AFFARS IG5336.9201-ch4-4

Previous PageTable Of ContentsAFFARSNext Page

ATTACHMENT 4
Langley AFB Solicitation

Graphic

Graphic

SECTION B Supplies or Services and Prices

ITEM NO

SUPPLIES/SERVICES

MAX QUANTITY

UNIT

UNIT PRICE

MAX AMOUNT

0001

 

250,000,000.00

Dollars, U.S.

   
 

MACC Basic Year
FFP - Work is to be performed in the general construction category to include maintenance, repair, alteration, mechanical, electrical, heating/air conditioning, demolition, painting, paving, earthwork and waterfront work in both family housing and industrial/office buildings. Work shall be performed in accordance with the terms and conditions of the contract, General Provisions (Atch 3) and any resultant Delivery Orders. Scope of contract may include work from any Federal installation in the Peninsula area of Virginia, Seymour-Johnson AFB, NC, or Shaw AFB, SC.
NSN Z199-MA-CCS-IDIQ
MILSTRIP FQ4800
PURCHASE REQUEST NUMBER FQ4800
SIGNAL CODE A

 
 
 

MAX
NET AMT

 
 

GUARANTEED MIN AMOUNT

$20,000.00

0002

 

.00

Dollars, U.S.

   
 

MACC Option Year 1
FFP - See Line Item 0001 for item description.
NSN Z199-MA-CCS-IDIQ
MILSTRIP FQ4800
SIGNAL CODE A

 

 
 

MAX
NET AMT

 
 

GUARANTEED MIN AMOUNT

 
 

ITEM NO

SUPPLIES/SERVICES

MAX QUANTITY

UNIT

UNIT PRICE

MAX AMOUNT

0003

 

.00

Dollars, U.S.

   
 

MACC Option Year 2
FFP - See Line Item 0001 for item description.
NSN Z199-MA-CCS-IDIQ
MILSTRIP FQ4800
SIGNAL CODE A

 
 
 

MAX
NET AMT

 
 

GUARANTEED MIN AMOUNT

 

0004

 

.00

Dollars, U.S.

   
 

MACC Option Year 3
FFP - See Line Item 0001 for item description.
NSN Z199-MA-CCS-IDIQ
MILSTRIP FQ4800
SIGNAL CODE A

 
 

MAX
NET AMT

 
 

GUARANTEED MIN AMOUNT

 
 
       

ITEM NO

SUPPLIES/SERVICES

MAX QUANTITY

UNIT

UNIT PRICE

MAX AMOUNT

0005

 

.00

Dollars, U.S.

   
 

MACC Option Year 4
FFP - See Line Item 0001 for item description.
NSN Z199-MA-CCS-IDIQ
MILSTRIP FQ4800
SIGNAL CODE A

 
 

MAX
NET AMT

 
 

GUARANTEED MIN AMOUNT

 

ITEM NO

SUPPLIES/SERVICES

MAX QUANTITY

UNIT

UNIT PRICE

MAX AMOUNT

0006

 

.00

Dollars, U.S.

   
 

MACC Option Year 5
FFP - See Line Item 0001 for item description.
NSN Z199-MA-CCS-IDIQ
MILSTRIP FQ4800
SIGNAL CODE A

 
 

MAX
NET AMT

 
 

GUARANTEED MIN AMOUNT

 
 
       

0007

 

.00

Dollars, U.S.

   
 

MACC Option Year 6
FFP - See Line Item 0001 for item description.
NSN Z199-MA-CCS-IDIQ
MILSTRIP FQ4800
SIGNAL CODE A

 
 
 

MAX
NET AMT

 
 

GUARANTEED MIN AMOUNT

 
 
       

0008

 

.00

Dollars, U.S.

   
 

MACC Option Year 7
FFP - See Line Item 0001 for item description.
NSN Z199-MA-CCS-IDIQ
MILSTRIP FQ4800
SIGNAL CODE A

 
 

MAX
NET AMT

 
 

GUARANTEED MIN AMOUNT

 

CONTRACT MINIMUM/MAXIMUM QUANTITY AND CONTRACT VALUE

The minimum quantity and contract value for all orders issued against each contract shall not be less than the minimum quantity and program value stated in the following table. The maximum quantity and contract value for all orders issued against the MACC program (inclusive of each contract), shall not exceed the maximum quantity and contract value stated in the following table.

MINIMUM
QUANTITY

MINIMUM
AMOUNT

MAXIMUM
QUANTITY

MAXIMUM
AMOUNT

20,000.00

$

250,000,000.00

$

DELIVERY ORDER MINIMUM/MAXIMUM QUANTITY AND ORDER VALUE

The minimum quantity and order value for each Delivery Order issued shall not be less than the minimum quantity and order value stated in the following table. The maximum quantity and order value for each Delivery Order issued shall not exceed the maximum quantity and order value stated in the following table.

MINIMUM
QUANTITY

MINIMUM
AMOUNT

MAXIMUM
QUANTITY

MAXIMUM
AMOUNT

2,000.00

$

5,000,000.00

$

CLIN MINIMUM/MAXIMUM QUANTITY AND CLIN VALUE

The minimum quantity(s) and CLIN value(s) for all orders issued against the CLIN(s) on this contract shall not be less than the minimum quantity(s) and CLIN value(s) stated in the following table. The maximum quantity(s) and CLIN value(s) for all orders issued against the CLIN(s) on this contract shall not exceed the maximum quantity(s) and CLIN value(s) stated in the following table.

CLIN

MINIMUM
QUANTITY

MINIMUM
AMOUNT

MAXIMUM
QUANTITY

MAXIMUM
AMOUNT

0001

20,000.00

$20,000.00

250,000,000.00

$250,000,000.00


Note: Section E modified for this section.

Supplies/services will be inspected/accepted at:

CLIN

INSPECT AT

INSPECT BY

ACCEPT AT

ACCEPT BY

0001

Destination

Government

Destination

Government

0002

Destination

Government

Destination

Government

0003

Destination

Government

Destination

Government

0004

Destination

Government

Destination

Government

0005

Destination

Government

Destination

Government

0006

Destination

Government

Destination

Government

0007

Destination

Government

Destination

Government

0008

Destination

Government

Destination

Government



1.0 NOTICE OF COMPLETION OF DELIVERY ORDER/FINAL INSPECTION:

1.1 When the contractor is ready for final inspection, a request will be forwarded in writing to the Contracting Officer or his/her designated representative unless prior verbal arrangements have been made. The final inspection will normally be requested five days prior to the desired date or as otherwise negotiated with the contracting officer. Final inspections shall be scheduled prior to the completion date of the applicable Delivery Order.

1.2 Once the contractor has requested a final inspection, the government inspector may then conduct a pre-final inspection. Should discrepancies be noted, the contractor will correct the problems prior to final inspection.

1.3 The final inspection will be performed with representation from Contracting, Civil Engineering and the contractor as a minimum. Should discrepancies be noted, the punch list items are to be completed within the established performance period of the Delivery Order. The Contracting Officer reserves the right to both decline the contractor’s request for a final or suspend a final inspection when it is evident that the contractor is not ready for a final inspection.

2.0 DESIGNATION OF GOVERNMENT INSPECTOR: The Base Civil Engineer or his/her authorized representative is designated as the representative of the Contracting Officer for the purpose of technical surveillance of workmanship and inspection of materials for work being performed under this contract. This designation in no way authorizes anyone other than the Contracting Officer to commit the Government to changes in the terms of the contract. The inspector is not authorized or required to perform the quality control for the contract.

Note: Section F modified for example.

DELIVERY INFORMATION

CLINS

DELIVERY DATE

UNIT OF ISSUE

QUANTITY

FOB

SHIP TO ADDRESS

0001

365.00 DAYS ADC

Dollars, U.S.

250,000,000.00

Dest.

0002

365.00 DAYS ADC

Dollars, U.S.

.00

Dest.

0003

365.00 DAYS ADC

Dollars, U.S.

.00

Dest.

0004

365.00 DAYS ADC

Dollars, U.S.

.00

Dest.

0005

365.00 DAYS ADC

Dollars, U.S.

.00

Dest.

0006

365.00 DAYS ADC

Dollars, U.S.

.00

Dest.

0007

365.00 DAYS ADC

Dollars, U.S.

.00

Dest.

0008

365.00 DAYS ADC

Dollars, U.S.

.00

Dest.

Note: Section F modified for this example.

Note: Section G modified for this example.

3. CONTRACT MINIMUM/MAXIMUM CONTRACT AMOUNTS

The guaranteed minimum amount over the life of the MACC program is $20,000 per contract awarded. The maximum aggregate amount of the MACC program, inclusive of all awarded MACC contracts, including options, shall not exceed $250,000,000.

Note: Section H modified for this example.

2.0 NOTICE TO PROCEED: A notice to proceed will be issued with each Delivery Order. The contracting officer reserves the right to determine the issue date of any notice to proceed.

3.0 DELIVERY ORDER PROCEDURES:

3.1 As requirements are identified, the government will issue Request for Proposals (RFP) that will describe the services required, along with the required proposal response time. A site visit will be scheduled with the contractor(s) to verify measurements and elements of work. Delivery Orders are the award of the services required under the RFP. The performance period shall be determined during discussions, and incorporated into the Delivery Order. All Delivery Orders issued hereunder are subject to the terms and conditions of this contract. Note: It is the Government’s intent to issue Delivery Orders with an established firm fixed price.

3.2 After award of initial contracts, it is the government’s intention to have contractors compete for Delivery Orders based on either best value, low price technically acceptable or low price. Typically the evaluation methods will correspond with the level of design or complexity of the proposal to be submitted. In most cases best value will correspond to a design build project, low price technically acceptable to minimal design, and low price to a pre-designed type solicitation. Each request for proposal will state the method of selection. The government may elect not to solicit to all awardees. This restricted competition may be to meet minimum order amounts, work requiring special skills or trades, or urgent and compelling schedules. Similarly, contractors may elect not to propose on all requirements. Delivery Orders with an estimated amount of less than $250,000 will potentially be reserved for competition among selected 8(a) contractors.

3.3 Proposal Procedures: The following describes the procedures for each type of requirement the RFP could present: Note: Proposal preparation fees will not be provided to any competing MACC contractors.

3.3.1 Design and Build (100%): The RFP will contain a Statement of Objective (SOO) that describes the required end product. Based on the SOO, the contractor shall perform all investigation and design services necessary to provide the Government a 35% design package (Statement of Work (SOW) and Drawings) which describes how the contractor intends on meeting the requirements of the SOO. The Government will review the 35% design package for acceptability. The Government will either request price proposals based upon the acceptable design packages, or, issue a revised SOO and repeat the process. The Government will indicate which 35% design packages(s) have been determined to be acceptable. Contractors with acceptable packages shall be asked to provide a price proposal to include a proposed performance period.

3.3.2 Minimal Design Build: The RFP will contain a limited SOW that describes the work included. Based upon the SOW the contractor shall provide a 35% design, a priced proposal, and proposed performance period.

3.3.3 Construction: The RFP will contain specifications and drawings for the contractor to propose pricing and performance period.

7.0 REPLACING MACC CONTRACTORS: Should one or more of the incumbent MACC contractor’s options not be exercised, or if termination of contract(s) occurs, the process for selecting replacement contracts shall follow the same process and procedures as used in selecting and awarding the four basic MACC awards. Only 8(a) contractors will be solicited and compete for the vacancy of an 8(a) award. Likewise, only full and open competition contractors will be solicited and compete for the vacancy of a full and open competition award.

11.0 ACCEPTANCE OF SEED PROJECTS: The government reserves the right to issue a Delivery Order based on the acceptance of the seed project, should funds become available within 120 days following contract award.

Note: Section I modified for this example.

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

The Contractor shall be required to (a) commence work under this contract within (as stated on individual Deliver Orders) 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 not later than the number of calendar days stated on individual Delivery Orders. The time stated for completion shall include final cleanup of the premises.

52.216-19 ORDER LIMITATIONS (OCT 1995)

(a) Minimum order: When the Government requires supplies or services covered by this contract in an amount of less than $2,000.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract.

(b) Maximum order: The Contractor is not obligated to honor:

(1) Any order for a single item in excess of $5,000,000.

(2) Any order for a combination of items in excess of $5,000,000. or,

(3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above.

(c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above.

(d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 10 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source.

52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed
8 years after date of award.

(End of clause)

52.219-18 NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(A) CONCERNS (JUN 1999)
Note: Includes DFAR Clause 252.219-7010 requirement.

(a) Offers are solicited only from small business concerns expressly certified by the Small Business Administration (SBA) for participation in the SBA's 8(a) Program and which meet the following criteria at the time of submission of offer--

(1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and

(2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA.

(b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause.

(c) Any award resulting from this solicitation will be made directly by the Contracting Officer to the successful 8(a) offeror selected through the evaluation criteria set forth in this solicitation.

(d) (1) Agreement. A small business concern submitting an offer in its own name agrees to furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States. The term “United States” includes its territories and possessions, the Commonwealth of Puerto Rico, the Trust Territory of the Pacific Islands, and the District of Columbia. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This subparagraph does not apply in connection with construction or service contracts.

(2) The [insert name of SBA’s contractor] will notify the [insert name of contracting agency] Contracting Officer in writing immediately upon entering an agreement (either oral or written) to transfer all or part of its stock or other ownership interest to any other party.

52.236-1 PERFORMANCE OF WORK BY THE CONTRACTOR (APR 1984)

The Contractor shall perform on the site, and with its own organization, work equivalent to at least 15 percent of the total amount of work to be performed under the contract. This percentage may be reduced by a supplemental agreement to this contract if, during performing the work, the Contractor requests a reduction and the Contracting Officer determines that the reduction would be to the advantage of the Government.

252.219-7009 SECTION 8(A) DIRECT AWARD (JUN 1998)

(a) This contract is issued as a direct award between the contracting office and the 8(a) Contractor pursuant to the Memorandum of Understanding dated May 6, 1998, between the Small Business Administration (SBA) and the Department of Defense. Accordingly, the SBA is not a party to this contract. SBA does retain responsibility for 8(a) certification, for 8(a) eligibility determinations and related issues, and for providing counseling and assistance to the 8(a) Contractor under the 8(a) Program. The cognizant SBA district office is:

[To be completed by the Contracting Officer at the time of award]

(b) The contracting office is responsible for administering the contract and for taking any action on behalf of the Government under the terms and conditions of the contract; provided that the contracting office shall give advance notice to the SBA before it issues a final notice terminating performance, either in whole or in part, under the contract. The contracting office shall also coordinate with the SBA prior to processing any novation agreement. The contracting office may assign contract administration functions to a contract administration office.

(c) The Contractor agrees that--

(1) It will notify the Contracting Officer, simultaneous with its notification to the SBA (as required by SBA's 8(a) regulations at 13 CFR 124.308), when the owner or owners upon whom 8(a) eligibility is based plan to relinquish ownership or control of the concern. Consistent with Section 407 of Pub L 100-656, transfer of ownership or control shall result in termination of the contract for convenience, unless the SBA waives the requirement for termination prior to the actual relinquishing of ownership and control; and

(2) It will not subcontract the performance of any of the requirements of this contract without the prior written approval of the SBA and the Contracting Officer.

Please insert in paragraph (b)(2) the word—NONE.

The following clauses apply to either unrestricted offers/awards, 8(a) offers/awards, and large business offers/awards.

Unrestricted 8(a) Large Business

Note: Section J modified for this example.

DOCUMENT TYPE

DESCRIPTION

# of PAGES

DATE

Attachment 1

NAF clauses

6

Jun 2001

Attachment 2

Wage Determinations (for Seed Project B Only)
VA010035

3

03/09/2001

Attachment 3

General Provisions

25

11 Apr 01

Attachment 4

Small Business Participation Proposal

3

Dec 2001

Attachment 5

Seed Project A:

    Specifications
    Drawings

3
2

Not Dated

Attachment 6

Seed Project B:

    Specifications
    Drawings

558
24

Not Dated

Attachment 7

Past Performance Questionnaire

4

Dec 2001

Note: Section L modified for the example.

Graphic

Graphic

Graphic

Graphic

Graphic

Graphic

Graphic

Note: Section M modified for this section.

Graphic

Graphic

Graphic

Graphic

Graphic

Graphic

Previous PageTop Of PageTable Of ContentsAFFARSNext Page