SOLICITATION, OFFER, AND AWARD
(Construction, Alteration, or Repair) / 1. SOLICITATION NO.
DTFAEN-15-R-00024 / 2. TYPE OF SOLICITATION
SEALED BID (IFB)
NEGOTIATED (RFP)
/ 3. DATE ISSUED / PAGE OF PAGES
1 OF 66
IMPORTANT - The “offer” section on the reverse must be fully completed by offeror.
4. CONTRACT NO. / 5. REQUISITION/PURCHASE REQUEST NO. / 6. PROJECT NO.
7. ISSUED BY
Federal Aviation Administration
Eastern Service Area
Southern Region, AAQ-510
1701 Columbia Avenue
College Park, GA 30337 / 8. ADDRESS OFFER TO
Federal Aviation Administration
ATTN: Karina Espinosa
Eastern Service Area
Southern Region, AAQ-510
1701 Columbia Avenue
College Park, GA 30337
9. FOR INFORMATION
CALL:  / A. NAME
Karina Espinosa / B. TELEPHONE NO. (Include area code) (NO COLLECT CALLS)
(404) 305-5782
10. THE GOVERNMENT REQUIRES PERFORMANCE OF THE WORK DESCRIBED IN THESE DOCUMENTS (Title, Identifying no., date):
Indefinite Delivery Indefinite Quantity (IDIQ) Job Order Contracts (JOC) for the Eastern Service Area
Specific Projects will be defined with each individual Task Order
The guaranteed minimum amount will be $10,000.00 for each IDIQ JOC Award
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. On each Task Order
12A. THE CONTRACTOR MUST FURNISH ANY REQUIRED PERFORMANCE AND PAYMENT BONDS?
(If “YES,” indicate within how many calendar days after award in Item 12B.)
YES NO / 12B. CALENDAR DAYS
13. ADDITIONAL SOLICITATION REQUIREMENTS:
A. Sealed offers in original and / 2 / copies to perform the work required are due at the place specified in Item 8 by
5:00pm EST / (hour) local time / Mar 16, 2015 / (date): Sealed envelopes containing offers shall be marked to show
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.

OMB Control No. 2120-0595 (SF-1442) FAA Template No. 3 (8/97)

DTFAEN-15-R-00024

OFFER (Must be fully completed by offeror)
14. NAME AND ADDRESS OF OFFEROR (Include ZIP Code) / 15. TELEPHONE NO. (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. (Offerors providing less than the calendar days indicated here for Government acceptance after the date offers are due will not be considered and offer will be rejected.)
AMOUNTS  /
Materials $ Labor $ Total $
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 (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
26 / 25. RESERVED.
26. ADMINISTERED BY
Federal Aviation Administration
Eastern Service Area, Southern Region, AAQ-510
1701 Columbia Avenue
College Park, GA 30337 / 27. PAYMENT WILL BE MADE BY
FAA/MMAC
AMZ-110-SO
P.O. BOX 25710
OKALAHOMA CITY, OKLAHOMA 73125
CONTRACTING OFFICER WILL COMPLETE ITEM 28 OR 29 AS APPLICABLE
28. NEGOTIATED AGREEMENT Contractor is required to sign this document and return copies to issuing office.) Contractor agrees to furnish and deliver all items or perform all work requirements identified on this form and any continuation sheets for the consideration stated in this contract. The rights and obligations of the parties to this contract shall be governed by (a) this contract award, (b) the solicitation, and (c) the clauses, representations, certifications, and specifications incorporated by reference in or attached to this contract. / 29. AWARD (Contractor is not required to sign this document.) Your offer on this solicitation is hereby accepted as to the items listed. This award consummates the contract which consists of (a) the Government solicitation and your offer, and (b) this contract award. No further contractual document is necessary.
30A. NAME AND TITLE OF CONTRACTOR OR PERSON AUTHORIZED TO SIGN (Type or print)
/ 31A. NAME OF CONTRACTING OFFICER (Type or print)
Karina Espinosa
30B. SIGNATURE / 30C. DATE / 31B. UNITED STATES OF AMERICA
BY / 31C. AWARD
DATE

66

DTFAEN-15-R-00024

PART I - SECTION B

SUPPLIES/SERVICES & PRICE/COST

B001. GENERAL SCOPE

The FAA intends to award a JOB ORDER CONTRACT (JOC) for construction services including, but not limited to, minor construction, alteration and repair projects for FAA facilities within the following geographical areas:

·  JOC #1: Maine, New Hampshire, Vermont, Massachusetts, Rhode Island Connecticut and Upstate New York.

·  JOC #2: 125 mile radius of New York City, to include the New York Metropolitan Area, New Jersey and Eastern Pennsylvania area.

·  JOC #3: 175 mile radius of Pittsburg, PA, to include Western Pennsylvania area and West Virginia.

·  JOC #4: 175 mile radius of Richmond, VA to include Virginia, Maryland, Washington D.C. and Delaware.

·  JOC #5: North Carolina, South Carolina and Georgia.

·  JOC #6: Kentucky, Tennessee, Mississippi and Alabama

·  JOC #7: South Florida - to include Southern Florida area up to Tampa area.

·  JOC #8: North Florida - to include the Northern portion of Florida from Orlando to Pensacola.

·  JOC #9: 125 mile radius of San Juan, PR to include Puerto Rico and U.S. Virgin Islands.

***Attached is an excel file with the Non-exclusive list of FAA Facilities for each JOC boundary. ***

As of right now, the lists represent those facilities where possible task orders might be issued in each locale. These lists are meant to be representative and not exclusive

Image showing location of JOC #2, #3 and #4

Image showing location of JOC #7 and #8

Image showing location of JOC #9

The FAA may award one, some, none or all of the above mentioned contracts. These are intended as individual awards, and may be awarded to one or various vendors based on the evaluation and source selection conducted in association with this solicitation.

For reference purposes, tasks included: vinyl covering removal, HVAC replacement, shelter relocation, modification of access gates, paving projects, carpet and window replacement, concrete work, and motor replacement. Some locations will be high volume contracts and should represent the upper end of our contracting requirements. Other locales may not be as high volume.

A JOC is an indefinite delivery, indefinite quantity type contract effective for five (5) years or to the point where the stated maximum contract amount is reached (in this case, five million dollars ($5M)), whichever comes first. Note that the Government is not obligated to order any more than the guaranteed minimum in the contract.

The guaranteed minimum quantity of work expressed in total dollars to be ordered is ten thousand dollars ($10,000). The maximum quantity of work to be ordered, including all option years, shall not exceed five million dollars ($5M). Each individual task order will not exceed five hundred thousand dollars ($500,000).

The Contractor must make readily available and supply all labor, supervision, tools, materials, equipment, transportation, and management necessary to provide construction, repair, and alteration services to support these facilities.

SET-ASIDES.

This requirement is offered to all qualified, responsive concerns and offers will be considered using a tiered order of precedence.

The clauses listed in Section I, Clauses, are applicable in so far as they correspond with the awarded tier-level. For instance, if the award is made to a SDVOSB, then clause 3.6.1-12 applies, and so on.

First Tier. It is the intent of the FAA to award a contract on a competitive basis to an eligible 8(a) business concern, provided that adequate competition is received, and award can be made at a fair market price. An SBA 8(a) certification letter must be included in the offer.

Second Tier. If circumstances do not permit an 8(a) award, the responsive offeror(s) from the first tier will be included in the evaluation of the second tier. The Government intends to award a contract on a competitive basis to an eligible Service-Disabled Veteran Owned small business (SDVOSB), provided that adequate competition is received, and award can be made at a fair market price. Vendor must be registered in VETBIZ.GOV.

Third Tier. If circumstances do not permit a SDVOSB award, the responsive offeror(s) from the first and second tier will be included in the evaluation of the forth tier. The Government intends to award a contract on a competitive basis to an eligible Small business concern, provided that adequate competition is received, and award can be made at a fair market price.

Last Tier. If circumstances do not permit an award to a Small business, the FAA intends to award a contract on the basis of full and open competition from among all responsible, responsive offers received providing award can be made at a fair market price.

Adequate competition is defined as at least two (2) competitive offers received from qualified, responsible business concerns at the tier under evaluation.

The applicable North American Industry Classification System (NAICS) code for this project is:

236220,Commercial and Institutional Building Construction, Size Standard: $36.5

This NAICS code must be listed on the BUSINESS DECLARATION.

SCHEDULE B

Please provide only ONE COEFFICIENT for the “Normal Working Hours” column and ONE COEFFICEINT for the “Other than Normal Working Hours” column, for a total of two coefficients.

Contract
Line Item / Description
Descriptions are based on the categories listed in the current version of the RSMeans Catalog. For further breakdown, please consult the Catalog. / Price Coefficient
Normal Working Hours / Price Coefficient
Other Than Normal Working Hours
001 / ·  General Requirements
·  Existing Conditions
·  Concrete
·  Masonry
·  Metals
·  Woods, Plastics and Composites
·  Thermal and Moisture Protection
·  Openings
·  Finishes
·  Specialties
·  Equipment
·  Furnishings
·  Special Construction
·  Conveying Equipment
·  Fire Suppression
·  Plumbing
·  Heating, Ventilating and Air Conditioning
·  Integrated Automation
·  Electrical
·  Communications
·  Electronic Safety and Security
·  Earthwork
·  Exterior Improvements
·  Utilities
·  Transportation
·  Pollution and Waste Control Equipment
·  Roofing
·  Raised Flooring
·  Landscape Improvement
·  Seismic Upgrade
·  Elevator Refurbishment
·  Hazmat Abatement
·  Fuel Storage Tank Repair/Replacement
·  Water Storage Tank Repair/Replacement
·  Lighting / ______ / ______
002 / MARK-UP for NON-PRE-PRICED ITEMS: / OVERHEAD / % / %
003 / PROFIT / % / %
$ ______
VENDOR’S NAME: / Initial:

The offered coefficient shall encompass all costs related to: (a) direct and indirect labor, fringe benefits, overhead, G&A expenses, profit, material, equipment, other direct costs, insurance, freight, handling, transportation, travel, lodging, inspection, testing, operation and maintenance manuals, bonds, etc.; (b) federal, state, and local taxes; (c) all applicable fees permits, licenses, security badging, cost estimating software; and (d) any miscellaneous charges.

The offeror is required to provide one coefficient for contract line items (CLINS) 001 – 026 for normal working hours, and another for after working hours. Failure to comply may result in the rejection of the subject offer. A single award shall be made. There shall be no split award. In the event that the CLIN price for any line item is materially unbalanced, the entire offer may be rejected without discussion with the offeror.

Effective April 1, 1996, the Federal Aviation Administration (FAA) began operating under the new FAA Acquisition Management System. The l996 DOT Appropriation Act, Public Law 104-50, mandated that the FAA rewrite its acquisition regulations and granted legislative relief from certain laws. Accordingly, the Federal Aviation Administration is exempt from: the Federal Acquisition Regulations (FAR), the Federal Acquisition Streamlining Act of 1994, the Small Business Act, and the Competition in Contracting Act.

IMPORTANT: DISCLOSURE OF PROPOSAL DATA

In the event that the Offeror believes that the information contained on Schedule B constitutes either trade secrets or confidential commercial and financial information, exempt from release under the Freedom of Information Act, Offeror must request that this information not be disclosed to the public, except as may be required by law. Request should be made in writing within the body of the submission cover letter, and Schedule B must be marked “Confidential.”

B002. PRICING OF SERVICES ON AN INDIVIDUAL JOB ORDER

Each Job or “Task” Order price has two components: (1) the Unit Price Value; and (2) the Price Coefficient. The Unit Price represents the cost for actual performance of the subject work requirement as determined by the RS Means Catalog. The Price Coefficient represents Contractor’s compensation to procure, award, manage, and administer the full performance of the Job Order (JO) including all prime overhead costs and profit. For projects in extremely remote locations or highly secure areas, additional project-specific labor costs may be required and separately negotiated on individual task orders. Contractor may also use the City Cost Index when deciphering task order pricing.

Each Job Order will contain either a specific, detailed Statement of Work (SOW) or a more generalized SOW. If the SOW is specific and detailed, then the services will be priced using the product of the RS Means Unit Price and the appropriate price coefficient (listed above). If, instead, the SOW is a general performance driven specification, then the Contractor shall prepare an appropriate proposal using the corresponding RS Means Unit Price and price coefficient. Then, the Government will review the proposal and either accept or amend as necessary. When the proposal is accepted, the pricing shall be dictated by the RS Means Unit Price and price coefficient in the accepted proposal.

(A) ESTABLISHING UNIT PRICE

All unit prices shall be established using the version of the RSMeans FACILITIES CONSTRUCTION COST DATA Catalog in effect at the time an individual Job or “Task” Order is issued. The Contractor is to use the “TOTAL INCLU O&P” column at the National Level. The city cost index, also, may also be taken into consideration. RSMeans is a supplier of construction cost information. A product line of Reed Construction Data, RSMeans provides cost information that helps owners, developers, architects, engineers, contractors and others to project and control the cost of both new building construction and renovation projects. The Catalog is published by Reed Construction Data, and may be accessed by visiting www.rsmeans.com.