Vous êtes sur la page 1sur 21

Repair BQ Building 2146 DB RFP N69450-12-R-1147816

U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

REQUEST FOR PROPOSAL N69450-08-R-1264


INDEFINITE DELIVERY INDEFINITE QUANTITY DESIGN-BUILD
AND CONSTRUCTION CONTRACT FOR GENERAL BUILDING TYPE PROJECTS
IN GUANTANAMO BAY, CUBA
N69450-08-D-1279/1280/1282/1283

TASK ORDER REQUEST FOR PROPOSAL NUMBER N69450-12-R-1147816


REPAIR BACHELOR QUARTERS (BQ) BUILDING 2146 DESIGN-BUILD (DB)
FOR U. S. NAVAL BASE GUANTANAMO BAY, CUBA
WORK ORDER NUMBER 1147816 ACQR 2691702

ENCLOSURE (3)
REQUEST FOR PROPOSAL (RFP)
PROPOSAL FORMAT AND EVALUATION CRITERIA

NAVFAC SOUTHEAST
IPT South Atlantic
20 July 2012

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
1 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

ORDER FOR SUPPLIES OR SERVICES Page 1 of 2


1. CONTRACT/PURCH ORDER 2. DELIVERY 3. DATE OF ORDER/CALL 4. REQ./PURCH. REQUEST NO. 5. PRIORITY
AGREEMENT NO. ORDER/CALL NO. RFP N69450-12-R-1147816
ACQR 2691702 DO-C2
ISSUED 20 JULY 2012
6. ISSUED BY CODE N69450 7. ADMINISTERED BY 8. DELIVERY FOB
PROCURING CONTRACT SPEC IPTSA: Dianne L. X DEST
NAVAL FACILITIES ENGINEERING COMMAND SOUTHEAST Haymans, (904) 542-6246 dianne.haymans@navy.mil OTHER
P.O. BOX 30, BLDG. 135N ADMIN CONTRACT SPEC PWD GTMO: Christine Davis (See Schedule if
NAVAL AIR STATION PROJECT MANAGER IPTSA: Jose Deliz other)
JACKSONVILLE, FL 32212-0030 DESIGN PROJECT MANAGER PWD GTMO: Simon
Mkrtchyan
9. CONTRACTOR CODE FACILITY CODE 10. DELIVER TO FOB POINT BY 11. MARK IF
(DATE) BUSINESS IS
MACC Contractors MAC Master N69450-08-D-1264
______________________________________
SMALL
12. DISCOUNT TERMS SMALL
14 DAY PAY DISADVANTAGED
_________________________ WOMEN-
13. MAIL INVOICES TO OWNED
SAME AS BLOCK 6
14. 15. PAYMENT WILL BE MADE BY CODE MARK ALL
FAR 52.232-27 PROMPT PAYMENT FOR CONSTRUCTION PACKAGES AND
CONTRACTS IS APPLICABLE TO THIS TASK ORDER AND PAPERS WITH
THEREFORE PAYMENT SHOULD BE MADE WITHIN 14 DAYS CONTRACT AND
ORDER NUMBER
FROM RECEIPT OF INVOICE.
16. DELIVERY/TASK ORDER [ XX ] THIS DELIVERY/TASK ORDER IS ISSUED ON ANOTHER GOVERNMENT AGENCY OR IN ACCORDANCE WITH AN SUBJECT TO TERMS AND CONDITIONS OF ABOVE NUMBERED CONTRACT.
PURCHASE [ ] REFERENCE YOUR FURNISH THE FOLLOWING ON TERMS SPECIFIED HEREIN.

TYPE ACCEPTANCE THE CONTRACTOR HEREBY ACCEPTS THE OFFER REPRESENTED BY THE NUMBERED PURCHASE ORDER AS IT MAY PREVIOUSLY HAVE BEEN OR IS NOW MODIFIED, SUBJECT TO ALL OF THE TERMS
AND CONDITIONS SET FORTH, AND AGREES TO PERFORM THE SAME.
OF
________________________________________ ________________________________________ ____________________________________________________ _______________________
ORDER
NAME OF CONTRACTOR SIGNATURE TYPED NAME AND TITLE DATE SIGNED
[ ] IF THIS BOX IS MARKED, SUPPLIER MUST SIGN ACCEPTANCE AND RETURN THE FOLLOWING NUMBER OF COPIES:
17. ACCOUNTING AND APPROPRIATION DATA/LOCAL USE

18. 19. 20. 21. 22. UNIT 23. AMOUNT


ITEM SCHEDULE OF SUPPLIES/SERVICE QUANTITY UNIT PRICE
NO. ORDERED/
REPAIR BACHELOR QUARTERS (BQ) BUILDING 2146 DESIGN- ACCEPTED
0001
BUILD (DB) AT U. S. NAVAL BASE GUANTANAMO BAY, CUBA

ESTIMATED COST RANGE IS BETWEEN $5,000,000.00 AND


$10,000,000.00.
SEE PAGE 2
THE SITE VISIT FOR THIS PROJECT WILL BE HELD 10:30 A.M (ET),
WEDNESDAY, 25 JULY 2012 AT PWD GTMO.

**PROPOSAL DUE BY 2:30 PM (ET) 28 AUG 2012**

“ADDITIONAL SECURITY MEASURES HAVE BEEN INITIATED AFTER


THE EVENTS OF 11 SEPTEMBER 2001. YOU SHOULD TAKE INTO
ACCOUNT THE IMPACT OF THESE MEASURES IN YOUR
RESPONSE TO THIS REQUEST.”

*iF QUANTITY ACCEPTED BY THE GOVERNMENT 24. UNITED STATES OF AMERICA 25.
IS SAME AS QUANTITY ORDERED, INDICATE BY
X. IF DIFFERENT, ENTER ACTUAL QUANTITY TOTAL
ACCEPTED BELOW QUANTITY ORDERED AND
ENCIRCLE.
BY: CONTRACTING/ORDERING OFFICER
26. QUANTITY IN COLUMN 20 HAS BEEN 27. SHIP NO. 28. D.O. VOUCHER NO. 30.
� INSPECTED � RECEIVED � ACCEPTED, AND CONFORMS ____________ INITIALS
TO THE CONTRACT EXCEPT AS NOTED ___________________ �PARTIAL
________________________________________________________________ � FINAL
DATE SIGNATURE OF AUTHORIZED GOVERNMENT REPRESENTATIVE
36. I CERTIFY THIS ACCOUNT IS CORRECT AND PROPER FOR PAYMENT 31. PAYMENT 32. PAID BY 33. AMOUNT VERIFIED CORRECT FOR
______ _________________________________________________ � COMPLETE 34. CHECK NUMBER
DATE SIGNATURE AND TITLE OF CERTIFYING OFFICER �PARTIAL 35. BILL OF LADING NO.
�FINAL
37. RECEIVED AT 38. RECEIVED BY 39. DATE RECEIVED 40. TOTAL CONTAINERS 41. S/R ACCOUNT 42. S/R VOUCHER NO.
NUMBER
DD Form 1155, JAN 1998 (EG) Previous editions are obsolete

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
2 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

DD Form 1155
Page 2 of 2

DD Form 1155 PRICE SCHEDULE FORM

The offeror agrees to perform the work required at the proposed Firm Fixed Price specified below in strict
accordance with the terms and conditions regulatory requirements of this solicitation, as well as those specified in
the original contract against which this task order will be issued, if this offer is accepted by the Government in
writing within 90 calendar days after the date offers are due. Proposal should include all labor, equipment,
materials, lower-tier subcontractors, and supplies necessary to complete the activities specified in the solicitation.

ITEM NO SCHEDULE OF SUPPLIES/SERVICES AMOUNT


REPAIR BACHELOR QUARTERS (BQ) BUILDING
CLIN 0001 2146 DESIGN-BUILD (DB) AT U. S. NAVAL BASE $_________________________
GUANTANAMO BAY, CUBA.

The contractor shall perform all services necessary for the design and construction of Repair Bachelor Quarters
(BQ) Building 2146 Design-Build (DB) at U. S. Naval Base Guantanamo Bay, Cuba in accordance with the Request
for Proposal (RFP). The total completion time for this project is 460 calendar days from the task order award date.

Acknowledgement of Amendments
(The offeror acknowledges receipt of amendments to the solicitation - - give number and date of each)

AMENDMENT NO.

DATE

ACKNOWLEDGEMENT OF ALL AMENDMENTS IS REQUIRED WITH THE PRICE PROPOSAL.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
3 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

NOTICE TO OFFERORS: THIS PROJECT IS BEING PROCURED UNDER THE IDIQ LARGE MACC
GROUP AWARDED CONTRACTS UNDER REQUEST FOR PROPOSAL N69450-08-R-1264.

PARTICIPATION: Offerors are reminded in accordance with your contract that the intent of this contract is that
all IDIQ Contractors participate in pre-proposal conferences/site-visits and submit proposals on each task order.
Contractors electing not to propose on a requirement must notify the Procuring Contract Specialist, see DD1155
Block 7, on each requirement. Contractors electing to propose on a requirement must attend the site visit established
by the Government for that requirement. Lack of participation by an IDIQ contractor may result in the Government
not exercising the option to extend the contract. Participation in pre-proposal conferences and site-visits for task
orders is the responsibility of the offerors and is not directly reimbursable by the Government.

SITE VISIT: A site visit is scheduled for 10:30 AM ET Wednesday, 25 July 2012, at the Public Works Office
Conference Room, Building 752, U. S. Naval Base Guantanamo Bay, Cuba. Point of contact is Ms. Christine Davis,
email christine.davis@usnbgtmo.nvy.mil, and telephone 011.53.99.4515. Request you confirm your participation in
the site visit with Ms. Davis. In accordance with your respective initial IDIQ MACC contract, offerors must be able
to respond to the pre-proposal conference/site visit within a minimum of three (3) calendar days notice.

ENTRY APPROVAL: No employee or representative of the Contractor will be admitted to the U.S. Naval Base,
Guantanamo Bay, Cuba without prior entry approval. Point of contact for entry approval is Joann King,
Procurement Specialist, email joann.king@usnbgtmo.navy.mil, telephone 011.53.99.4689.

PRE PROPOSAL INQUIRIES (PPIs): It is requested that PPIs be submitted as soon as possible but not later than
Monday,13 August 2012, utilizing the PPI form provided in Microsoft EXCEL format (not PDF), to allow time for
processing and issuance of any amendments. PPIs received after that date may not receive a response. The PPI
EXCEL Format Form is provided electronically in NECO for use in submitting PPIs. All PPIs are to be sent
electronically to the following individuals by the date requested above. The Project Manager will not directly
provide responses to contractors.

Dianne Haymans, Procuring Contract Specialist: dianne.haymans@navy.mil


Jose Deliz, Project Manager: jose.deliz@navy.mil

PROPOSALS: Technical and price proposals are due no later than 2:30 PM (ET), Tuesday, 28 August 2012. Both
technical and price proposals can be submitted electronically as separate documents to Dianne Haymans, Procuring
Contract Specialist, at: dianne.haymans@navy.mil, or delivered to Naval Facilities Engineering Command
Southeast, ATTN: Dianne Haymans, at the following address:

NAVFAC Southeast IPT South Atlantic


ATTN: Dianne Haymans
Ajax Street, Building 135 North
P.O. Box 30, Naval Air Station
Jacksonville, FL 32212-0030

GENERAL DESCRIPTION OF THE WORK: This project is for Repair Bachelor Quarters (BQ) Building 2146
Design-Build (DB).

OVERVIEW OF PROJECT DESCRIPTION:

Facility Size/Construction: Building 2146 is a 76,360 gross square foot civilian barracks facility consisting of
reinforced masonry bearing walls with cast-in-place structural concrete floors and roof deck.

Age of Facility: The facility was completed in 1988 and was occupied as bachelor enlisted housing. In 1999,
the facility was converted to workforce housing for civilian foreign nationals.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
4 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

Arrangement of units: A total of 96 housing units are located in two three story wings with 16 units per wing
per floor. Each floor is served by cast-in-place concrete stairs and cast-in place exterior walkway balconies with
metal guard railings. Common core spaces house kitchens, recreational lounges, storage, laundries, and office
facilities.

BUILDING SYSTEMS

• Electrical, Plumbing and Fire Protection. This project will include removal, replacement and
upgrades to electrical, plumbing, and fire protection systems serving the building.

• Fire Protection. The project will provide for sprinklers throughout the entire building.

• Roofing. The project will involve patching of the existing EPDM roofing and coating with a fluid-
applied roof membrane system, and other minor repairs.

• Solar Hot Water. The project shall provide a new rooftop solar hot water system.

• Exterior enclosure. The entire exterior of the building shall be cleaned and re-painted. Some minor
concrete repairs are required. All sealants will be removed and replaced.

• Exterior Doors. All exterior doors weather-stripping and thresholds shall be replaced.

COMMON SPACES

• Kitchens. Two existing core spaces will be renovated to provide kitchens on the first and second
floors.

• Core spaces shall receive:

New floor finishes


New lighting fixtures (replace existing)
New lay-in ceilings in lounges
New toilet fixtures (replace existing)
Painted finishes at walls and hard ceilings

HOUSING UNITS

• Arrangement: Each housing suite consists of two bedrooms with kitchenettes with a shared bath.

• Work includes:

Replacement of power wiring,


Replacement of lighting fixtures,
Redesign and replacement of kitchenette counters, wall, and base cabinets,
New kitchen sinks and microwaves.

Bathrooms will be completely renovated with replacement of existing tubs with shower units,
replacement of toilets, and the addition of a vanity sink unit. All finishes and toilet accessories in the
bathrooms shall be replaced.

Room wall finishes: All interior wall finishes shall be painted concrete masonry or shall receive
ceramic wall tile.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
5 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

PROJECT PHASING

The building will be unoccupied during the construction project and the work shall be completed in a single
construction phase.

TYPE OF ORDER: The Government contemplates award of a firm fixed-price task order under MAC Master
N69450-08-R-1264 resulting from this Request for Proposal (RFP).

DOCUMENTS: Request for Proposal documents are provided via posting on the Navy Electronic Commerce
Online (NECO) website as a Directed Solicitation. To access the RFP and download the documents on NECO the
CAGE Code applicable to your MAC Contract must be used.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
6 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

BASIS FOR AWARD

1. The Government reserves the right to eliminate from consideration for award any or all offers at any
time prior to award of the contract; to negotiate with offerors in the competitive range; and to award the contract to
00the offeror submitting the proposal determined to represent the best value - the proposal most advantageous to the
Government, price and other factors considered.

2. The Government intends to evaluate proposals and award a contract 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.

3. 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.

4. All technical factors when combined are of equal importance and when combined are approximately
equal to price.

5. An overall non-price factors rating must be at least “ACCEPTABLE” in order to be eligible for award.
An “UNACCEPTABLE” rating in any factor results in the overall non-price factors proposal being rated
“UNACCEPTABLE” unless corrected through discussions. An overall non-price factors rating of
“UNACCEPTABLE” makes a proposal ineligible for award.

6. 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.

Definitions
Weakness A flaw in the proposal that increases the risk of unsuccessful contract performance.
Significant A flaw that appreciably increases the risk of unsuccessful contract performance.
Weakness
Deficiency A material failure of a proposal to meet a Government requirement or a combination of significant
weaknesses in a proposal that increases the risk of unsuccessful contract performance to an
unacceptable level.

7. INCORPORATION OF TECHNICAL PROPOSAL

a. The Contractor’s technical proposal, including revisions and amendments, made prior to contract award and a
copy of which is in the possession of both parties, will be incorporated into this contract upon award by reference
with the same force and effect as if set forth in full text. All contractor personnel shall meet or exceed the
qualifications standards, experience levels and trade background set forth in the technical proposal.

b. In the event of an inconsistency between the provisions of this contract and the technical proposal, the
inconsistency shall be resolved by giving precedence in the following order: (i) the contract (excluding the technical
proposal), and then (ii) the technical proposal.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
7 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

EVALUATION FACTORS FOR AWARD

1. The solicitation requires the evaluation of price and the following technical factors:

Factor 1 - Qualifications
Factor 2 - Past Performance
Factor 3 - Technical Solution

2. The relative order of importance of the technical factors are equal. Technical factors 1 through 3 are
equal in importance to each other and when combined are approximately equal to price.

3. Basis of Evaluation and Submittal Requirements for Each Factor.

(a) Price:

Price proposal shall be submitted separately from the technical proposal. Provide one (1) original of the price
submittal requirements.

(1) Solicitation Submittal Requirements:

(i) Contract Line Item (CLIN) 0001: Cost for the entire work complete in accordance
with the RFP, including mobilization and demobilization. CLIN 0001 price shall be considered available for award
for 90 calendar days from the proposal due date.

(ii) Executed DD1155. Offerors shall insert their MACC contract number in Block 1;
company name, address, telephone number, DUNS Number, and CAGE Code in Block 9; signature, name and title
of person authorized to sign, and date signed in Block 16; and the prices proposed on Page 2 of the DD1155.

(iii) Acknowledgement of all amendments (if applicable).

(iv) Ensure current registration on the CCR Website, www.ccr.gov.

(v) Ensure that you have completed/updated your Annual Representations and
Certifications on the ORCA Website, http://orca.bpn.gov.

(vi) Ensure that you have completed/updated your Annual Vets 100 Report on Website,
http://vets.dol.gov/vets100.

(2) Basis of Evaluation: The Government will evaluate price based on the total price. Total price
consists of the basic requirement CLIN 0001. Analysis will be performed by one or more of the following
techniques to ensure a fair and reasonable price:

(i) Comparison of proposed prices with the IGCE.


(ii) Comparison of proposed prices received in response to the RFP.
(iii) Comparison of proposed prices with available historical information.
(iv) Comparison of market survey results.

(b) Technical Factors:

Note to Offeror: The Offeror’s response to Factors that require the submission of Key Personnel resumes and Past
Performance shall be based on the following relevancy definition:

DEFINITION OF A RELEVANT PROJECT: A relevant project is defined as renovation projects to recapitalize


and modernize existing berthing (e.g. barracks, hotels, quarters, etc.) or office buildings, with a construction value of

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
8 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

approximately $3m or greater. Relevant projects must have been completed within the last seven (7) years of this
RFP issuance date.

The Key Personnel resumes requested in Factor 1 for the Construction Project Manager and Project Superintendent
must include relevant construction projects. The Past Performance information requested in Factor 2 must be for
relevant construction projects.

Provide one (1) original, three (3) copies, and one (1) electronic copy (CD) of the solicitation submittal requirements
identified below. Entire proposal, excluding tabs and conceptual sketches, shall not exceed 50 pages in length (front
side only) utilizing a minimum Arial Font of 12 for Factors 1-3. All pages must be numbered sequentially,
excluding tabs and conceptual sketch(es).

1. Factor 1 - Qualifications:

(i) Submittal Requirements:

Key Personnel: Submit a resume for each of the following team members. Resumes shall include professional
licenses and certifications, number of years of experience, firms they have worked for, a list of relevant projects
(two or more) that they have completed, and their role on these projects. Resumes for each individual shall be
limited to two pages in length. Each resume must demonstrate experience on two or more relevant projects. (Note:
Do NOT submit resumes of more than two (2) pages in length; only the first two (2) pages will be evaluated if more
than two (2) pages are submitted). See specific personnel below for additional resume requirements:

- Construction Project Manager – responsible for all construction project management, must
demonstrate at least seven (7) years of experience as a Construction Project Manager, must
demonstrate experience on at least two (2) relevant construction projects, and must demonstrate
experience on at least one (1) design build project

- Project Superintendent – responsible for all on-site construction operations, must demonstrate at least
seven (7) years of experience as a superintendent on construction projects, and must demonstrate
experience on at least two (2) relevant construction projects

(ii) Basis of Evaluation:

The Government will evaluate the information required to be submitted in (a) above. The assessment of the
offeror’s qualifications will be used as a means of evaluating the relative capability of the offeror to successfully
meet the requirements of the RFP.

(2) Factor 2 – Past Performance:

(i) Submittal Requirements:

IF A COMPLETED CPARS EVALUATION IS AVAILABLE, IT SHALL BE SUBMITTED WITH THE


PROPOSAL. IF THERE IS NOT A COMPLETED CPARS EVALUATION, the Past Performance Questionnaire
(PPQ) included in the solicitation is provided for the offeror or its team members to submit to the client for each
project the offeror includes in its proposal for Factor 1, Qualifications. AN OFFEROR SHALL NOT SUBMIT A
PPQ WHEN A COMPLETED CPARS IS AVAILABLE.

IF A CPARS EVALUATION IS NOT AVAILABLE, ensure correct phone numbers and email addresses are
provided for the client point of contact. Completed PPQs should be submitted with your proposal. If the offeror is
unable to obtain a completed PPQ from a client for a project(s) before proposal closing date, the offeror should
complete and submit with the proposal the first page if the PPQ (Attachment B), which will provide contract and
client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely
submittal directly to the Government’s point of contact, dianne.haymans@navy.mil prior to proposal closing date.
Offerors shall not incorporate by reference into their proposal PPQs or CPARS previously submitted for other RFPs.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
9 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

However, this does not preclude the Government from utilizing previously submitted PPQ information in the past
performance evaluation.

Also include performance recognition documents received within the last seven (7) years such as awards, award fee
determinations, customer letters of commendation, and any other forms of performance recognition.

In addition to the above, the Government may review any other sources of information for evaluating past
performance. Other sources may include, but are not limited to, past performance information retrieved through the
Past Performance Information Retrieval System (PPIRS) using all CAGE/DUNS numbers of team members
(partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the offeror’s
proposal, 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.

While the Government may elect to consider data from other sources, the burden of providing detailed, current,
accurate and complete past performance information rests with the Offeror.

A copy of the blank Past Performance Questionnaire to be used for requesting client references is included as
Attachment B.

(ii) Basis of Evaluation:

The degree to which past performance evaluations and all other past performance information reviewed by the
Government (e.g., PPIRS, Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic
Subcontract Reporting System (eSRS), performance recognition documents, and information obtained for any other
source) reflect a trend of satisfactory performance will be determined considering:

- A pattern of successful completion of tasks;


- A pattern of deliverables that are timely and of good quality;
- A pattern of cooperativeness and teamwork with the Government at all levels (task managers,
contracting officers, auditors, etc.);
- Tasks that are identical to, similar to, or related to the task at hand; and
- A respect for stewardship of Government funds:

(3) Factor 3 – Technical Solution

(i) Submittal Requirements:

Provide technical narrative not to exceed five (5) single sided pages AND conceptual sketch(s) not to exceed two (2)
11x17 single sided pages. The narrative and sketch shall illustrate proposed repairs to the roof and proposed
reconfiguration of the boiler room to accommodate the new hot water tank.

(ii) Basis of Evaluation:

Offerors will be evaluated on their understanding of the RFP requirements through presentation of a narrative
description of the major systems and features of the design and construction of the project, drawings, and related
unique design/construction features.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
10 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

CLAUSES INCORPORATED IN FULL TEXT

FAR 52.216-1 TYPE OF CONTRACT (APR 1984)

The Government contemplates award of a firm fixed-price task order resulting from this Request for Proposal.
(End of Provision)

FAR 52.211-10 COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK (Apr 1984)

The Contractor shall be required to (a) commence work under this contract within ten (10) calendar days after the
date the Contractor receives the notice to proceed, (b) prosecute the work diligently, and (c) complete the entire
work ready for use within 460 calendar days of award of contract. The time stated for completion shall include final
cleanup of the premises.
(End of Clause)

FAR 52.211-12 LIQUIDATED DAMAGES—CONSTRUCTION (Sept 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 $2,661.00 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)

FAR 52.228-15 PERFORMANCE AND PAYMENT BONDS—CONSTRUCTION (NOV 2006)

(a) Definitions. As used in this clause—


“Original contract price” means the award price of the contract; or, for requirements contracts, the price payable for
the estimated total quantity; or, for indefinite-quantity contracts, the price payable for the specified minimum
quantity. Original contract price does not include the price of any options, except those options exercised at the time
of contract award.
(b) Amount of required bonds. Unless the resulting contract price is $100,000 or less, the successful offeror shall
furnish performance and payment bonds to the Contracting Officer as follows:
(1) Performance bonds (Standard Form 25). The penal amount of performance bonds at the time of contract award
shall be 100 percent of the original contract price.
(2) Payment Bonds (Standard Form 25A). The penal amount of payment bonds at the time of contract award shall be
100 percent of the original contract price.
(3) Additional bond protection.
(i) The Government may require additional performance and payment bond protection if the contract price is
increased. The increase in protection generally will equal 100 percent of the increase in contract price.
(ii) The Government may secure the additional protection by directing the Contractor to increase the penal amount
of the existing bond or to obtain an additional bond.
(c) Furnishing executed bonds. The Contractor shall furnish all executed bonds, including any necessary reinsurance
agreements, to the Contracting Officer, within the time period specified in the Bid Guarantee provision of the
solicitation, or otherwise specified by the Contracting Officer, but in any event, before starting work.
(d) Surety or other security for bonds. The bonds shall be in the form of firm commitment, supported by corporate
sureties whose names appear on the list contained in Treasury Department Circular 570, individual sureties, or by
other acceptable security such as postal money order, certified check, cashier's check, irrevocable letter of credit, or,
in accordance with Treasury Department regulations, certain bonds or notes of the United States. Treasury Circular
570 is published in the Federal Register or may be obtained from the:

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
11 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

U.S. Department of the Treasury


Financial Management Service
Surety Bond Branch
3700 East West Highway, Room 6F01
Hyattsville, MD 20782.

Or via the internet at http://www.fms.treas.gov/c570/.


(e) Notice of subcontractor waiver of protection (40 U.S.C. 3133(c)). Any waiver of the right to sue on the payment
bond is void unless it is in writing, signed by the person whose right is waived, and executed after such person has
first furnished labor or material for use in the performance of the contract.
(End of clause)

252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS


(JUN 2012)

(a) Definitions. As used in this clause—

(1) “Contract financing payment” and “invoice payment” have the meanings given in section 32.001 of the
Federal Acquisition Regulation.

(2) “Electronic form” means any automated system that transmits information electronically from the initiating
system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for
submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a
payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting
Officer.

(3) “Payment request” means any request for contract financing payment or invoice payment submitted by the
Contractor under this contract.

(4) “Receiving report” means the data required by the clause at 252.246-7000, Material Inspection and
Receiving Report.

(b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving
reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure
File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at
https://wawf.eb.mil/.

(c) The Contractor may submit a payment request and receiving report using other than WAWF only when—

(1) The Contracting Officer administering the contract for payment has determined, in writing, that electronic
submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the
Contracting Officer’s determination with each request for payment;

(2) DoD makes payment for commercial transportation services provided under a Government rate tender or a
contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor
payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing
System);

(3) DoD makes payment for rendered health care services using the TRICARE Encounter Data System (TEDS)
as the electronic format; or

(4) When the Governmentwide commercial purchase card is used as the method of payment, only submission of
the receiving report in electronic form is required.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
12 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

(d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in
Section G of the contract.

(e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment
clauses in this contract when submitting payment requests.
(End of clause)

252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JUN 2012)

(a) Definitions. As used in this clause—

“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a unit,
activity, or organization.

“Document type” means the type of payment request or receiving report available for creation in Wide Area WorkFlow
(WAWF).

“Local processing office (LPO)” is the office responsible for payment certification when payment certification is done
external to the entitlement system.

(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and
receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports.

(c) WAWF access. To access WAWF, the Contractor shall—

(1) Have a designated electronic business point of contact in the Central Contractor Registration at
https://www.acquisition.gov; and

(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration
available at this web site.

(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course
and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting
the “Web Based Training” link on the WAWF home page at https://wawf.eb.mil/

(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data
Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment
requests and receiving reports in WAWF for this contract/order:

(1) Document type. The Contractor shall use the following document type(s).

___________________________________________________________
(Contracting Officer: Insert applicable document type(s).
Note: If a “Combo” document type is identified but not supportable by the Contractor’s business systems, an
“Invoice” (stand-alone) and “Receiving Report” (stand-alone) document type may be used instead.)

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s)
in WAWF, as specified by the contracting officer.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
13 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

____________________________________________________________
(Contracting Officer: Insert inspection and acceptance locations or “Not applicable.”)

(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in
applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*


Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC
Issue By DoDAAC
Admin DoDAAC
Inspect By DoDAAC
Ship To Code
Ship From Code
Mark For Code
Service Approver (DoDAAC)
Service Acceptor (DoDAAC)
Accept at Other DoDAAC
LPO DoDAAC
DCAA Auditor DoDAAC
Other DoDAAC(s)
(*Contracting Officer: Insert applicable DoDAAC information or “See schedule”
if multiple ship to/acceptance locations apply, or “Not applicable.”)

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes
appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per
unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in
support of each payment request.

(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the “Send
Additional Email Notifications” field of WAWF once a document is submitted in the system.

________________________________________________________________
________________________________________________________________
(Contracting Officer: Insert applicable email addresses or “Not applicable.”)

(g) WAWF point of contact.

(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting
activity’s WAWF point of contact.

_________________________________________________________________
(Contracting Officer: Insert applicable information or “Not applicable.”)

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

5252.228-9305 NOTICE OF BONDING REQUIREMENTS (DEC 2000)

(a) Within 10 calendar days after receipt of award, the bidder/offeror to whom the award is made shall furnish the
following bond(s) each with satisfactory security:

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
14 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

_X_ A Performance Bond (Standard Form 25). The performance bond shall be in a penal sum equal to 100%
percent of the contract price.

_X_ A Payment Bond (Standard Form 25A). The payment bond shall be in a penal sum equal to 100% of the
contract price

(b) Any surety company holding a certificate of authority from the Secretary of Treasury as an acceptable Surety on
Federal bonds will be accepted. Individual sureties will be permitted as prescribed in FAR 28.203 and FAC
5252.228-9300. Alternative types of security in lieu of furnishing sureties on performance and/or payment bonds
will be permitted as prescribed in FAR 28.204, and will be held for at least one year after the completion of the
contract. Additional bond security may be required as prescribed in FAR 52.228-2. Bonds shall be accompanied by
a document authenticating the agent’s authority to sign bonds for the surety company.

(c) The contract time for purposes of fixing the completion date, default, and liquidated damages shall begin 460
days after contract award, regardless of when performance and payment bonds or deposits in lieu of surety are
executed.
(End of clause)

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
15 of 21
RFP Repair Bachelor Quarters Building 2146 N69450-12-R-1147816
PRE PROPOSAL INQUIRY (PPI) FORM
REFERENCE
DATE CONTRACTOR NAME QUESTION
(Section/Paragraph/Page)

ATTACHMENT A
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

ATTACHMENT B

1. The NAVFAC/USACE Form Past Performance Questionnaire PPQ-0 shall be utilized for all evaluations that
require a Past Performance Questionnaire (PPQ).

2. Offerors should submit the PPQ with their offer. If the offeror is unable to obtain a completed PPQ from a client
for a project(s) before proposal closing date, the offeror should complete and submit with the proposal the first page
of the PPQ (Attachment B), which will provide contract and client information for the respective project(s). Offerors
should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests,
questionnaires may be submitted directly to the Government’s point of contact, Dianne L. Haymans via email at
dianne.haymans@navy.mil prior to proposal closing date.

3. Offerors should provide PPQs with their proposal as required by the RFP. Offerors shall not incorporate by
reference into their proposal PPQs previously submitted for other RFPs. However, this does not preclude the
Government from utilizing previously submitted PPQ information in the past performance evaluation.

NAVFAC/USACE Form PPQ-0, can be accessed is at


https://portal.navfac.navy.mil/portal/page/portal/aq/pdffiles/ppq.doc

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
17 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

ATTACHMENT B
NAVFAC/USACE PAST PERFORMANCE QUESTIONNAIRE (Form PPQ-0)
CONTRACT INFORMATION (Contractor to complete Blocks 1-4)
1. Contractor Information
Firm Name: CAGE Code:
Address: DUNs Number:
Phone Number:
Email Address:
Point of Contact: Contact Phone Number:
2. Work Performed as: Prime Contractor Sub Contractor Joint Venture Other (Explain)
Percent of project work performed:
If subcontractor, who was the prime (Name/Phone #):
3. Contract Information
Contract Number:
Delivery/Task Order Number (if applicable):
Contract Type: Firm Fixed Price Cost Reimbursement Other (Please specify):
Contract Title:
Contract Location:

Award Date (mm/dd/yy):


Contract Completion Date (mm/dd/yy):
Actual Completion Date (mm/dd/yy):
Explain Differences:

Original Contract Price (Award Amount):


Final Contract Price (to include all modifications, if applicable):
Explain Differences:

4. Project Description:
Complexity of Work High Med Routine
How is this project relevant to project of submission? (Please provide details such as similar equipment, requirements,
conditions, etc.)

CLIENT INFORMATION (Client to complete Blocks 5-8)


5. Client Information
Name:
Title:
Phone Number:
Email Address:
6. Describe the client’s role in the project:

7. Date Questionnaire was completed (mm/dd/yy):


8. Client’s Signature:

NOTE: NAVFAC REQUESTS THAT THE CLIENT COMPLETES THIS QUESTIONNAIRE AND SUBMITS DIRECTLY BACK TO
THE OFFEROR. THE OFFEROR WILL SUBMIT THE COMPLETED QUESTIONNAIRE TO NAVFAC WITH THEIR
PROPOSAL, AND MAY DUPLICATE THIS QUESTIONNAIRE FOR FUTURE SUBMISSION ON NAVFAC SOLICITATIONS.
CLIENTS ARE HIGHLY ENCOURAGED TO SUBMIT QUESTIONNAIRES DIRECTLY TO THE OFFEROR. HOWEVER,
QUESTIONNAIRES MAY BE SUBMITTED DIRECTLY TO NAVFAC. PLEASE CONTACT THE OFFEROR FOR NAVFAC POC
INFORMATION. THE GOVERNMENT RESERVES THE RIGHT TO VERIFY ANY AND ALL INFORMATION ON THIS FORM.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
18 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

ATTACHMENT B
ADJECTIVE RATINGS AND DEFINITIONS TO BE USED TO BEST REFLECT
YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE

RATING DEFINITION NOTE

(E) Exceptional Performance meets contractual requirements and An Exceptional rating is appropriate
exceeds many to the Government/Owner’s when the Contractor successfully
benefit. The contractual performance of the performed multiple significant events that
element or sub-element being assessed was were of benefit to the
accomplished with few minor problems for Government/Owner. A singular benefit,
which corrective actions taken by the contractor however, could be of such magnitude that
was highly effective. it alone constitutes an Exceptional rating.
Also, there should have been NO
significant weaknesses identified.
(VG) Very Good Performance meets contractual requirements and A Very Good rating is appropriate when
exceeds some to the Government’s/Owner’s the Contractor successfully performed a
benefit. The contractual performance of the significant event that was a benefit to the
element or sub-element being assessed was Government/Owner. There should have
accomplished with some minor problems for been no significant weaknesses identified.
which corrective actions taken by the contractor
were effective.
(S) Satisfactory Performance meets minimum contractual A Satisfactory rating is appropriate when
requirements. The contractual performance of there were only minor problems, or major
the element or sub-element contains some minor problems that the contractor recovered
problems for which corrective actions taken by from without impact to the contract.
the contractor appear or were satisfactory. There should have been NO significant
weaknesses identified. Per DOD policy, a
fundamental principle of assigning ratings
is that contractors will not be assessed a
rating lower than Satisfactory solely for
not performing beyond the requirements
of the contract.

(M) Marginal Performance does not meet some contractual A Marginal is appropriate when a
requirements. The contractual performance of significant event occurred that the
the element or sub-element being assessed contractor had trouble overcoming which
reflects a serious problem for which the impacted the Government/Owner.
contractor has not yet identified corrective
actions. The contractor's proposed actions
appear only marginally effective or were not
fully implemented.
(U) Unsatisfactory Performance does not meet most contractual An Unsatisfactory rating is appropriate
requirements and recovery is not likely in a when multiple significant events occurred
timely manner. The contractual performance of that the contractor had trouble
the element or sub-element contains serious overcoming and which impacted the
problem(s) for which the contractor's corrective Government/Owner. A singular problem,
actions appear or were ineffective. however, could be of such serious
magnitude that it alone constitutes an
unsatisfactory rating.
(N) Not Applicable No information or did not apply to your contract Rating will be neither positive nor
negative.

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
19 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

Contractor Information (Firm Name): ________________________________________________


Client Information (Name): ________________________________________________________

ATTACHMENT B
TO BE COMPLETED BY CLIENT
PLEASE CIRCLE THE ADJECTIVE RATING WHICH BEST REFLECTS
YOUR EVALUATION OF THE CONTRACTOR’S PERFORMANCE.
1. QUALITY:
a) Quality of technical data/report preparation efforts E VG S M U N
b) Ability to meet quality standards specified for technical performance E VG S M U N
c) Timeliness/effectiveness of contract problem resolution without extensive
E VG S M U N
customer guidance
d) Adequacy/effectiveness of quality control program and adherence to
contract quality assurance requirements (without adverse effect on E VG S M U N
performance)
2. SCHEDULE/TIMELINESS OF PERFORMANCE:
a) Compliance with contract delivery/completion schedules including any
significant intermediate milestones. (If liquidated damages were assessed or E VG S M U N
the schedule was not met, please address below)
b) Rate the contractor’s use of available resources to accomplish tasks
E VG S M U N
identified in the contract
3. CUSTOMER SATISFACTION:
a) To what extent were the end users satisfied with the project? E VG S M U N
b) Contractor was reasonable and cooperative in dealing with your staff
(including the ability to successfully resolve disagreements/disputes; E VG S M U N
responsiveness to administrative reports, businesslike and communication)
c) To what extent was the contractor cooperative, businesslike, and concerned
E VG S M U N
with the interests of the customer?
d) Overall customer satisfaction E VG S M U N
4. MANAGEMENT/ PERSONNEL/LABOR
a) Effectiveness of on-site management, including management of
E VG S M U N
subcontractors, suppliers, materials, and/or labor force?
b) Ability to hire, apply, and retain a qualified workforce to this effort E VG S M U N
c) Government Property Control E VG S M U N
d) Knowledge/expertise demonstrated by contractor personnel E VG S M U N
e) Utilization of Small Business concerns E VG S M U N
f) Ability to simultaneously manage multiple projects with multiple disciplines E VG S M U N
g) Ability to assimilate and incorporate changes in requirements and/or
E VG S M U N
priority, including planning, execution and response to Government changes
h) Effectiveness of overall management (including ability to effectively lead,
E VG S M U N
manage and control the program)

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
20 of 21
Repair BQ Building 2146 DB RFP N69450-12-R-1147816
U. S. Naval Base Guantanamo Bay, Cuba Work Order Number 1147816

5. COST/FINANCIAL MANAGEMENT
a) Ability to meet the terms and conditions within the contractually agreed
E VG S M U N
price(s)?
Contractor Information (Firm Name): ________________________________________________
Client Information (Name): ________________________________________________________

b) Contractor proposed innovative alternative methods/processes that reduced


E VG S M U N
cost, improved maintainability or other factors that benefited the client
c) If this is/was a Government cost type contract, please rate the Contractor’s
timeliness and accuracy in submitting monthly invoices with appropriate back-
up documentation, monthly status reports/budget variance reports, compliance E VG S M U N
with established budgets and avoidance of significant and/or unexplained
variances (under runs or overruns)
d) Is the Contractor’s accounting system adequate for management and
Yes No
tracking of costs? If no, please explain in Remarks section.
e) If this is/was a Government contract, has/was this contract been partially or
completely terminated for default or convenience or are there any pending
Yes No
terminations? Indicate if show cause or cure notices were issued, or any
default action in comment section below.
f) Have there been any indications that the contractor has had any financial
Yes No
problems? If yes, please explain below.
6. SAFETY/SECURITY
a) To what extent was the contractor able to maintain an environment of
safety, adhere to its approved safety plan, and respond to safety issues?
E VG S M U N
(Includes: following the users rules, regulations, and requirements regarding
housekeeping, safety, correction of noted deficiencies, etc.)
b) Contractor complied with all security requirements for the project and
E VG S M U N
personnel security requirements.
7. GENERAL
a) Ability to successfully respond to emergency and/or surge situations
(including notifying COR, PM or Contracting Officer in a timely manner E VG S M U N
regarding urgent contractual issues).
b) Compliance with contractual terms/provisions (explain if specific issues) E VG S M U N
c) Would you hire or work with this firm again? (If no, please explain below) Yes No
d) In summary, provide an overall rating for the work performed by this
E VG S M U N
contractor.

Please provide responses to the questions above (if applicable) and/or additional remarks. Furthermore,
please provide a brief narrative addressing specific strengths, weaknesses, deficiencies, or other comments
which may assist our office in evaluating performance risk (please attach additional pages if necessary):

SOURCE SELECTION SENSITIVE INFORMATION DISCLOSURE LIMITATIONS AS OUTLINED IN FAR 2.101 & 3.104 APPLY
RFP N69450-12-R-1147816 REPAIR BQ BUILDING 2146 DB ENCLOSURE (3)
21 of 21

Vous aimerez peut-être aussi