Invitation and Qualifications for Bids

Supply Chain Management

23 January 2018

______

______

______

Subject:Project No. L23-1002

We are forwarding herewith one set of plans and one specification for subject project. Please prepare bid in accordance with the following instructions.

INVITATION AND QUALIFICATIONS FOR BIDS

CONSTRUCTION

  1. Scope. The work to be done consists of F-16 Production Removal, Crating & Storage Phase 2 in Building 8at Air Force Plant No. 4, Fort Worth, Texas.
  1. Bids and bid qualifications will be received until 2:00 P.M., Tuesday30 January 2018, for the furnishing of all labor, materials (unless called out to be Buyer-furnished), and equipment, and for performing all work incident to the above mentioned project in strict accordance with the Buyer’s drawings and specifications. Complete bids will be submitted by email to Lockheed Martin Buyer (Barbara Williams)at . The Project No. L23-1002needs to be in the subject line of this email. RFI's for this project will be accepted until Monday January 29, 2018 2:00 P.M.
  1. The term “Buyer” as used herein means Lockheed Martin - SCM. The term “Seller” as used herein means the firm or individual submitting a bid on this project or projects.
  1. The Buyer reserves the right to accept or reject any or all bids and/or bid alternatives and to waive any informality or irregularity in the bids received.
  1. Any bid which is conditioned upon the Buyer agreeing to the use of a price adjustment clause will be rejected.
  1. Each bidder willnot be required to furnish a bid bond issued to Lockheed Martin Aeronautics Company, in the amount of twenty (20%) percent of the bid price; and the successful bidder willnotbe required to furnish performance and payment bonds, in accordance with Appendix 1, Paragraph 12, Bonds.
  1. One set of plans and one specification related to the work will be furnished to each bidder without charge, and all sets must be returned to the Buyer.
  1. Bidders will carefully examine the plans and specifications, visit the site of the work, and fully inform themselves as to all conditions and matters which could in any way affect the performance of the work or the cost thereof. Should a bidder find discrepancies in or omissions from the specifications; or should he have a reasonable doubt as to their meaning, he should immediately so notify the Buyer and obtain clarification prior to submitting a bid.
  1. The Buyer reserves the right, as its interests may require, to revise or amend the specifications prior to the date announced for opening bids. Such revisions or amendments, if made, will be announced by an addendum or addenda to the specifications and must be acknowledged on the Bid Proposal Form. Copies of such addenda as may be issued will be furnished to all prospective bidders. If such revisions and amendments are of a nature requiring a material change in quantities or prices bid, or both, the date set for opening bids may be postponed by such number of days as, in the opinion of the Buyer, will enable the bidders to revise their bids. In such case, the addendum will include an announcement of the new date for opening bids.
  1. All work is located at Lockheed Martin Aeronautics Company, Fort Worth, Texas.
  1. The Seller will be required to name all tiers of subcontractors with reference to the specific task being performed. The subcontractors must be listed by the appropriate division in which the work is being accomplished. The enclosed form titled “List of Subcontractors” is provided for your convenience. Please list only one subcontractor per task. If a division is not applicable, please indicate N/A. If the work is to be done by the Prime Contractor, please indicate on the form as appropriate.
  1. The Seller shall properly execute the Safety Rules and Regulations Compliance Certificate included with the Bid Proposal Form.
  1. Each bidder shall submit his proposal on the attached Bid Proposal Form, signed by an authorized representative of the Seller, to furnish all labor, supervision, material (unless called out to be Buyer-furnished), tools, equipment, appliances and services for and/or incident to this project as shown on the drawings, and in conformity with all provisions of the Invitation and Qualifications for Bids, the Technical Provisions, and Appendix 1, Rev 1 dated 7 November 2016,including Attachment 1. Appendix 1is the terms and conditions applicable to this procurement, (located on the internet at Click on “Terms and Conditions”, “Appendices”, “Appendix 1”), as applicable, and Supplemental Clauses for Purchase Orders, Contracts and Schedule Agreements, Version 11 dated 5/30/17.
  1. Each bidder shall guarantee their bid proposal price for acceptance for a period of ninety (90) calendar days from the date of submittal. Any additional extension of the time for acceptance shall be mutually agreeable to the Bidder and Buyer. An official authorized to commit this proposal and to bind your company to a subcontract of the magnitude proposed must sign the response. The proposal must include the company legal name, state in which incorporated and the complete address. Also, include the name, address and telephone number of the individuals empowered to negotiate the proposal.
  1. The bidder agrees, if this bid is accepted, to complete all work specified in strict accordance with the Invitation and Qualifications for Bids and the Technical Provisions within75calendar days after receipt of notice to proceed, submit all contractual closeout documents in an additional thirty (30) calendar days, and allow an additional thirty (30) calendar days for closeout of the purchase order.
  1. Preparation of "As Built" Drawings. Upon completion of the work, the Contractor shall furnish the Owner two (2) sets of Lockheed Drawing No. L23-1002; Sheets1-32legibly marked to "as built" conditions.
  1. All bidders willbe required to submit a schedule of work to be accomplished. A milestone schedule for each phase of the work in accordance with the specified construction schedule shall be submitted to the Owner upon request.
  1. Answer completely each element and item of information requested. Omission may result in disqualification of your bid.
  1. Alternate Bids: Unless otherwise specified on the Invitation for Bids, alternate bids which benefit LM Aero or its customer are encouraged and will be accepted and considered. However, such alternate proposals must be separate from and in addition to your response to the requirements as stated in this invitation for bids. If this project is bid using the reverse auction tool, the alternate bid shall be submitted before the reverse auction starts.
  1. LM Aero reserves the right to award on the basis of an alternate bid that meets IFB requirements without requiring the submission of best and final offers.
  1. Bidders submitting alternate bids agree that such alternate plans, drawings, data, specifications and other information so submitted shall become LM Aero’s sole property, and that LM Aero is not liable to the bidder for any cost or expenses arising out of, or in

connection with, the preparation and submission of such alternate bid, regardless of whether such bid is accepted or rejected by LM Aero.

  1. Exceptions to IFB – Response: LM Aero intends to award to a responsive and responsible offeror. Exceptions to IFB will not be considered if not submitted with your proposal response.
  1. Minimum Pay Rates for Electrical Employees.
  1. The Contractor, or his subcontractors, will use journeyman electricians to perform electrical work whose base hourly wage rate at all times during the term of this contract is not less than the hourly amount of Twenty-Seven Dollars and Thirty Cents ($27.30).
  2. For an electrical Contractor, or subcontractor, to employ apprentices under the terms of this contract, he must be a participant in an apprenticeship program which is registered with the Bureau of Apprenticeship and Training of the United States Department of Labor. The wages to be paid to electrical apprentices when working on the job shall be determined by the Apprenticeship and Training Program which the Contractor, or subcontractor, is registered with the Bureau of Apprenticeship and training of the United States Department of Labor, and in which Program said Contractor, or subcontractor, is participating. In determining the apprentice wage, the percent of the journeyman’s rate set forth in Program shall be applied to the hourly amount of $27.30 for a journeyman electrician as set forth above. The ratio of apprentices to journeymen on such job shall also be determined by such Program.
  1. Payroll Records for Electrical Employees.
  1. The Contractor, and subcontractors, performing electrical work shall retain payrolls and basic records relating thereto, during the course of the work and shall preserve them for a period of three (3) years thereafter for journeyman electricians and electrical apprentices working at the site of the work. Such records shall contain the name and address of each such employee, his correct classification, rate of pay (including rates of contribution for, or costs assumed to provide fringe benefits), daily and weekly number of hours worked, deductions made and actual wages paid.
  2. The Contractor shall submit weekly a copy of all payrolls to the Owner. The Contractor shall be responsible for submission of copies of payrolls of all electrical subcontractors. The copy shall be accompanied by a statement signed by the Contractor, or subcontractor, indicating that the payrolls are correct and complete and that wage rates contained therein are not less than those specified in this contract.
  1. The Contractor shall obtain written authorization from the Owner’s Representative (Construction Engineer) prior to beginning renovation projects which include any land disturbances (clearing, grading, or excavation activities), the disturbance of any asbestos-containing material in a building or facility, or before the demolition of a building or facility, even when no asbestos is present.
  1. Your bid should be prepared and submitted in accordance with the information provided herein, including attachments and exhibits, and in compliance with instructions on this IFB request, the attached Standard Solicitation Instructions and Special Instructions. In the event the instructions conflict, the Special Instructions shall apply.
  1. The contractor and its subcontractors shall comply with Lockheed Martin Aeronautics Company's policies on Smoke-Free Environment and Harassment-Free Workplace. Copies of these two documents are available upon request.
  1. FOREIGN OBJECT DAMAGE (FOD)

If, during the performance of this purchase order, or contract, Seller or Sellers’ employees,

subcontractors or agents enter onto Buyer’s premises, they will each be required to review

information on the FOD Prevention Program and acknowledge by their respective signatures that

they have done so before being allowed to enter such premises. FOD prevention program

information can be viewed at (under pull-

down menu “terms &conditions”/”FOD”) or may be obtained from Buyer’s procurement representative.

  1. Any contract issued as a result of this solicitation will incorporate, when applicable, Lockheed Martin’s quality appendices, which may be obtained from the Lockheed Martin Aeronautics Material Management Internet home page at or contact your procurement representative and request a copy.
  1. If this order contains items to be shipped to the Lockheed Martin Texas facility, the state of Texas direct payment exemption certificate for sales and use tax no. 15218936324 or Texas sales tax resale certificate no. 15218936324 prevail unless otherwise specified. Lockheed Martin Corporation will be responsible for the payment of any Texas sales and use tax applicable to this purchase.
  1. If this order contains items to be shipped to the Lockheed Martin Georgia facility, the state of Georgia direct payment permit no. DP-4228352 prevails unless otherwise specified. Lockheed Martin Corporation will be responsible for the payment of any Georgia sales and use tax applicable to this purchase.
  1. If this order contains items to be shipped to the Lockheed Martin California facility, direct payment exemption is not applicable.
  1. In support of LM Aero’s contractor screening program, which requires criminal background checks on contractor personnel who perform services at our facilities, the buyer (or, if this PO uses the term “Lockheed Martin” instead of the term “Buyer,” then “Lockheed Martin” is substituted herein for the term “Buyer”) at any time shall have the right to conduct or have conducted a criminal background check or re-check on any individual needing access to Buyer’s premises. At the sole discretion of Buyer, access to Buyer’s premises by any individual may be denied or revoked if either (i) Buyer determines that such individual is not suited to perform services in Buyer’s work environment, or (ii) such individual fails or refuses to provide Buyer immediately upon request the information and documentation needed to verify such individual’s identity, qualifications and, if any, criminal history. Buyer’s decision to deny anyone access shall not be construed as Buyer’s opinion or determination concerning any matter whatsoever other than access to Buyer’s premises.
  1. Special Conditions

Special Conditions dated December 20, 2017 included with Bid Package

Addendum#1 dated January 9, 2018 included with Bid Package

If you have any questions or require additional information, please contact me at

817-762-3020.

Barbara Williams

Subcontract Management Staff

IB-1