FA4819-10-R-0006

Page 4 of 71

Section B - Supplies or Services and Prices

COEFFICIENT SCHEDULE

COEFFICIENT SCHEDULE

The Contractor shall fill in the proposed coefficient for the Government provided facilities on Tyndall AFB FL:

ITEM NO. DESCRIPTION COEFFICIENT

AA01 Contractor shall furnish all Maintenance, Repair, and Minor

Construction work on Real Property at Tyndall AFB, FL* ______

(Standard Hours***)

AA02 Contractor shall furnish all Maintenance, Repair, and Minor

Construction work on Real Property at Tyndall AFB, FL* ______

(Non-Standard Hours***)

AA03 Contractor shall furnish all Maintenance, Repair, and Minor

Construction work on Real Property at Associated Sites** ______

(Standard Hours***)

AA04 Contractor shall furnish all Maintenance, Repair, and Minor

Construction work on Real Property at Associated Sites** ______

(Non-Standard Hours***)

Note: Coefficient is a factor of 1 followed by four decimal places.

*Includes Tyndall AFB and Shell Island

**Includes St. George Island Missile Tracking Site, Apalachicola Radio Relay Annex, Carrabelle Missile Tracking

Annex and Cape San Blas

***For definitions of Standard and Non Standard hours, Refer to Attachment 3, SABER Statement of Work, “Coefficient,” for more details.

1.1  Bare Cost Total in the current year’s Progen software (electronic format) shall be referred to as the SABER Unit Price Book (UPB). The UPB will remain unchanged throughout the contract performance period. The only changes to be allowed are the addition of Non-price line items in accordance with the Statement of Work.

1.2  In order to be considered for award, the offeror must submit coefficients for all bid items listed above. The coefficient is the price multiplier that the contractor offers. The Government uses this multiplier to determine the price of work for each task on individual Delivery Orders. The Government established unit prices listed in the UPB “Bare Cost Total” (material, equipment, and labor without any markups for material, equipment, labor, subcontractor, sales tax, overhead, or profit), multiplied by the co efficient to arrive at the actual price for a unit of work. The coefficient shall be represented as “net,” a “decrease from” or an “increase to” the prices listed in the UPB. An offer of “net” would be represented as “1.00.” An example of a decrease from the prices in the UPB would be “0.98.” An example of an increase above the prices in the UPB would be “1.06.”

1.3  The offeror's price percentage factor (coefficient) must be sufficient to cover all cost including but not limited to all General & Administrative expenses; computer expense; overhead; profit; project direct costs; bond premiums; licenses; certifications; mobilization and demobilization expense; daily and final cleanup; gross receipts tax; general conditions (superintendent salaries, builder’s risk insurance); all labor burden costs; traffic barricades; material waste; swell and compaction; consultant fees; on and off site storage; as well as costs associated with compliance of environmental, labor, and tax laws, as no allowance will be made after contract award.

1.4  Any change in the applicable minimum hourly rate of wages (Davis-Bacon Wage Determinations) during the contract period shall not affect the unit price to be paid by the Government for work performed under this contract.

1.5 The following is an estimated distribution of work by pricing coefficient categories (standard hours and non-standard hours).

PRICINGCOEFFICIENTCATEGORIES

95% Standard Work Hours in areas not requiring escorts

1% Non-Standard Work Hours in areas not requiring escorts

3% Standard Work Hours in areas requiring escorts

1% Non-Standard Work Hours in areas requiring escorts

1.6 Offerors shall use the following dollar values when computing their overall yearly prices (coefficient X provided dollar value):

Base Year: $9,600,000

Option Year 1: $9,600,000

Option Year 2: $9,600,000

Option Year 3: $9,600,000

Option Year 4: $9,600,000

Total: $48,000,000

1.7 Coefficient Calculations for each option year (Ref: AFFARS IG5336.9201-Chapter 3, Appendix 3-A)

(a) Adjustments to coefficient(s) for SABER options occur annually to recognize variations in labor, equipment, and material costs as stated below.

(b) The Market Trends Construction Cost Index (CCI) for the city of Atlanta, GA as published in the McGraw-Hill publication “Engineering News Record (ENR)” will be used to determine adjustments to the contract coefficients for options under this contract. To determine the amount of adjustment, the contracting officer calculates the change in the index appearing in the issue of ENR published during the month before the effective date of the option from [the contracting officer enters the most recently published index at the time of initial contract award]. Eighty percent of this variation applies to [the contracting officer enters the coefficient for the initial period of the contract]. If the publication of the index should be discontinued, the parties to the contract will negotiate a replacement index or new contract provision. If a replacement index or contract provision cannot be agreed upon, the contracting officer may unilaterally determine the contract adjustment method, and the contractor may dispute the determination under the Disputes Clause. Adjustments to option year contract coefficients must be determined in accordance with the following formulae:

(1) To calculate the new coefficient use:
C = Ci * f
Where:
C = New Coefficient;
f = Adjustment Factor; and
Ci = Contract pricing coefficient at contract award.

(2) To calculate the Adjustment Factor use:
f = ((CCIc - CCIi) / CCIi) * 80% + 1
Where:
CCIc = the ENR index for the option; and
CCII = the ENR index for the initial contract award.

(c) The basis of adjustments for second and subsequent option years is the contract coefficient for the initial contract period.

EPA Coefficient-Index Matrix

Action ENR Index Adjustment Factor Coefficient

Contract Award 110.0 N/A 1.03
Option 1 115.4 1.039 1.07
Option 2 130.2 1.147 1.18
Option 3 125.1 1.110 1.14
Option 4 100.0 .927 .96

NOTE: Round calculation results as done in this example.

EPA Calculations

Column 2 - ENR Indices for the options derive from the issue of the McGraw-Hill publication ENR published during the month before the effective date of the option. The ENR Index for the Contract Award is the most recent ENR index published during the month before initial contract award.

ITEM NO / SUPPLIES/SERVICES / MAX QUANTITY / UNIT / UNIT PRICE / MAX AMOUNT
0001 / 1 / Lot
SABER - BASE YEAR
FFP
The contractor shall furnish all labor, equipment, and materials to perform all work in conjunction with the SABER program at Tyndall AFB, FL and associated sites. Work shall be accomplished in accordance with the Statement of Work, SABER Specifications, Schedule, and terms and conditions of the contract. The period of performance for each project will be specified in each individual task order.
FOB: Destination
SIGNAL CODE: A
MAX
NET AMT
ITEM NO / SUPPLIES/SERVICES / MAX QUANTITY / UNIT / UNIT PRICE / MAX AMOUNT
0002 / 1 / Lot
OPTION / SABER - OPTION YEAR 1
FFP
The contractor shall furnish all labor, equipment, and materials to perform all work in conjunction with the SABER program at Tyndall AFB, FL and associated sites. Work shall be accomplished in accordance with the Statement of Work, SABER Specifications, Schedule, and terms and conditions of the contract. The period of performance for each project will be specified in each individual task order.
FOB: Destination
MAX
NET AMT
ITEM NO / SUPPLIES/SERVICES / MAX QUANTITY / UNIT / UNIT PRICE / MAX AMOUNT
0003 / 1 / Lot
OPTION / SABER - OPTION YEAR 2
FFP
The contractor shall furnish all labor, equipment, and materials to perform all work in conjunction with the SABER program at Tyndall AFB, FL and associated sites. Work shall be accomplished in accordance with the Statement of Work, SABER Specifications, Schedule, and terms and conditions of the contract. The period of performance for each project will be specified in each individual task order.
FOB: Destination
MAX
NET AMT
ITEM NO / SUPPLIES/SERVICES / MAX QUANTITY / UNIT / UNIT PRICE / MAX AMOUNT
0004 / 1 / Lot
OPTION / SABER - OPTION YEAR 3
FFP
The contractor shall furnish all labor, equipment, and materials to perform all work in conjunction with the SABER program at Tyndall AFB, FL and associated sites. Work shall be accomplished in accordance with the Statement of Work, SABER Specifications, Schedule, and terms and conditions of the contract. The period of performance for each project will be specified in each individual task order.
FOB: Destination
MAX
NET AMT
ITEM NO / SUPPLIES/SERVICES / MAX QUANTITY / UNIT / UNIT PRICE / MAX AMOUNT
0005 / 1 / Lot
OPTION / SABER - OPTION YEAR 4
FFP
The contractor shall furnish all labor, equipment, and materials to perform all work in conjunction with the SABER program at Tyndall AFB, FL and associated sites. Work shall be accomplished in accordance with the Statement of Work, SABER Specifications, Schedule, and terms and conditions of the contract. The period of performance for each project will be specified in each individual task order.
FOB: Destination
MAX
NET AMT


Section E - Inspection and Acceptance

INSPECTION AND ACCEPTANCE TERMS

Supplies/services will be inspected/accepted at:

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

CLAUSES INCORPORATED BY REFERENCE

52.242-14 / Suspension of Work / APR 1984
52.246-12 / Inspection of Construction / AUG 1996
52.246-13 / Inspection--Dismantling, Demolition, or Removal of Improvements / AUG 1996


Section F - Deliveries or Performance

DELIVERY INFORMATION

CLIN / DELIVERY DATE / QUANTITY / SHIP TO ADDRESS / UIC
0001 / N/A / N/A / N/A / N/A
0002 / N/A / N/A / N/A / N/A
0003 / N/A / N/A / N/A / N/A
0004 / N/A / N/A / N/A / N/A
0005 / N/A / N/A / N/A / N/A

CLAUSES INCORPORATED BY REFERENCE

52.211-13 / Time Extensions / SEP 2000
52.247-34 / F.O.B. Destination / NOV 1991


Section G - Contract Administration Data

CLAUSES INCORPORATED BY REFERENCE

52.232-5 / Payments under Fixed-Price Construction Contracts / SEP 2002
252.232-7003 / Electronic Submission of Payment Requests and Receiving Reports / MAR 2008

CLAUSES INCORPORATED BY FULL TEXT

WIDE AREA WORK FLOW (WAWF)

DODAAC AND EMAIL DISTRIBUTION WORKSHEET

USE OF WAWF IS MANDATORY. WAWF WILL SPEED UP YOUR PAYMENT PROCESSING TIME AND ALLOW YOU TO MONITOR PAYMENT STATUS ONLINE. THERE ARE NO CHARGES OR FEES ASSOCIATED WITH THE USE OF WAWF.

If you are not currently registered with WAWF, contact the WAWF Help Desk at 1-866-618-5988 or 1-801-605-7095. Web Based Training is located at http://www.wawftraining.com and a live training database is located at https://wawftraining.eb.mil/. For more information on WAWF go to https://wawf.eb.mil. If you have already contacted the WAWF help desk and require further assistance, please contact contract administrator listed below.

Questions concerning payment should be directed to the Defense Finance Accounting Services Limestone (DFAS-LI) at 1-800-756-4571. Please have contract/invoice number number available when inquiring about payment status. You may also access payment information using the DFAS web site at https://myinvoice.csd.disa.mil.

THE FOLLOWING CODES ARE REQUIRED TO ROUTE INVOICES/ EMAILS THROUGH WAWF:

CONTRACTOR’S CAGE CODE: TO BE ENTERED AT TIME OF AWARD

ISSUE BY DODAAC: FA4819

ADMIN DODAAC: FA4819

INSPECT BY DODAAC: FA4819

PAY OFFICE DODAAC: F67100

PLEASE SEND ADDITIONAL EMAILS TO THE BELOW LISTED GOVERNMENT CONTACTS:

CONTRACTING OFFICER:

Mr. William R. Baker,

CONTRACT ADMINISTRATOR:

Will vary by Task Order Award. Please check Block 6 of the DD 1155 to obtain administrator name.

USE THE INVOICE TYPE INDICATE BELOW:

XXX Construction

NOTES: Invoices to be submitted only AFTER Receipt of approved AF Form 3065, Contract Progress Report. After award of each individual task order, 325 CONS will notify the successful awardee of any change in contract administrator(s). It is the responsibility of the successful awardee to assure that the correct contract administrator is listed in WAWF notifications. Failure to annotate the correct contract administrator will result in a rejected invoice.


Section H - Special Contract Requirements

CLAUSES INCORPORATED BY FULL TEXT

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

(a) If the Contractor fails to complete the work within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of TO BE DETERMINED ON EACH INDIVIDUAL TASK ORDER for each calendar day of delay until the work is completed or accepted.

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

(End of clause)


Section I - Contract Clauses

CLAUSES INCORPORATED BY REFERENCE

52.203-3 / Gratuities / APR 1984
52.203-5 / Covenant Against Contingent Fees / APR 1984
52.203-6 / Restrictions On Subcontractor Sales To The Government / SEP 2006
52.203-7 / Anti-Kickback Procedures / OCT 2010
52.203-10 / Price Or Fee Adjustment For Illegal Or Improper Activity / JAN 1997
52.203-12 / Limitation On Payments To Influence Certain Federal Transactions / OCT 2010
52.203-13 / Contractor Code of Business Ethics and Conduct / APR 2010
52.203-14 / Display of Hotline Poster(s) / DEC 2007
52.203-15 / Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 / JUN 2010
52.204-4 / Printed or Copied Double-Sided on Recycled Paper / AUG 2000
52.204-7 / Central Contractor Registration / APR 2008
52.204-9 / Personal Identity Verification of Contractor Personnel / SEP 2007
52.204-10 / Reporting Executive Compensation and First-Tier Subcontract Awards / JUL 2010
52.209-6 / Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment / SEP 2006
52.215-8 / Order of Precedence--Uniform Contract Format / OCT 1997
52.219-8 / Utilization of Small Business Concerns / DEC 2010
52.219-28 / Post-Award Small Business Program Rerepresentation / APR 2009
52.222-1 / Notice To The Government Of Labor Disputes / FEB 1997
52.222-3 / Convict Labor / JUN 2003
52.222-4 / Contract Work Hours and Safety Standards Act - Overtime Compensation / JUL 2005