Posted: July 23, 2019, 1:13 p.m. EDT
1.0 GENERAL INFORMATION
1.1. GENERAL DESCRIPTION OF WORK
This is a two-phase competitive solicitation for a firm, fixed-price contract, which will be awarded using the Best Value Trade-Off Process. The Preliminary scope of this contract includes, but is not limited to, design and construction required to replace 23,420 LF existing primary and O/H secondary electrical distribution lines serving
Circuit 4 and Circuit 11. Replace 1500 LF existing primary O/H lines along Ave K serving Circuit 4 with U/G lines. Line replacement to include all associated appurtenances including transformers, switches, street lighting, and
manholes. Where feasible reutilize existing manholes, conduit, and duct banks and provide new where required. Replace and provide new street lighting on Missile Road from E Avenue to K Avenue and on K Avenue from Missile Road to 17th Street. Replace lightning protection / grounding system. Replace existing U/G distribution
configuration for UFC compliance, EEIC524. Install 500 LF of additional primary U/G electrical distribution lines to enable bypassing a portion of circuit 4 & 11 during emergent outages. Provide energy smart metering. To be performed at Sheppard AFB, Wichita Falls, Wichita County, Texas.
1.2. GOVERNMENT SECURITY REQUIREMENTS
The Offeror(s) must ensure that ALL mail sent to the Tulsa District, U.S. Army Corps of Engineers, either precontract or post-contract award, has a return mailing address on the outside of the envelope, package, box, etc. ANY MAIL addressed to the U.S. Army Corps of Engineers, including but not limited to bids, modifications to bids, proposals, revised proposals, bonds, correspondence, etc., will be REJECTED by the US Army Corps of Engineers mail room facility located at 2488 E 81st Street, Tulsa, OK 74137-9998, if it does not contain a return mailing address. There will be no exceptions.
USACE Tulsa District Point of Contact is:
Diane M. Cianci
Phone: 918-669-7458
Email:
diane.cianci@usace.army.milShawn Brady
Phone: 918-669-7670
Email: shawn.brady@usace.army.mil
1.3. COPIES OF SOLICITATION DOCUMENTS AND AMENDMENTS
Copies of the solicitation and amendments are available by INTERNET ACCESS ONLY. All solicitation documents will be posted through the Army's Single Face to Industry (AFSI) to the Federal Business Opportunities (FBO) website at: http://www.fbo.gov
Solicitation number: W912BV19R0044
It shall be the contractor's responsibility to check the websites for any amendments. The O fferor shall submit in the proposal all requested information specified in this solicitation. There will be no public opening of the proposals received as a result of this solicitation.
Any information given to an Offeror which impacts the solicitation and/or offer will be given in the form of a written amendment to the solicitation.
1.4. OFFEROR'S QUESTIONS AND COMMENTS
All contractual matters, questions and or comments relative to these documents should be submitted via Bidder Inquiry in ProjNet at:
http://www.projnet.org/projnet/binKornHome/index.cfm?strKornCob=HomePagePublic
Instructions for registering in the ProjNet Bidder Inquiry system are available on the above web site.
The Bidder Inquiry Key for this project is: S42Q4V-VN8JJ4
Any information given to an offeror which impacts the solicitation and/or offer will be given in the form of a written amendment to the solicitation. Note: All questions and/or comments should be entered in Bidder's Inquiry no later than 14 calendar days prior to the proposal deadline, so they may be given consideration or action taken prior to receipt of offers.
1.5. SMALL BUSINESS SIZE STANDARD/NAICS CODE
See Section 00 45 00, FAR 52.204-8 for the small business size standard/NAICS Code.
1.6. PROPOSAL EXPENSES AND PRE-CONTRACT COSTS
This Request for Proposal (RFP) does not commit the Government to pay, as a direct charge, any costs incurred in the preparation and submission of a proposal.
1.7. PRE-PROPOSAL CONFERENCE
The Government intends to hold the pre-proposal conference for Phase 2 of the solicitation. The date, location, and time will be announced by amendment. The Offeror must submit in writing, via fax or e-mail, the firm's name, address, point of contact, telephone number, and number of personnel planning to attend to the following no
later than five (5) working days prior to the conference:
U.S. Army Corps of Engineers, Tulsa District
ATTN: Diane M. Cianci, CESWT-CT
2488 E 81st Street,
Tulsa, OK 74137
Phone: 918-669-7458; Fax: 918-669-7495
All interested Offerors are urged to attend. During this conference, the requirements set forth in the Phase 2 solicitation will be reviewed and discussed, with part of the conference to include a question and answer period.
1.8. ACCURACY IN PROPOSALS
Proposals must set forth full, accurate, and complete information as required by this RFP, (including attachments). The penalty for making false statements is prescribed in 18 U.S.C. 1001.
1.9. PROPOSAL SUBMITTALS
1.9.1 The submittal method for proposals is electronic via AMRDEC SAFE or email ONLY (no mailed proposals).
AMRDEC SAFE web site: https://safe.amrdec.army.mil/safe
The following email address(es) must be entered for notification of proposal receipt and download availability:
Diane.Cianci@usace.army.mil
Shawn.brady@usace.army.mil
1.9.2 Proposals will be received until the time and date shown on Standard Form SF 1442 or as amended on SF30. Mail bid bonds to:
U.S. Army Corps of Engineers, Tulsa District
ATTN: Shawn Brady, CESWT-CT-E
2488 E 81st Street,
Tulsa, OK 74137-9998
1.9.3 The packaging shall be marked: "Solicitation Number: W912BV19R0044"
1.10. PROPOSAL FORMAT
See Section 00 22 00 for Phase I proposal requirements. See Section 00 22 20 for Phase 2 proposal requirements.
1.11. JOINT VENTURE PROPOSAL REQUIREMENTS
When proposing as a joint venture, all members of the joint venture shall sign the SF 1442 and the bid bond unless\ a written agreement by the joint venture is furnished with the proposal designating one firm with the authority to bind the other member(s) of the joint venture. In addition, a copy of the joint venture agreement shall be submitted with the proposal. Failure to comply with the foregoing requirements may eliminate the proposal from further consideration. If this is an 8(a) or HubZone joint venture, the Offeror shall ensure that it complies with the applicable requirements of 13 CFR Part 124 and 13 CFR Part 126, respectively.
1.12 DEVIATIONS AND EXCEPTIONS
Deviations and exceptions to the terms and conditions of the solicitation in either the technical or price proposal are neither encouraged nor desired. Should the offer include any standard company terms and conditions that conflict with the terms and conditions of the solicitation, the offer may be determined "unacceptable" and, thus, ineligible for award. Should the Offeror have any questions related to specific terms and conditions, these must be resolved prior to submission of the offer. Notwithstanding the above, if deviations and exceptions are included with the
offer, the Offeror shall list and describe in detail the deviations and/or exceptions under Tab A. All deviations and exceptions shall be fully supported with the Offeror's rationale and shall fully explain the impact, if any, on the performance and/or specific requirement of the RFP. Deviations from the minimum standard of quality required by
the RFP shall not be accepted unless identified by the offeror's proposal and specifically approved by the Contracting Officer in writing. If unapproved, the Contractor must provide the RFP requirements without additional cost to the Government. If approved, the accepted deviation will take precedence as a provision of the solicitation.
The Offeror shall also clearly describe on the Tab B submitted with the Price Proposal any exception to the contractual and/or technical terms and include the monetary impact on the solicitation with the price proposal. This information will not be evaluated separately but may impact the evaluation of other factors.
1.13 CONSTRUCTION COST LIMITATION
The Construction Cost Limitation for this contract is $12M, which includes all design, non-design, and construction cost. The Cost Limitation is defined as the maximum total contract sum, which includes all categories of cost (i.e., design, non-design and construction). Offerors are reminded that the Contract award should not exceed the cost limitation. Offerors are under no obligation to approach the cost limitation. See the CLIN Schedule Notes for definitions of design and non-design costs.