Point Of Contact Not Available
1. DESCRIPTION OF WORK: DESIGN/BUILD CLD FACILITY BUILDING 1455 (TP21018M) The Contractor shall provide all planning, labor, transportation, equipment, supplies, materials and supervision necessary to complete a building gut and renovation of the building’s interior and exterior. The preceding summary of work is not all inclusive; refer to project drawings and specs for details, quantities, and locations. THE CONTRACTOR SHALL ATTACH A DETAILED BREAKDOWN OF HIS PROPOSAL, BROKEN DOWN FOR EACH PROJECT SHOWING ALL CONSTRUCTION COSTS: MATERIAL, LABOR, AND EQUIPMENT COSTS. OVERHEAD, PROFIT AND BOND ARE TO BE BROKEN DOWN TO INDIVIDUAL LINE ITEM COSTS. YOUR BREAKDOWN SHOULD BE ACCORDING TO THE CONTRACT SPECIFICATION SECTIONS. ALL INQUIRIES REGARDING THIS PROJECT SHALL REFERENCE RFP N62473-21-R-0026. ALL WORK SHALL BE IN STRICT CONFORMANCE WITH THE REQUEST FOR PROPOSAL (RFP). THE WORK SHALL INCLUDE ALL LABOR, MATERIALS, EQUIPMENT AND SERVICES REQUIRED TO COMPLETE THE PROJECT. Contractor shall be responsible for obtaining all required permits and payment for those permits. See detailed scope of work. 2. LOCATION The work is located at the Marine Corps Air Ground Combat Center, Twentynine Palms, CA. The exact location will be as directed by the Contracting Officer. 3. SKETCHES/DRAWINGS ACCOMPANYING SPECIFICATION 4. INQUIRIES All inquiries/Request for Information (RFI’s) concerning any phase of this Solicitation order must be submitted NO LATER THAN (NLT) 16 JUNE 2021 in writing to CHARLENE COLELLA, CONTRACT SPECIALIST, via email:
[email protected]. 5. SITE VISITATION A walk-through is scheduled for 10:00 A.M., 8 JUNE 2021. Meet at the FEAD Office, Building 1138T3, Marine Corps Air Ground Combat Center, Twentynine Palms, CA. The prospective superintendent shall attend the site visit. NOTE: Any Contractor personnel or their Subcontractor needing a visitor’s pass to the Base, must provide their full name, Company name, last four (4) numbers of their Social Security Number and the title of the project no later than 24 hours prior to the time of the site visit via email to Charlene Colella, Contract Specialist at
[email protected]. For further information, she can be reached at (760)830-7414. FACIAL COVERINGS ARE REQUIRED ON MILITARY BASES. ALL CDC COVID-19 GUIDELINES SHALL BE FOLLOWED. 1. RAPIDGate: The Marine Corps Air Ground Combat Center (MCAGCC) participates in the RAPIDGate Program. Contractors who participate in the RAPIDGate Multi-Facility program must have MCAGCC 29 Palms as one of their approved Installations. If you are not approved for access to MCAGCC 29 Palms via RAPIDGate, Contractors must follow the process above to obtain a one (1) day Visitor’s Pass. A brief scope (pre-proposal) meeting may be held at the FEAD office immediately prior to the site visit. During the site visit, participants are asked to write down any questions that may arise during this visit. After the site visit, all participants may come back to the FEAD office to discuss areas of concern related to the site visit and the proposal package. Questions, comments, constructive criticism and inconsistencies are solicited, and shall be sent as an RFI for further consideration/processing prior to the RFP due date. The offeror is urged to attend this meeting. Failure of a prospective offeror to submit any questions or to attend the meeting will be construed to mean that the offeror fully understands all requirements of the Solicitation. Prospective offerors are advised that the pre-proposal meeting will be held solely for the purpose of explaining the concepts involved in the project and the specifications, terms, and conditions of this Solicitation. The offeror is advised that this Solicitation will remain unchanged unless it is amended in writing. However, if an amendment is issued, normal procedures relating to the acknowledgment and receipt of any such amendment shall be applicable. 6. DEFINITIONS 2. As used throughout the contract, the following terms shall have the meaning set forth below: Contracting Officer (KO): The individual designated to administer the contract. Throughout this contract this individual will be responsible and possess the authority to act on behalf of the Government with respect to the specific contract. Contracting Officer Representative (COR): The individual designated by the Contracting Officer as the authorized representative of the Contracting Officer. The COR is responsible for monitoring performance and technical management of the effort required and should be contacted regarding questions or problems of a technical nature. Contractor: The term Contractor refers to both the prime Contractor and subcontractors, including the Designer of Record. Quality Control (QC): Contractor’s system to control the quality of design, material, equipment and construction. Quality Assurance (QA) Program: Government’s program to evaluate the effectiveness of the Contractor’s quality control. The Government’s QA Program is not a substitute for the Contractor’s QC Program. Federal Holidays: New Year’s Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day; Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Contract: Contract or task order. Where "as shown," "as indicated," "as detailed," or words of similar importance are used, it shall be understood that reference to the drawings accompanying this specification is made unless stated otherwise. Where "as directed," “as required," "as permitted," "approved," "acceptance," or words of similar importance are used, it shall be understood that the direction, requirements, permission, approval, or acceptance of the Contracting Officer is intended unless stated otherwise. As used herein, "provided" shall be understood to mean "provided complete in place," that is "furnished and installed." 2. 7. ORDER OF PRECEDENCE: In the event of conflict or inconsistency between any of the below described portions of the agreement, precedence shall be given in the following order: a. Any portions of the proposal that exceed the requirements of the Solicitation. b. The requirements of the Solicitation, in descending order of precedence: 1) RFP Form, Form SF1442, and Davis Bacon wage rates. 2) Instructions to Offerors/Scope of Work and General Conditions 3) Prescriptive Technical Specifications 4) Attachments/Drawings 8. BUY AMERICAN PROVISIONS The requirement contained herein is subject to the Buy American provisions under the clause entitled, "Buy American Act-Construction Materials" (FAR 52.225-9)(Jan 2005). The contractor agrees that no foreign made equipment will be furnished and ONLY DOMESTIC construction materials will be used by the Contractor, Subcontractor and Suppliers in the performance of this contract. This clause is strictly enforced. 9. MINIMUM WAGE RATES. The minimum wages for work under this contract is required to be paid in accordance with U.S. Department of Labor, General Wage Decision No. CA20210026, Modification 4 dated 03/19/2021, which is attached and hereby made part of the solicitation. 10. PREPARATION OF OFFERS a. Offeror(s) are expected to participate in site visit, examine the scope of work, drawings, specifications, Schedule, and all instructions. Failure to do so will be at the offeror's risk. b. Each offeror shall furnish the information required by the solicitation. The offeror shall sign the offer and print or type its name on the Schedule and each continuation sheet on which it makes an entry. Erasures or other changes must be initialed by the person signing the offer. Offers 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. c. For each item offered, offerors shall (1) show the unit price/costs, including, unless otherwise specified, packaging, packing, and preservation and (2) enter the extended price/cost for the quantity of each item offered in the "Amount" column of the Schedule. In case of discrepancy between a unit price/cost and an extended price/cost, the unit price/cost will be presumed to be correct, subject, however, to correction to the same extent and in the same manner as any other mistake. d. Offers for supplies or services other than those specified will not be considered unless authorized by the solicitation. e. Offerors must state a definite time for delivery of supplies or for performance of services, unless otherwise specified in the solicitation. f. Time, if stated as a number of days, will include Saturdays, Sundays, and holidays. 11. PROPOSAL Submit proposal on Form SF 1442. Proposal must be submitted by 2:00 P.M. Pacific Time, 23 JUNE 2021. A proposal submitted via email does not need to be followed up with a hard copy. Email proposals and facsimile or “hard copy” proposals must be received prior to the time and date shown on the SF 1442.
Bid Protests Not Available