable safety and health requirements – Occupation Safety and Health Administration (OSHA)
regulations– JPR 1700.1, JSC Safety and Health Handbook– SPEC 01 41 00, Contractor Safety and Health Program
• JSC does not assume the responsibility of the “employer” for contractor employees– Contractor employer is responsible for the safety of its own
employees• Every onsite contractor shall have and conform to a written
safety and health plan• Failure to comply with safety and health requirements may
result in actions such as contract termination and exclusion from future contract awards.
18
Safety & Health Program Requirements
• Contractor’s Safety & Health Program requirements are specified in Spec 01 41 00 – major elements include: • Safety & Health Program General Provisions
• Safety Meetings; Inspections and Hazard Tracking; Mishap Investigation and Reporting; Statistical Information
• Safety and Health System Organization Requirements• Include requirements for Safety & Health Staffing
• Special Safety & Health Program Requirements• Address specific hazardous operations• Other key areas include Pre-use Planning; Emergency
Response; Training
19
Safety & Health Plan Requirements• Contractor’s Safety & Health Plan requirements are specified in SPEC 01 41
00– Requires the following S&H Plan submittals:
• Contractor's General Safety and Health Plan - describes the Contractor’s overall Safety and Health Program.
– This Plan shall be submitted and approved by the Government prior to contract award.
• Contract (Site) Specific Safety and Health Plan - describes how the Contractor’s General Safety and Health Program will be tailored to the activities on this contract.
– This Plan shall be submitted and approved by the Government prior to work being started.
• Subcontractor Safety and Health Plan - The Contractor shall submit detailed, written Subcontractor Safety and Health Plans.
– Subcontractor plans shall be approved prior to subcontractor work being started
– Minimum contents of each of the safety and health plans are listed in SPEC 01 41 00
20
Safety & Health Summary
• When performing tasks under this contract, the contractor shall:– Ensure protection of personnel, property,
equipment and environment– Ensure compliance with all NASA policies
and requirements– Ensure compliance with all Federal, State,
and local regulations for safety and health– Ensure compliance with approved Safety
and Health Plans
21
References• NASA Federal Acquisition Regulation Supplements (NFS)
http://nais.nasa.gov/FAR/ NFS 1852.223-70 - Safety and Health NFS1852.223-73 - Safety and Health Plan NFS 1852.223-75 - Major Breach of Safety or Security
• General NASA informationhttp://www.nasa.gov/
• Occupational Safety & Health Administrationhttp://www.osha.gov/
• Department of Labor-OSHA (VPP website)
http://www.osha.gov/dcsp/vpp/index.html
• JSC Safety and Health handbook (JPR 1700.1)http://jschandbook.jsc.nasa.gov/
22
IFB Highlights and Schedule
Jon PrihodaContract Specialist
23
Refurbishment of Building 12
• Bid packages must meet all the requirements of the IFB such as:
• One original and one copy of fully executed SF 1442, Bid Schedule, Bid Bond, Section K – Representation, Certification, and Statements of Offerors, Clause Fill-Ins as applicable and Responsibility Information as Per IFB Section L.20.
– SF 1442 must acknowledge all amendments to the IFB– Section K must be properly completed and returned with offer. In addition,
offer must have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov
– Bid Guarantee (equal to 20% or $3M, whichever is less, of the total potential contract value, TOTAL BASE BID, reflected on the Bid Schedule)
• The Bid Opening is scheduled for 1:00 pm CST April 16, 2010, at the building 111 conference room, Houston, Texas 77058. Bids must be received by 1:00 p.m to be considered for award.
24
IFB Highlights• It is the Offerors responsibility to monitor the NAIS website for any amendments to
the IFB. Links to amendments will also be provided on the JSC Procurement Building 12 website:
NAIS website: http://procurement.nasa.govBuilding 12 website:http://procurement.jsc.nasa.gov/rb12/
• Contract Type: Firm-Fixed Price
• Method of Competition: Full and Open competition which allows maximum participation from large and small businesses.
• NAICS Code: 236220 – Industrial Building Construction, Size Standard: $33.5 Million
• Period of Performance (POP) – As detailed in FAR 52.211-10 of the IFB (section I-3), all Base BID work is to be completed within 626 days of Notice-to-Proceed (NTP).
25
IFB Highlights• Read the solicitation very carefully:
– There are numerous clauses and provisions that have been incorporated via full text or by reference throughout the document.
– Clauses incorporated by reference have the same force and effect as if they were included in their full text.
– The IFB contains fill-ins that should be completed by the Offeror and submitted with Offeror’s bid. If information is not applicable, Offeror should insert N/A.
– Section J includes important documents, exhibits, and other attachments.– Section K – must be properly completed and returned with offer. In addition, the
Offeror must have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov .
– Section L :• Provides the Offeror with instructions, conditions, and notices essential to submission of a
responsive bid. • Identifies information requested with submission of the bid to assist the Contracting
Officer in making a responsibility determination. • Describes plans that will be required from the apparent low bidder within 5 days of
notification by the Contracting Officer.
– Section M describes the FAR requirements associated with a determination of responsibility.
26
IFB Highlights – Uniform Contract– Section A: Solicitation/Contract Form
– Section B: Supplies or Services and Prices/Costs
– Section C: Description/Specifications/Statement of Work
– Section D: Packaging and Marking
– Section E: Inspection and Acceptance
– Section F: Deliveries or Performance
– Section G: Contract Administration Data
– Section H: Special Contract Requirements
– Section I: Contract Clauses
– Section J:List of Attachments
– Section K: Representations, Certifications and Other Statements of Offerors
– Section L:Instructions, Conditions, and Notices to Offerors or Respondents
– Section M: Evaluation Factors for Award
27
IFB Highlights – Section AA.13 Additional Solicitation Requirements
Sealed offers in original and one copy are due at JSC building 111 conference room on April 16, 2010, by 1:00 p.m. No bids will be accepted after 1:00 p.m.
A Bid Guarantee is required.
All offers are subject to the work requirements and all other provisions and clauses incorporation in the solicitation in full text or by reference.
Offers providing less than 90 calendar days for Government acceptance after the date offers are due will not be considered and will be rejected.
A.17 Bid Schedule
Section A.17 directs Offerors to see the attached Bid Schedule. Offerors are required to fill in the firm fixed price for the Base Bid line items on the Bid Schedule.
A.19 Acknowledgement of Amendments
Offeror shall acknowledge the receipt of all amendments to the solicitation in accordance with Section L. 2 “Amendments to Invitations for Bids.”
28
IFB Highlights – Section B
B.2 1852.216-78 Firm Fixed Price (DEC 1998)
The total firm fixed price of this contract is $ (Offeror to insert Base Bid Total, which must match the Bid Schedule).
29
IFB Highlights – Section CC.1 Specification/Statement of Work
This project involves the complete refurbishment of the existing Administrative Support Building, Building 12, located on the NASA Johnson Space Center, Houston, Texas,
All work shall be accomplished in accordance with this Statement of Work, Contract Terms and Conditions, Specifications (Section J, Attachment 1), Drawings (Section J, Attachment 2), and Special Conditions provided.
30
IFB Highlights – Section CC.2 Specifications Table of Contents
C.4 List of Drawings
– Specifications and Drawings may be purchased from:
A&E Complex3232 Chimney Rock Road
Houston, TX 77056PHONE: 713.977.6363Driving directions can be found at: http://www.thomasrepro.com/aecomplex/
Request should identify the project title, “Refurbishment of Building 12” at the NASA/Johnson Space Center.
- Specifications and Drawings may be viewed at:
Associated Builders and Contractors Johnson Space Center, Bldg. 1113910 Kirby, Suite 131 2101 NASA Parkway Houston, Texas 77098 Houston, Texas 77058Plan Room Coordinator (713) 523-6222 (281) 483-4511
Associated General Contractors of America3825 DacomaHouston, Texas 77092Planning Room (713) 843-3700
31
H.6 Small Business Subcontracting Goals (Applies only to large businesses)
The total small business goal, expressed as a percent of total contract value, is 25%. The small business percentage goal (25 percent), includes the following goals expressed as a percent of total contract value.
– Small Disadvantaged Business (SDB) 4%
– Women-owned Small Business (WOSB) 3%
– Historically Underutilized Business Zone (HUBZone) 2%
– Veteran Owned Small Business Concerns 3%
– Service-Disabled Veteran-owned Small Business (SDVOSB) 2%
– Historically Black Colleges and Universities and Minority Institutions (HBCU/MI) 0%
Large businesses (if determined the apparent low bidder) must submit a Small Business Subcontracting Plan in accordance with FAR 52.219-9, Alternate I.
IFB Highlights – Section H
32
Davis-Bacon Act (FAR 52.222-6) (JUL 2005)
Requires a Department of Labor Wage Decision for employees performing construction work (FAR 22.401). Employees must be paid not less often than once a week and payrolls and statement of compliance submitted weekly to the Contracting Officer. The IFB contains Harris County Wage Decision TX20080010 dated January 22, 2010 as Section J, Attachment 4 (updated revisions will be incorporated as received).
Hazardous Material Identification and Material Safety Data (FAR 52.223-3)(ALT I)(JAN 1997)
Offerors are required to list any hazardous material, as defined in the clause.
Performance and Payment Bond (FAR 52.228-15) (NOV 2006)
The successful offeror shall furnish performance and payment bonds to the Contracting Officer as follows:
– (1) Performance bonds (Standard Form 25). The penal amount of performance bonds at the time of contract award shall be 100 percent of the original contract price.
– (2) Payment Bonds (Standard Form 25A). The penal amount of payment bonds at the time of contract award shall be 100 percent of the original contract price.
– (3) Additional bond protection. – (i) The Government may require additional performance and payment bond protection if the
contract price is increased. The increase in protection generally will equal 100 percent of the increase in contract price.
IFB Highlights – Section I
33
Payments Under Fixed-Price Construction Contracts (FAR 52.232-5) (SEPT 2002)
The Government shall make progress payments monthly as the work proceeds, or at more frequent intervals as determined by the Contracting Officer, on estimates of work accomplished which meets the standards of quality established under the contract, as approved by the Contracting Officer. The clause G.2 Submission of Requests for Progress Payments, NFS1852.232-82, and G.7 Submission of Invoices for Payment, further detail the requirements for the contractor’s request for progress payments, including contractor certification which is required for payment.
I.1 Commencement, Prosecution, and Completion of Work (Alt I) (FAR 52.211-10) (APR 1984)
Contractor is required to commence work within 10 calendar days of the notice to proceed (NTP) and complete the entire work ready for use not later than 626 days after the notice to proceed.
IFB Highlights – Section I
34
IFB Highlights – Section II.1 Audit and Records-Sealed Bidding (FAR 52.214-26)(MAR 2009)
(b) Cost or pricing data. If the Contractor has been required to submit cost or pricing data in connection with the pricing of any modification to this contract, the Contracting Officer, or an authorized representative of the Contracting Officer, in order to evaluate the accuracy, completeness, and currency of the cost or pricing data, shall have the right to examine and audit all of the Contractor’s records, including computations and projections, related to --
(1)The proposal for the modification;
(2) The discussions conducted on the proposal(s), including those related to negotiating;
(3) Pricing of the modification; or
(4) Performance of the modification.
(c) Comptroller General. In the case of pricing any modification, the Comptroller General of the United States, or an authorized representative, shall have the same rights as specified in paragraph (b) of this clause and also the right to interview any current employee regarding such transactions.
35
I.7 Performance of Work by the Contractor (FAR 52.236-1) (APR 1984)
The Contractor shall perform on the site, and with its own organization, work equivalent to at least 15% for General Construction and 25% for Specialty Trade of of the total amount of work to be performed under the contract. This percentage applies to any type of business concern.
I.9 Subcontracts for Commercial Items (FAR 52.244-6)(MAR 2009)
(b) To the maximum extent practicable, the Contractor shall incorporate, and require its subcontractors at all tiers to incorporate, commercial items or nondevelopmental items as components of items to be supplied under this contract. Contractors shall insert all applicable clauses listed in I.9 into subcontracts for commercial items.
I.14 Allowance for Delays
(b) A current Mission Schedule (subject to change) is included in Section J, Attachment 3. The number of days allowed for Government and weather delays is 52 days.
IFB Highlights – Section I
36
IFB Highlights – Section J
1 Specifications Refurbishment of Building 12
2 Drawings for Refurbishment of Building 12
3 Center Operations Directorate (COD) Mission Update
4 U.S. Department of Labor General Wage Determination
5 Quality Plan(Submitted within 10 days after NTP and incorporated into contract upon approval by the Government.)
6 Safety and Health Plan(Added to the contract prior to award upon approval by the Government.)
7 Small Business Subcontracting Plan(Added to the contract prior to award upon approval by the Government. Applicable to Large Business only)
8 LEED Registered Project Checklist
9 Commissioning Plan
37
IFB Highlights – Section KK.2 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (FAR 52.204-8) (FEB 2009)
– (b)(1) If the clause at 52.204-7, Central Contractor Registration, is included in this solicitation, paragraph (d) of this provision applies.
(Section I of the IFB contains FAR Clause 52.204-7 Central Contractor Registration)
(d) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov . After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer.
FAR Clause Title Date Change
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.
38
IFB Highlights – Section LL.2 Amendments to Invitations for Bids (FAR 52.214-3) (DEC 1989)
(a) If this solicitation is amended, then all terms and conditions which are not modified remain unchanged.
(b) Bidders shall acknowledge receipt of any amendment to this solicitation (1) by signing and returning the amendment, (2) by identifying the amendment number and date in the space provided for this purpose on the form for submitting a bid, (3) by letter or telegram, or (4) by facsimile, if facsimile bids are authorized in the solicitation. The Government must receive the acknowledgment by the time and at the place specified for receipt of bids.
L.5 Contract Award – Sealed Bidding-Construction (FAR 52.214-19) (AUG 1996)
(a) The Government will evaluate bids in response to this solicitation without discussions and will award a contract to the responsible bidder whose bid, conforming to the solicitation, will be most advantageous to the Government, considering only price and the price-related factors specified elsewhere in the solicitation.
(b) The Government may reject any or all bids, and waive informalities or minor irregularities in bids received.
(c) The Government may accept any item or combination of items, unless doing so is precluded by a restrictive limitation in the solicitation or the bid.
(d) The Government may reject a bid as nonresponsive if the bid prices are materially unbalanced between line items or subline items. A bid is materially unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the bid will result in the lowest overall cost to the Government even though it may be the low evaluated bid, or if it is so unbalanced as to be tantamount to allowing an advance payment.
39
IFB Highlights – Section LL.14 Bid Bond (NFS 1852.228-73) (OCT 1988)
(a) Each bidder shall submit with its bid a bid bond (Standard Form 24) with good andsufficient surety or sureties acceptable to the Government, or other security as provided inFederal Acquisition Regulation clause 52.228-1, in the amount of twenty percent (20%) ofthe bid price, or $3 million, whichever is the lower amount.
(b) Bid bonds shall be dated the same date as the bid or earlier.
L.16 Magnitude of Requirement (NFS 1852.236-74)(DEC 1988)
The Government’s estimated price range of this project is more than $10,000,000
L.19 Determination of Responsibility
As per FAR 9.101 Responsible Prospective Contractors, before making a determination ofresponsibility, the Contracting Officer shall possess or obtain information sufficient to besatisfied that a prospective contractor currently meets the applicable standards in FAR 9.104General Standards.
The contracting officer shall obtain information regarding the responsibility of prospectivecontractors, including requesting a pre-award survey when necessary (see FAR 9.106),promptly after a bid opening. Failure to provide required information in the time specifiedmay result in a determination of non-responsibility.
40
IFB Highlights – Section LL.20 Responsibility Information
The following information should be submitted with your bid:
a) A list of major projects completed within the past three years or in progress similar to The Renovation of Building 12 in size and scope that demonstrate proven general construction experience by the prime offeror. List should focus, when possible, on projects performed on a Federal Installation and projects performed under an accelerated schedule. .
b) A list of present commitments, including the dollar value thereof, estimated start and completion dates, the agency or company for which the work is being performed and the name and telephone number of the Contracting Officer or Contract Manager.
c) Independently documented evidence of your firm’s current designated OSHA Total Recordable Incident Rate (TRIR) with NAICS Code and establishment’s employee size.
d) Independently documented evidence of your firm’s current OSHA DART rate (Days away from work, days of restricted work activity or job transfer) with NAICS Code.
e) Independently documented evidence of your firm’s current designated Safety Experience Modifier Rate (EMR) used to calculate Workmen’s Compensation Insurance.
f) Provide information disclosing all federal, state and local (city-county) environmental regulatory violations, non-compliances, and enforcement actions received in the past three (3) years, whether closed or pending final disposition. This includes violations of federal, state and local asbestos program regulations, where the regulatory authority may be other than the EPA or a state environmental agency, e.g. a state-county-city department of health.
41
IFB Highlights – Section L
L.21 Required Plans
The following plans must be submitted by the apparent low bidder within five days of notification.
a) A Safety and Health Plan, as required by NFS 1852.223.73 Additional guidance for preparation of this plan is provided in Section J, Attachment 1, Specification Section 01410.
b) A Subcontracting Plan as required by FAR 52.219-9 Alternate I. Subcontracting Goals established for this contract are detailed in Section H.6 Small Business Subcontracting Goals. This requirement is not applicable to small business concerns.
Approved plans will be included in and made a part of any resultant contract. Failure to submit acceptable plans shall make the bidder ineligible for the award of a contract.
L.22 Signature Authority Construction
The bid (SF 1442) must be signed by a person who is legally authorized to bind the Bidder/Contractor. If the bid is signed by an agent, legal evidence of his authority to bind the Bidder/Contractor must be furnished with the bid.
42
IFB Highlights – Section MM.2 DETERMINATION OF RESPONSIBILITY
As per FAR 9.1 Responsible Prospective Contractors, purchases shall be made from, and contracts shall be awarded to, responsible prospective contractors only. A prospective contractor must affirmatively demonstrate its responsibility, including, when necessary, the responsibility of its proposed subcontractors.
To be determined responsible, a prospective contractor must-
(a) Have adequate financial resources to perform the contract, or the ability to obtain them
(b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments;
(c) Have a satisfactory performance record. A prospective contractor shall not be determined responsible or nonresponsible solely on the basis of a lack of relevant performance history, except as provided in FAR 9.104-2;
(d) Have a satisfactory record of integrity and business ethics.
(e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors
(f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them; and
(g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations.
43
IFB Highlights – Section M
M.3 REQUIRED PLANS
The following plans must be submitted by the apparent low bidder within five days of notification.
a) A Safety and Health Plan, as required by NFS 18-52.223
b) Subcontracting Plan as required by FAR 52.219-9 Alt I
Approved plans will be included in and made a part of any resultant contract. Failure to submit acceptable plans shall make the bidder ineligible for the award of a contract.
44
Schedule
• IFB Issued 3/17/10• Pre-Bid Conference and Site Visit 3/22/10• Questions Received 3/29/10• Bid Opening 4/16/10• Contract Award 5/28/10
45
Technical Specifications and Requirements
Jeff White
Contracting Officer’s Technical Representative
46
Project Description
This project will provide for a total refurbishment of Building 12 Administrative Support Building. Building 12 Administrative Support Bldg. houses Finance, Education, Human Resources, Information Systems and Business Management personnel. It contains a film vault, the Center language lab, software design labs and Center computer training rooms. The refurbishment will be LEED Gold. The project will remove asbestos throughout the facility which is sprayed on the underside of the decking, contained in floor tile, pipe insulation, and sheet rock. Indoor air quality will be improved by replacement of HVAC systems with a new under floor air distribution system. ADA issues will be addressed. Obsolete fire protection equipment will be replaced, and a sprinkler system will be installed. All electrical lighting, switchgear and MCC's will be replaced. Building architectural issues, such as the window wall and open stairwell (fire issue) will be replaced or upgraded. The new layout will include interior private offices and open workstations surrounding the core. This will improve day lighting for the facility and increase the density of the facility. The roof will be replaced, and a green roof is included as an option.
47
Project Location
Project Justification
48
Building12, Administrative Support Building houses over 220 people whom will be relocated to building 20 during construction, along with the training functions conducted in the facility. Building 12 is the oldest building on site, and was constructed in 1963 as a main frame computer building. The function of the building has significantly changed, resulting in inadequate and oversized HVAC systems with marginal fresh air to meet indoor air quality standards. The facility has experienced high failure rates of equipment and critical components are obsolete.
49
Bidding for this project will include a Base Bid and Seven Options:
Base Bid: Everything shown in the contract documents except those items listed as options below:
The following seven options are detailed on drawing G-12-02 of construction set and in the Project Description specification section:
• Option 1 – Furnish and install GREEN Roof System in lieu of the base bid Modified Bituminous Membrane Roofing System. Includes all additional work necessary to exclusively support the GREEN Roof system.
• Option 2 – Furnish and install an Integral Photo-Voltaic Collector system engineered and designed in conjunction with the Curtain Wall and Glazed Assemblies system to be added to all blades shown for the outboard Aluminum Sunscreen at the Second Floor Loggia on the south and west elevations of the building.
• Option 3 – Furnish and install electronic Sound-Masking for the building
• Option 4 - Furnish the Movable Wall system in addition to the scope of the base bid which has the Movable Wall system as Owner furnished and Contractor installed. The Movable Wall system price shall include all components necessary to provide the configurations as delineated and noted in the Drawings: frames; glazing; system integral doors; miscellaneous hardware; finishes; accent panels; accessories; attachments; shop drawing production; delivery to the site.
• Option 5 - Furnish and install all work associated with landscaping and site irrigation for the project Landscape Establishment, Underground Sprinkler Systems, Sodding and Exterior Plants
• Option 6 - Furnish and install the interior roller window shades, including finish trim, accessories, motors and controls furnished by the system manufacturer for a complete and warrantable system
• Option 7 - Furnish and install the folding panel partitions for locations between rooms 148 and 150, between rooms 152 and 154, and between rooms 200 and 200A. Work includes all finish trim, accessories, tracks and custom fabric cover finish on panels
Base Bid & Options
50
Special Considerations• Contractor Safety and Health Program (Specification Section 01 41 00 00 80)
− Contractor shall have ZERO incidents as a goal.− Site/Contract Specific Safety & Health Plan must be approved before Notice to
Proceed will be issued.− Minimum Safety Training Requirements Part 1.8.5.
• Contractor Quality Control (Specification Section 01 45 04 00 80)− Quality Control Plan must be approved before Notice to Proceed will be issued.
• LEED Requirements (Specification Section 01 33 29)− Building must obtain Silver Certification as a minimum and has been designed to
obtain a Gold Certification.− Pay close attention to LEED documentation requirements. Every point is critical in
obtaining the LEED certification and we do not want to lose points because of lack of documentation.
• Commissioning (Specification Section 01 91 00 & Pre-Final Commissioning Plan)− This project has a very extensive commissioning plan due to LEED requirements.
51
Gilbane Support Activities
Document ControlGilbane is tasked to be the document controller for this project.
Maintains Project Files, Submittal, RFI, and Change Order Logs for each project.
All documents must be turned into Gilbane. Documents will be date stamped and logged in prior to sending them to the appropriate parties for review and comments. Once documents are returned to Gilbane, they will be distributed back to the Contractor.
NO DOCUMENTS WILL BE ACCEPTED BY GILBANE BEFORE THEY ARE PROCESSED BY THE CONTRACTOR
Inspection ServicesThe Contractor is responsible for Quality Control, Gilbane is responsible for Quality Assurance.
Gilbane will be the main contact on the jobsite. They coordinate any tests reviews with the Contractor and NASA Facility Manager, NASA Project Manager, and NASA Service Contractors per Contract Documents.
Primary and alternate Gilbane representatives will be assigned.
52
Gilbane Support Activities
LEEDA Gilbane LEED Accredited Professional is responsible for NASA’s LEED Documentation for this project. He will support the General Contractor by answering questions about the
contractor’s LEED requirements including documentation of LEED Credits that are in the contractor’s scope of work.
CommissioningThe commissioning authority for this project is Horizon Engineering. Horizon Engineering is a subcontractor to Gilbane for this work. All communications to Horizon should be routed to
Gilbane and Horizon simultaneously. All requests for Horizon services must be approved by NASA and Gilbane.
Security and BadgingGilbane handles ALL badging requests. After receipt of approval from NASA Security, approval will be forwarded to the Contractor and Safety Training will be scheduled.
53
Thank you for attending the
Pre-Bid Conference and Site Visit
Refurbishment of Building 12