NAVAL FACILITIES ENGINEERING COMMAND ... - Amazon AWS

24
P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC 9324 VIRGINIA AVENUE NORFOLK, VIRGINIA 23511-3095 POC: Gary Milton, (757) 341-2074, [email protected] LARGE PROJECTS MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC) DESIGN-BUILD/ DESIGN-BID-BUILD, GENERAL CONSTRUCTION HAMPTON ROADS, VA PROPOSED TASK ORDER: N4008520R0017 P1049 DESIGN BID, POWER QUALITY UPGRADE / P1297 DESIGN-BUILD, WALLOPS GENERATION AND DISTRIBUTION RESILIENCY IMPROVEMENTS AT JOINT EXPEDITION BASE LITTLE CREEK FORT STORY (JEBLCFS) WALLOPS ISLAND DATE OF SOLICITATION: 16 DECEMBER 2020 MACC CONTRACT HOLDERS: N4008519D9066 AECOM Construction, Inc. 3101 Wilson Blvd., Suite 700 Arlington, VA 22201 Mike Sousa [email protected] N4008519D9067 Archer Western Federal JV 929 West Adams Street Chicago, Il 60607 John Lipp [email protected] Sean Walsh [email protected] N4008519D9068 Hourigan Construction Company 4429 Bonney Rd STE 200 Virginia Beach, VA 23462 Mark Roy [email protected] N4008519D9069 RQ Construction, LLC Attn: George H. Rodgers, III 3194 Lionshead Ave Carlsbad, CA 92010 Travis Nichols [email protected] George Rogers [email protected] N4008519D9070 The Whiting Turner Contracting Company Attn: Sam Abutaleb 6305 Ivy Lane, Suite 800 Greenbelt, MD 20770 Sam Abutaleb Sam.Abutaleb@Whiting- Turner.com N4008519D9089 W.M. Jordan Company Inc., 11010 Jefferson Avenue Newport News, VA 23601 Michael Daniels [email protected] Brandon Knight [email protected]

Transcript of NAVAL FACILITIES ENGINEERING COMMAND ... - Amazon AWS

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

NAVAL FACILITIES ENGINEERING COMMAND, MID-ATLANTIC 9324 VIRGINIA AVENUE NORFOLK, VIRGINIA 23511-3095

POC: Gary Milton, (757) 341-2074, [email protected]

LARGE PROJECTS MULTIPLE AWARD CONSTRUCTION CONTRACT (MACC)

DESIGN-BUILD/ DESIGN-BID-BUILD, GENERAL CONSTRUCTION HAMPTON ROADS, VA

PROPOSED TASK ORDER:

N4008520R0017 P1049 DESIGN BID, POWER QUALITY UPGRADE / P1297 DESIGN-BUILD,

WALLOPS GENERATION AND DISTRIBUTION RESILIENCY IMPROVEMENTS AT

JOINT EXPEDITION BASE LITTLE CREEK FORT STORY (JEBLCFS)

WALLOPS ISLAND

DATE OF SOLICITATION: 16 DECEMBER 2020

MACC CONTRACT HOLDERS: N4008519D9066 AECOM Construction, Inc. 3101 Wilson Blvd., Suite 700 Arlington, VA 22201 Mike Sousa [email protected]

N4008519D9067 Archer Western Federal JV 929 West Adams Street Chicago, Il 60607 John Lipp [email protected] Sean Walsh [email protected]

N4008519D9068 Hourigan Construction Company 4429 Bonney Rd STE 200 Virginia Beach, VA 23462 Mark Roy [email protected]

N4008519D9069 RQ Construction, LLC Attn: George H. Rodgers, III 3194 Lionshead Ave Carlsbad, CA 92010 Travis Nichols [email protected] George Rogers [email protected]

N4008519D9070 The Whiting Turner Contracting Company Attn: Sam Abutaleb 6305 Ivy Lane, Suite 800 Greenbelt, MD 20770 Sam Abutaleb [email protected]

N4008519D9089 W.M. Jordan Company Inc., 11010 Jefferson Avenue Newport News, VA 23601 Michael Daniels [email protected] Brandon Knight [email protected]

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

GENERAL REQUIREMENTS All terms and conditions of contracts N4008519D9066/9067/9068/9069/9070/9089 apply to this solicitation. Please review your MACC award document for guidance on contract clauses and requirements that may pertain to this order. You are responsible to adhere to all applicable clauses, even if they are not stated in this RFP package or the Task Order award document. For clarification on any clause or other contractual issue please contact Holly Manning at [email protected]. Amendments will be posted directly to beta.sam.gov. NAVFAC Solicitation No.: N4008520R0017 NAVFAC Specification/Drawings: Work Order No. 1586122 1586122 BOD MOD 002 01of01 1586122 RFP MOD 002 01of01 1586122 RFP MOD 002 01of04 1586122 RFP MOD 002 02of04 1586122 RFP MOD 002 03of04 1586122 RFP MOD 002 04of04 Title: P1049 Design-Build, Power Quality Upgrade / P1297 Design-Build, Wallops Generation and Distribution Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island. Project Description: Refer to Specification 1586122 RFP MOD 002 01of01, 1.0 Project Description, Part 3 Chapter 1 – Page 1 and 2 Budget Amount for Design and Construction: $19,404,000. In accordance with FAR 36.204, Disclosure of the Magnitude of Construction Projects, the estimated price range for this project is less than $25,000,000 Time for Completion for Construction: Construction completion date is 626 calendar days. The completion date is calculated from award date and includes the initial 15 days allowed for distribution of the award, submission and approval of insurance, bonding and other requirements set forth in the task order/MACC. Task order award is considered notice to proceed. General Decision Number: VA20200007 08/28/2020, included below. Liquidated Damages: In accordance with FAR 52.211-12 Liquidated Damages, if the Contractor fails to complete the work in its entirety within the time specified in the contract, the Contractor shall pay liquidated damages to the Government in the amount of $1806 for each

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

calendar day of delay until the work is completed or accepted. Utilities: In accordance with FAR 52.236-14 Availability and Use of Utility Services - The Government shall make all reasonably required amounts of utilities available to the Contractor from existing outlets and supplies, as specified in the contract. Unless otherwise provided in the contract, the amount of each utility service consumed shall be charged to or paid for by the Contractor at prevailing rates charged to the Government or, where the utility is produced by the Government, at reasonable rates determined by the Contracting Officer. The Contractor shall carefully conserve any utilities furnished without charge. Record Shop Drawings: In accordance with FAR 52.236.21 Specifications and Drawings for Construction, record shop drawings are required. Reproducible copies of these record drawings are not required. Government Furnished Property: Not Included. Bond Requirements: In accordance with FAR 52.228-1, Bid Guarantees, each offeror shall submit with its offer a guarantee bond (Standard Form 24) in a penal sum equal to at least 20 percent of the offer price or or $3,000,000, whichever is less. Performance and Payment Bonds are required for the task order within ten (10) calendar days of construction effort awards. Bonds are not required for the preconstruction services. Pre-Proposal Inquiries (PPIs): Offerors who determine that the technical and or contractual requirements of this RFP require clarification(s) in order to permit submittal of a responsive proposal shall submit all questions in writing. PPIs must be submitted in writing to Gary Milton at [email protected]. The cutoff for PPIs is 14 calendar days prior to the proposal due date. Additionally, all inquiries shall be submitted using the Pre-Proposal Inquiry (PPI) form (Attachment 1). Do not submit the same inquiry more than once. Please verify that inquiries submitted by you on behalf of your subcontractors are not duplicates. A response will be published via an amendment to beta.sam.gov. Site Visit: Date of Site Visit will be provided in a future amendment. Proposal Due Date: Electronic Copy due: Friday, 29 January 2021 2:00 p.m. Eastern Time Hard Copy due: Wednesday, 3 February, 2021 12:00 p.m. Eastern Time LATE PROPOSALS WILL NOT BE CONSIDERED. Electronic Proposal Delivery Information via DOD Safe Site: Contractors shall send their Electronic Proposal submission to Gary Milton through the DOD Safe Site (safe.apps.mil). Only DoD SAFE is authorized for the submission of the electronic

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

original proposal in response to this solicitation. Further guidance is provided below for submission of hard copy submissions. The contractor shall send the contract specialist, Gary Milton at [email protected], the email address of the offeror’s point of contact who will be receiving the Drop-Off invitation to upload proposals to the DOD Safe Site no later than Monday, January 25, 2021 by 1400, unless that date and time are changed via Solicitation Amendment. The Contract Specialist, Gary Milton, will “Request a Drop-Off” through DoD SAFE utilizing the provided offeror’s point of contact email address. The recipient will receive an automated email containing the information for the request and instructions for uploading. Requests from DoD SAFE will be sent on Thursday, January 28, 2021. If you do not receive an email containing drop off instructions on that date, please contact the Contract Specialist. Only the identified POC will be able to drop-off proposals or proposal revisions in DOD SAFE. Failure to provide accurate POC information will preclude the offeror from using DoD SAFE. Note: only two email addresses may be provided per Offeror. To submit the proposal, the offeror will utilize the link provided in the automated email to take you to DoD SAFE at https://safe.apps.mil. The system will allow for inclusion of a short note to the Recipient and then the offeror will click to add files or drag and drop them. Click “Drop-Off Files” to send the files to the recipient. You should receive a notification on the site “Drop-Off Completed” “Your files have been sent successfully.” Please keep this for your records. The file(s) are uploaded and an email will be sent to the recipient notifying them of the “drop-off”. [Additional details can be viewed in the DoD SAFE User Guide available at https://safe.apps.mil. Note that the submission of any proposal must be completed no later than the due date and time, unless the date and time are changed via Solicitation Amendment, using the link sent by the contract specialist via DOD Safe. The DoD SAFE system will record the date and time of package submittal. The date and time of package submittal recorded in DoD SAFE shall govern the timeliness of any proposal submission. Offerors shall allow adequate time to upload files which may be slower for non-DoD users and to avoid other technical difficulties that may be encountered. Offerors are also responsible for submitting files in the format specified and consistent with requirements stated elsewhere in this solicitation. Files that cannot be opened, or are otherwise missing the required content are the responsibility of offerors. The maximum file size of a package is 8 GB. Up to 25 packages may be uploaded per link. It is the sole responsibility of the Offeror to obtain the RFP files, along with any amendments, from Opportunities (www.beta.sam.gov). Mailed Hard Copies In addition, one (1) original and one (1) copy of the hard copy proposal shall be delivered by mail on the date and time listed below, respectively, unless those dates are changed via Solicitation Amendment.

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

Proposal shall be labeled “PRICE PROPOSAL” and “NON-COST/PRICE FACTORS” PROPOSAL FOR RFP N4008520R0017, ATTN: GARY MILTON; DO NOT OPEN IN MAIL ROOM”. Hand delivered proposals will not be accepted. Express Mail to: Naval Facilities Engineering Command, Mid-Atlantic 9324 Virginia Avenue Building Z-140, Room 216 Norfolk, Virginia 23511 Attn: Gary Milton, ACQ22 Proposal Acceptance Period: 120 days from receipt of offers. Basis for Award: This task order will be awarded on a fair opportunity basis pursuant to FAR 16.505 ordering procedures. The proposed task order will be awarded to the responsible offeror, offering the best value to the Government. For this task order, the Government will utilize the best value, tradeoff procedures. The Government reserves the right to eliminate from consideration for award any or all offers at any time prior to award of the task order; to negotiate with offerors in the competitive range; and to award the task order to the offeror submitting the proposal determined to represent the best value—the proposal most advantageous to the Government, cost/price and other factors considered. The Government intends to evaluate proposals and award a task order without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. In addition, if the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. The tradeoff process is selected as appropriate for this acquisition. The Government considers it to be in its best interest to allow consideration of award to other than the lowest priced offeror or other than the highest technically rated offeror. All technical factors (Factors 1 and 2) are of equal importance to each other and, when combined, are of equal importance to the performance confidence assessment (past performance) rating (Factor 3); and all technical factors and the performance confidence assessment (past performance) rating, when combined, are approximately equal to price. The importance of price

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

will increase if the offerors' non-cost/price proposals are considered essentially equal in terms of overall quality, or if price is so high as to significantly diminish the value of a non-price proposal's superiority to the Government. In any event, award will be made to the responsible offeror representing the best value to the Government, price and non-price factors considered. Any proposal found to have a deficiency in meeting the stated solicitation requirements or performance objectives will be considered ineligible for award, unless the deficiency is corrected through discussions. Proposals may be found to have either a significant weakness or multiple weaknesses that impact either the individual factor rating or the overall rating for the proposal. The evaluation report must document the evaluation board’s assessment of the identified weakness(s) and the associated risk to successful contract performance resulting from the weakness(s). This assessment must provide the rationale for proceeding to award without discussions. Evaluation Factors for Award: The Proposed Task Order requires the evaluation of price and the following non-price factors:

Factor 1 – Experience Factor 2 – Technical Solution Factor 3 – Past Performance

Submittal Requirements and Basis of Evaluation for Each Factor:

Price: Provide one (1) marked original, one (1) marked copy and one (1) electronic copy (CD format) of the submittal requirements identified below. In case of variation, the original hard copy proposal takes precedence over electronic or copies.

(a) Solicitation Submittal Requirements: Offeror shall submit the following:

Cover page that includes: - Solicitation Number - Solicitation Title - Prime Contractor Name - Prime Contractor Address - Phone Number - Fax Number - DUNS - Cage Code - Point of Contact - Point of Contact Phone No.

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

- Point of Contact Email Price Proposal Form Acknowledged Amendments (if applicable) Bid Bond

(b) Basis of Evaluation: The government will evaluate price based on the total price of all

line items. Analysis will be performed by one or more of the following techniques to ensure a fair and reasonable price:

(i) Comparison of proposed prices received in response to the RFP. (ii) Comparison of proposed prices with the Independent Government Cost Estimate (IGCE).

Non-Price Factors: Provide one (1) marked original, one (1) marked copy and one (1) electronic copy (CD format) of the submittal requirements identified below. In case of variation, the original electronic copy proposal takes precedence over the physical hard copy original or copies. Factor 1 – Experience (a) Solicitation Submittal Requirements: The Offeror shall submit the following information: (1) Construction Experience: Submit a minimum of two (2) up to a maximum of five (5) relevant construction projects for the Offeror that best demonstrates your experience on relevant projects that are similar in size, scope, and complexity to the RFP. For the purposes of this evaluation, a relevant construction project is further defined as: Similar Size: 1,500 SF or greater switchgear building and 1 MW or greater electrical power generation and service replacement with a project value of $10,000,000 or greater. Similar Scope: New underground service feeders, backup generators, and rotary uninterrupted power system for a minimum of 1 MW service, facilities, site preparation, and miscellaneous utilities as required. Similar Complexity:

Integration of new service with the existing power to installation infrastructure. Renovation work while the base remains operational. Experience with Government contracts on secured bases. Demonstrate ability to manage phased projects.

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

Note: FOR COMPLEXITY ONLY. The submitted relevant project experience shall demonstrate the complexity characteristics noted above. Each relevant project (for size and scope) does not need to demonstrate all of the complexity characteristics listed above; however, the relevant projects (for size and scope) submitted must collectively demonstrate all of the items for complexity. The offeror’s body of work, considered as a whole, will be reviewed to ascertain if it possesses all of these complexity characteristics. Complexity will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the size, scope and complexity requirements, as delineated above, and provides the final construction cost. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this RFP. A project is defined as a construction effort performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather, Offerors shall submit the work performed under a task order as a project. The attached Construction & Design Experience Project Data Sheet (Attachment C) is MANDATORY and SHALL be used to submit project information. If the same project is being used to demonstrate construction and design experience, submit separate Project Data Sheets for construction and design. Except as specifically requested, the Government will not consider information submitted in addition to this form. Individual blocks on this form may be expanded; however, total length for each project data sheet shall not exceed one and one half (1½) double-sided pages (or three (3) single-sided pages). For all submitted projects, the description of the project shall clearly describe the scope of work performed and the relevancy to the project requirements of this RFP (e.g., unique features, area, construction methods). If the offeror is a Joint Venture (JV), relevant project experience should be submitted for projects completed by the Joint Venture entity. If the Joint Venture does not have shared experience, projects may be submitted for the Joint Venture partners. Experience submitted for one of the Offeror’s Joint Venture partners in which the Joint Venture partner was a partner in a different Joint Venture entity may be submitted to demonstrate relevant project experience. Offerors who fail to submit experience for all Joint Venture members may be rated lower. Offerors are still limited to a total of five (5) projects combined. If the Offeror is proposing as a single corporate entity (i.e. not as a Joint Venture), the Offeror may submit relevant project experience it performed as a partner in a previous Joint Venture. Offerors are still limited to a total of five (5) projects. If an Offeror is utilizing experience information of affiliates/subsidiaries/parent /LLC/LTD member companies (name is not exactly as stated on the SF1442), the proposal shall clearly demonstrate that the affiliate/subsidiary/parent/LLC/LTD member companies will have meaningful involvement in the performance of the contract in order for the experience information of the affiliate/subsidiary/parent/LLC/LTD member companies to be considered. The proposal shall state specific commitments of technical resources (e.g., personnel, management, equipment that the affiliate/subsidiary/parent/LLC/LTD member companies shall commit to the performance of this

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

contract). In particular, the proposal shall clearly state the specific commitments of resources of the affiliate/subsidiary/parent/LLC/LTD member companies in terms of the work it will either self-perform or manage on behalf of the Offeror in the performance of the contract. The Offeror may utilize experience of a proposed subcontractor that will perform major or critical aspects of the requirement to demonstrate construction experience under this evaluation factor. The Offeror must provide a letter of commitment and an explanation of the meaningful involvement that the proposed subcontractor will have in performance of this contract. More weight may be given to the Offeror’s projects than to those submitted for proposed subcontractors. Experience the Offeror performed as a subcontractor will not be considered. (2) Design Experience Submit a minimum of two (2) up to a maximum of five (5) relevant design projects for the Offeror that best demonstrates your experience on relevant projects that are similar in size, scope, and complexity to the RFP. For the purposes of this evaluation, a relevant design project is further defined as: Similar Size: 1,500 SF or greater switchgear building and 1 MW or greater electrical power generation and service replacement with a project value of $10,000,000 or greater. Similar Scope: New underground service feeders, backup generators, and rotary uninterrupted power system for a minimum of 1 MW service, facilities, site preparation, and miscellaneous utilities as required. Similar Complexity: Design that provides phasing requirements and other precautions necessary for integration of new equipment while preserving continuous mission operation (24x7) of adjacent facility. Design for expansion of secure perimeter while preserving ongoing Navy security requirements. Demonstrate ability to plan and design phased projects. Note: FOR COMPLEXITY ONLY. The submitted relevant project experience shall demonstrate the complexity characteristics noted above. Each relevant project (for size and scope) does not need to demonstrate all of the complexity characteristics listed above; however, the relevant projects (for size and scope) submitted must collectively demonstrate all of the items for complexity. The offeror’s body of work, considered as a whole, will be reviewed to ascertain if it possesses all of these complexity characteristics. Complexity will only be satisfied on projects that are considered relevant in terms of size and scope and completed within the specified time period. Ensure that the project description clearly identifies whether the project is new construction or repair/renovation, addresses how the project meets the size, scope and complexity requirements, as delineated above, and provides the final construction cost. Projects submitted for the offeror shall be completed within the past ten (10) years from the date of issuance of this RFP.

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

The attached Construction & Design Experience Project Data Sheet (Attachment C) is MANDATORY and SHALL be used to submit project information. If the same project is being used to demonstrate construction and design experience, submit separate Project Data Sheets for construction and design. Except as specifically requested, the Government will not consider information submitted in addition to this form. Individual blocks on this form may be expanded; however, total length for each project data sheet shall not exceed one and one half (1½) double-sided pages (or three (3) single-sided pages). For all submitted projects, the description of the project shall clearly describe the scope of work performed and the relevancy to the project requirements of this RFP (e.g., unique features, area, construction methods). A project is defined as a design effort performed under a single task order or contract. For multiple award and indefinite delivery/indefinite quantity type contracts, the contract as a whole shall not be submitted as a project; rather, Offerors shall submit the work performed under a task order as a project. The Offeror may utilize experience of a design subcontractor to demonstrate design experience under this evaluation factor. The Offeror must provide a supporting partnership agreement, teaming agreement, or letter of commitment and an explanation of the meaningful involvement for the design subcontractor. Offerors proposing multiple design firms should submit relevant project experience for all design firms. Failure to do so may result in a lower rating. Offerors are still limited to a maximum of five (5) projects combined. (b) Basis of Evaluation: The basis of evaluation will include the Offeror’s demonstrated experience and depth of experience in performing relevant construction and design projects as defined in the solicitation submittal requirements. The assessment of the Offeror’s relevant experience will be used as a means of evaluating the capability of the Offeror to successfully meet the requirements of the RFP. The Government will only review five (5) projects for Construction Experience and five (5) for Design Experience. Any projects submitted in excess of the five (5) for Construction Experience and five (5) for Design Experience will not be considered. Relevant projects where the Offeror and the proposed design firm(s) have previously worked together may be considered more favorably than relevant projects where the Offeror and the proposed design firm(s) have not worked together. Relevant projects that demonstrate design-build experience may be considered more favorably than those that do not have design-build experience. Factor 2– Technical Solution (a) Solicitation Submittal Requirements:

1. Provide a narrative describing the technical approach to the project that meets the requirements of the RFP. The narrative shall address the following:

a. Project site work b. Utilities c. Compliance with all Navy and NASA security and scheduling requirements

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

d. Design and construction to minimize corrosion in seaside marine environment e. Rotary UPS and generator specialized technical systems f. Anti-terrorism/force protection features g. Environmental and wetlands construction precautions h. Preservation of adjacent ongoing Navy mission activities i. Include intended roles and responsibilities of the prime contractor, designer of record,

and subcontractor team. j. Describe the project design approach. Outline the offeror’s proposed management staff

and design team. Describe approach for communication between offeror’s staff and Government stakeholders. The plan should include details regarding protocol for team collaboration and coordination, information gathering, deliverables, design review meetings and approach to create a teaming atmosphere. Describe interaction between design and construction management including identification of long lead items, review of means and methods, etc.

k. The offeror must provide a detailed plan for their technical approach to executing the construction portion of the project. Clearly but concisely detail the organizational approach to project management and execution. Describe proposed technical approach for construction of these facilities, including management and staffing approach, resolution of issues during construction, and approach for handling subcontractors who are underperforming or not resourcing the project adequately. Address requirement to minimize impact to ongoing mission operations and provide advance coordination of planned outages. Acknowledge responsibility to meet schedule while following all Navy and NASA security rules and launch outage precautions.

Offeror shall use the conceptual plans provided with the RFP as the basis for their design. Narrative not to exceed sixteen (16) single-sided, eight (8) double-sided pages; this includes narrative and drawings combined.

2. Schedule The project is required to be completed in twenty-eight (28) months from award. Provide a construction schedule containing sufficient details to demonstrate your ability to meet or improve on the required construction duration. Provide a supplemental narrative (not to exceed two single-sided pages) addressing necessary shift work, proposed work hours, proposed work days, and need for shift and or 24-hour operations. Describe how the schedule will be used to manage construction. (b) Basis of Evaluation: The Government will evaluate the narrative and conceptual drawings (if included), considering the extent to which the Offeror demonstrates a clear understanding of the architectural and engineering requirements of the project. The Government will evaluate the effectiveness of the design-build team's technical solution to determine the likelihood that the work will be performed in accordance with the technical requirements of the RFP. Factor 3 – Past Performance (a) Solicitation Submittal Requirements:

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

Offerors do not need to provide any information under this factor as the Government will base the evaluation on known past performance on task orders awarded under this Multiple Award Construction Contract (MACC). However, Offerors may provide any information on problems encountered and the corrective actions taken on task orders under this MACC. Offerors may also address any adverse past performance issues under this MACC. Explanations shall not exceed two (2) double-sided pages (or four (4) single-sided pages) in total. Note: If there is no past performance information available under this MACC, the Government will rely on information from the evaluation for the basic contract award. Offerors do not need to submit additional information. (b) Basis of Evaluation: This evaluation focuses on how well the Offeror performed on projects under this MACC. More emphasis will be placed on task orders that are more similar to the RFP. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), and any other known sources not provided by the Offeror. The Government will consider the currency and relevance of the information, the source of the information, context of the data, and general trends in the Contractor’s performance. This evaluation is separate and distinct from the Contracting Officer’s responsibility determination. The assessment of the Offeror’s past performance will be used as a means of evaluating the Offeror’s ability to successfully meet the requirements of the RFP. Offerors lacking past performance information will receive a Neutral Confidence rating. ATTACHMENTS: (Provided under attachments/links in beta.sam.gov) A. Pre-Proposal Inquiries (PPI) Form B. Specifications/Drawings (Six pdf files): 1586122 BOD MOD 002 01of01 1586122 RFP MOD 002 01of01 1586122 RFP MOD 002 01of04 1586122 RFP MOD 002 02of04 1586122 RFP MOD 002 03of04 1586122 RFP MOD 002 04of04 C. Construction & Design Experience Project Data Sheet D. Price Proposal Form (See Below)

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

E. Wage Determination (See Below)

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

ATTACHMENT D PRICE PROPOSAL FORM The Contractor’s price shall include the necessary labor, materials, equipment, management, supervision, and administration to accomplish the following: CLIN 0001 - BASE PRICE. Price includes CLINs 0001AA, 0001AB, 0001AC, and 0001AD, as follows: CLIN 0001AA. Price for the entire work, in accordance with the drawings and specifications, but excluding work described in Contract Line Item (CLIN) 0001AB, 0001AC, 0001AD, 0002, 0003, and 0004. CLIN DESCRIPTION TOTAL PRICE FOR CLIN

0001AA

0001AA (P1049) Work not listed in the RFP as a Bid Option, primarily the construction of the switchgear building (V-16), installation of rotary UPS power backup system with switchgear and associated platforms, including Design Fee, Cybersecurity, and eOMSI.

$

CLIN 0001AB. Price for the entire project Site Work, complete in accordance with the drawings and specifications, but excluding work described in CLIN 0001AA, 0001AC, 0001AD, 0002, 0003, and 0004. CLIN DESCRIPTION TOTAL PRICE FOR

0001AB

0001AB (P1049) Site Work not listed in the RFP as a Bid Option.

$

CLIN 0001AC. Price for foundation piling complete in accordance with drawings and specifications and in accordance with the following schedule: CLIN ITEM UNIT UNIT PRICE NO. UNITS TOTAL PRICE FOR

CLIN 0001AC (UNIT PRICE X NO. UNITS)

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

0001AC Piling Linear feet

$3,480 45 $

CLIN 0001AD. Price for pile load test, complete in accordance with the drawings and specifications and in accordance with the following schedule: CLIN ITEM UNIT UNIT PRICE NO. UNITS TOTAL PRICE FOR

CLIN 0001AD (UNIT PRICE X NO. UNITS)

0001AD Pile Load Test Each $11,000 1 $

CLIN 0002 Option Item No. 1 - Price includes the following: Price for providing all work in connection with Bid Option 1 as denoted in the RFP, complete in accordance with the drawings and specifications. CLIN DESCRIPTION TOTAL PRICE FOR CLIN

0002

0002 (P1297) Replace Existing Building V-10 Substation, including Design Fee, Cybersecurity, and eOMSI.

$

CLIN 0003 Option Item No. 2 - Price includes the following: Price for providing all work in connection with Bid Option 2 as denoted in the RFP, complete in accordance with the drawings and specifications. CLIN DESCRIPTION TOTAL PRICE FOR CLIN

0003

0003 (P1297) New medium voltage power (direct bore) cabling from Building X141 to the AEGIS site and associated switchgear, including Design Fee, Cybersecurity, and eOMSI.

$

CLIN 0004 Option Item No. 3 - Price includes the following:

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

Price for providing all work in connection with Bid Option 3 as denoted in the RFP, complete in accordance with the drawings and specifications. CLIN DESCRIPTION TOTAL PRICE FOR CLIN

0004

0004 (P1297) New backup generator and associated fuel tanks with equipment platforms to accommodate them, including Design Fee, Cybersecurity, and eOMSI.

$

GENERAL NOTES 1. Award will be made on the total sum of Contract Line Items 0001AA and 0001AB, and the sum of the extensions under Contract Line Items 0001AC, and 0001AD. For CLINs 0001AC and 0001AD enter unit prices and extended totals in spaces provided. If there is a difference between a unit price and the extended total, the unit price will be held to be the intended bid and the total recomputed accordingly. If an Offeror provides a total but fails to enter a unit price, the total divided by the specified quantity will be held to be the intended unit price. 2. The Government reserves the unilateral right to award CLIN 0002, CLIN 0003, and CLIN 0004 to the Contractor at the proposed price within 45 calendar days after the contract award. A firm-fixed price is required for CLIN 0001, CLIN 0002, CLIN 0003, and CLIN 0004. No provision is made for economic price adjustment. 3. Evaluation of Options (JUL 1990). Except when it is determined in accordance with FAR 17.206(b) Evaluation not to be in the Government's best interest, the Government will evaluate offers for award purposes by adding the price for the Option(s) to the total price for CLIN 0001. In accordance with FAR 52.217-5 Evaluation of Options, evaluation of options will not obligate the Government to exercise the Option(s). 4. The Government may reject an offer as nonresponsive if it is materially unbalanced as to prices for the basic requirement and the option quantities. An offer is unbalanced when it is based on prices significantly less than cost for some work and prices which are significantly overstated for other work. 5. If CLINs 0002, 0003, and 0004 are exercised, additional bonding and consent of surety is required. Consequently, the Performance Bond must reflect 100 percent of the aggregate amount of all Items. If CLINs 0002 – 0004 are exercised, contract completion date will be extended.

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

Amendments Acknowledged Amendment No. Date Amendment

No. Date Amendment

No. Date

Submitted by: Offeror Name: _________________________________ Authorized Individual to Sign: __________________________________ Signature: _________________________________ Date: _____________________________________

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

ATTACHMENT D Wage Determination "General Decision Number: VA20200007 08/28/2020 Superseded General Decision Number: VA20190007 State: Virginia Construction Type: Building Counties: Accomack, Essex, King And Queen, King George, Lancaster, Middlesex, Northampton, Northumberland, Richmond and Westmoreland Counties in Virginia. BUILDING CONSTRUCTION PROJECTS (does not include single family homes or apartments up to and including 4 stories). Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.80 for calendar year 2020 applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.80 per hour (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2020. If this contract is covered by the EO and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must pay workers in that classification at least the wage rate determined through the conformance process set forth in 29 CFR 5.5(a)(1)(ii) (or the EO minimum wage rate,if it is higher than the conformed wage rate). The EO minimum wage rate will be adjusted annually. Please note that this EO applies to the above-mentioned types of contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but it does not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1(a)(2)-(60). Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

0 01/03/2020 1 01/24/2020 2 02/07/2020 3 03/13/2020 4 05/29/2020 5 08/28/2020 ASBE0024-006 04/01/2020 Rates Fringes ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)......................$ 38.01 17.37+a a. PAID HOLIDAYS: New Year's Day, Martin Luther King Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day,the day after Thanksgiving and Christmas Day provided the employee works the regular work day before and after the paid holiday. ---------------------------------------------------------------- ELEC0666-001 03/01/2020 Rates Fringes ELECTRICIAN......................$ 31.46 50.45% ---------------------------------------------------------------- ELEV0051-007 01/01/2020 Rates Fringes ELEVATOR MECHANIC................$ 42.13 34.765+a+b a. PAID HOLIDAYS: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving and Christmas Day. b. VACATIONS: Employer contributes 8% of basic hourly rate for 5 years or more of service or 6% of basic hourly rate for 6 months to 5 years of service as vacation pay credit. ---------------------------------------------------------------- ENGI0147-015 06/01/2015 Rates Fringes

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

POWER EQUIPMENT OPERATOR Bulldozer...................$ 27.73 14.29 ---------------------------------------------------------------- * PLUM0602-015 08/01/2020 Rates Fringes PIPEFITTER (Includes HVAC Unit Installation)...............$ 44.14 22.64+a a. PAID HOLIDAYS: New Year's Day, Martin Luther King's Birthday, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day and the day after Thanksgiving and Christmas Day. ---------------------------------------------------------------- SUVA2013-016 01/11/2016 Rates Fringes CARPENTER........................$ 16.96 0.00 LABORER: Common or General......$ 16.00 0.00 OPERATOR: Backhoe/Excavator/Trackhoe.......$ 14.11 0.00 PLUMBER..........................$ 21.74 5.45 ROOFER...........................$ 15.56 3.06 SHEET METAL WORKER (HVAC Duct Installation Only)...............$ 17.73 6.44 TRUCK DRIVER: Dump Truck........$ 11.25 0.57 ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ================================================================ Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be:

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

* an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210

P1049 Design-Build, Power Quality Upgrade / P1297 Solicitation: N4008520R0017 Design-Build, Wallops Generation and Distribution Specification Work Order: 1586122 Resiliency Improvements at Joint Expedition Base Little Creek Fort Story (JEBLCFS) Wallops Island

4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION