action / issues / talking points action / issues / talking...
TRANSCRIPT
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
1
Action / Issues / Talking Points
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Proposal
Schedule, Questions for Customer, Strategic Information
Action / Issues / Talking Points Party Comment
Check Amendments (https://www.fbo.gov/spg/USA/COE/DACA87/W912DY10R0004/listing.html) Slone 4 Amends a/o 2 Feb
Teaming Agreements Slone/B-C/RJT+R/S&W Working
8-1/2” x 11” format, 10 Point or Larger Font, 3-Ring Binder Slone/B-C/RJT+R/S&W Working
Cover Letter, Title Pages, and SF 1442 Slone Working
Proposal Data Sheet (Attachment 1) Slone Working
Company Specialized Experience Forms 5 Projects for Design and 5
Projects for Construction (Attachments 2 & 3)
Slone/B-C/RJT+R/S&W Working
Organizational & Technical Approach Narrative (15 pgs. or less) Slone/B-C/RJT+R/S&W Working
Past Performance Questionnaires (Attachment 4) Slone/B-C/RJT+R/S&W Working
Summary Level Schedule Slone/B-C/RJT+R/S&W Working
Small Business Participation Form Slone/B-C/RJT+R/S&W Working
Reps and Certs Slone/B-C Working
List of Present Commitments/Certified Statement Listing Slone/B-C Working
Subcontracting Plan Slone/B-C/RJT+R/S&W Working
Bid Bond Slone or B-C Working
Evidence of Bondability Letter Slone or B-C Working
Question(s) for Customer (http://www.projnet.org/projnet) by 17 Feb Slone/B-C/RJT+R/S&W 11 Questions to Date
Assumptions (Technical) Slone/B-C/RJT+R/S&W None
List of Team Members Slone/B-C/RJT+R/S&W Working
Review Outline Slone/B-C/RJT+R/S&W Working
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
2
Data Call
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Proposal
Schedule, Questions for Customer, Strategic Information
Item Slone B-C RJT+R S&W
Teaming Agreements Working Working Working Working
Contact Information Updates/Corrections Completed Completed Completed Completed
Common Terminology Updates/Corrections None None None None
Questions for Customer None to Date None to Date None to Date None to Date
Review Team Members Completed Completed Completed Completed
Logos Completed Completed Completed Completed
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
3
Questions for Customer
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Proposal
Schedule, Questions for Customer, Strategic Information
None to Date (Due by 17 Feb)
Questions must be submitted via Projnet (http://www.projnet.org/projnet) using the Bidder Inquiry Key of IS76IA-AWTX5J.
(1) Does the Government require any A/E services to be performed for the initial task order/seed project? If so, what services are required?
(2) Can the Government please provide the name of the company/entity who designed Phases I, II and III?
(3) Contractor Electives were not provided in Section 01 33 16. Does the Government plan to provide these in another amendment?
(4) Under Volume 1, Tab C, Specialized Experience, 5.3.1.1.1, does the Government intend for the Contractor to meet all 4 criteria on projects they submit?
(5) Does the 15 page limit apply to 5.2 only, or does it also apply to the entire Factor 1?
(6) Under 1.10, Proposal Format, drawing sheet formats are listed. Are any drawings required for the proposal response or seed project?
(7) Section 5.2.2.4 states that BIM is "required", but it refers you to section 01 33 16 concerning the BIM requirements after the contract is awarded. Section 01 33 16 subsection 3.7.1.1 states the use of BIM is "encouraged". Can the Government please clarify if BIM use is required.
(8) The Adapt Build Drawings are specifying UFC 3-301-01 for the Structural Loads. However, the seismic design loads in the Savannah District Design Manual are slightly higher than these loads. (The wind speed is slightly smaller than the wind speed in this UFC.) If Savannah District Design Manual is used, then there are other Structural items that will need to be addressed that may not have been addressed in these Adapt-Build Drawings. Can the Government please clarify which Design Manual is to be used?
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
4
(9) Is the Soils Report listed in the Adapt Build Drawings specifically for this building or is this the one that was only used for the Adapt Build? In section 3.5.3, it states that the Contractor shall submit a Geotechnical Report to the Corp for this project after contract is awarded. Can the Government please clarify?
(10) Can the Government please clarify who is going to be the Designer of Record (DOR) for the Seed Project (the A/E or the Corps)?
(11) If the A/E is the Designer of Record then are the calculations available? If the Corps is the Designer of Record, will they do contract admin or A/E?
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
5
Proposal Schedule
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Proposal
Schedule, Questions for Customer, Strategic Information
Sun Mon Tue Wed Thu Fri Sat
Jan 19
- RFP Issued
20 21 22
23 24 25 26 27 28
- 1st Conference
Call @ 3
29
30 31 Feb 1
- Site Visit @ 10
2
- 2nd
Conference
Call @ 3:30
3 4 5
6 7 8 9
10 11 12
13 14 15 16 17
- RFI’s Due COB
18 19
20 21 22
- Proposal Due @
2:00 p.m.
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
6
Contact List
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Proposal
Schedule, Questions for Customer, Strategic Information
Distribution Volume 1 & 2 – Original & 4 Copies (2 CD’s)
Dial In 1-800-882-3610; Code 3478059#
RFP W9126G-11-R-0052 MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
Name Phone Email Company Role
William Slone 229-244-6709 [email protected] Slone Associates President
Lee Corbett 229-559-3100 [email protected] Slone Associates Project Executive
Santiago Iturralde 229-244-6709 [email protected] Slone Associates Project Manager
Steve Davis 229-559-3100 [email protected] Slone Associates Contract Manager
Josh Davis 229-559-3100 [email protected] Slone Associates Proposal Assembly
Kevin Kilpatrick 229-244-6709 [email protected] Slone Associates Project Manager
Kristy Appleton 770-293-1136 [email protected] Batson-Cook Marketing Coordinator
R. Randy Hall 770-955-1951 [email protected] Batson-Cook VP & GM
Mark Dye 770-293-1128 [email protected] Batson-Cook Chief Estimator
Randy Thompson 770-293-1131 [email protected] Batson-Cook VP
Bob Stanfield 404-427-7832 [email protected] Batson-Cook
Daniel Joy 770-661-1492 [email protected] RJT+R Principal
Joe Trammell 770-661-1480 [email protected] RJT+R
Meggan Delano 770-661-1497 [email protected] RJT+R
Greg Blaylock 770-661-1498 [email protected] RJT+R
Kelly McCarter 770-661-1465 [email protected] RJT+R
Dan Rutualante 770-661-1482 [email protected] RJT+R
Holley Henderson 404-219-7313 [email protected] H2 Ecodesign LEED ID+C
Rick Latham 404-521-6212 [email protected] S&W Eng. Project Principal
Ken Daenecke 404-521-6332 [email protected] S&W Electrical Engineer
Steve Faulk 404-521-6203 [email protected] S&W Plumbing Engineer
Kim Thompkins 404-521-6300 [email protected] S&W Marketing Manager
Kevin Eubanks 803-576-5366 [email protected] S&W Civil Engineer
Bob New 404-521-6217 [email protected] S&W Structural Engineer
LaDell P. Barnes 817-886-1162 [email protected] USACE Contracting Specialist
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
7
Slone Associates, Inc.
835 Gil Harbin Industrial Blvd.
Valdosta GA 31601
(229) 244-6709; (229) 244-7778 (fax)
Batson-Cook Company
300 Galleria Parkway, Suite 1600
Atlanta GA 30339
(770) 955-1951; (770) 956-1322 (fax)
Stevens & Wilkinson
100 Peachtree St. NW, Suite 2500
Atlanta GA 30303
(404) 522-8888; (404) 521-6204 (f)
Rule Joy Trammell + Rubio, LLC
300 Galleria Pkwy
Suite 740
Atlanta GA 30339
(770) 661-1492
U.S. Army Corps of Engineers
Ft Worth District
ATTN: CESWF-CT-C, Mr. LaDell P. Barnes
PO Box 17300
819 Taylor St (2A19)
Ft Worth TX 7610 (817) 886-1162; (817) 886-6403
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
8
Common Terminology
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Proposal
Schedule, Questions for Customer, Strategic Information
When Referring To Use
Customer U.S. Army Corps of Engineers
Procurement organization U.S. Army Corps of Engineers
Ft Worth District
ATTN: CESWF-CT-C, Mr. LaDell P. Barnes
PO Box 17300
819 Taylor St (2A19)
Fort Worth, TX 7610
Solicitation number W9126G-11-R-0052
Project MATOC for Barracks for the Southeast Region, Primarily Ft Jackson
Us The Slone Team
Team Member Names Slone Associates, Inc. (First Usage)
Abbreviation: Slone
Batson-Cook Company (First Usage)
Abbreviation: B-C
Rule Joy Trammell + Rubio, LLC (First Usage)
Abbreviation: RJT+R
Stevens & Wilkinson (First Usage)
Abbreviation: S&W
Location of performance Continental United States
CO Contracting Officer
COR Contracting Officer’s Representative
COTR Contracting Officer’s Technical Representative
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
9
Strategic Information
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Proposal
Schedule, Questions for Customer, Strategic Information
Competition: Unrestricted
Customer’s budget: $495M Max Capacity (Base Period of 12 months w/up to 4 Option Periods of twelve months each)
- Government looking to award at least 2 and up to 5 contracts.
Customer’s hot buttons:
Incumbency: N/A
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
10
Proposal Outline
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Questions for
Customer, Strategic Information
Section Title Author Comment
Volume 1 Performance Capability & Pro Forma Information Original and 4 copies
Cover Letter Slone Working
Title Page
Art for proposal cover
Volume number and name
“From” and “to” information
Solicitation Name: MATOC for Barracks for the
Southeast Region, Primarily Ft Jackson SC
Solicitation Number: W9126G-11-R-0052
Name, Address, & Telephone/Fax Numbers of Offeror:
Slone Associates, Inc.
835 Gil Harbin Industrial Blvd.
Valdosta GA 31601
Statement specifying extent of agreement: Slone
Associates, Inc. agrees with all terms, conditions, and
provisions included in the solicitation and hereby agrees
to furnish any or all items upon which prices are offered
at the price set opposite each item.
Names, Titles, and Telephone/Fax Numbers of persons
authorized to negotiate on offeror’s behalf:
N/A
Name, Title, and Signature of Person Authorized to sign the
proposal (must provide evidence of that agent’s authority):
N/A
Markings prescribed in accordance with FAR 52.215-1(e):
―This proposal includes data that shall not be disclosed
outside the Government and shall not be duplicated,
used, or disclosed—in whole or in part—for any purpose
Slone Completed
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
11
Section Title Author Comment
other than to evaluate this proposal. If, however, a
contract is awarded to this offeror as a result of—or in
connection with—the submission of this data, the
Government shall have the right to duplicate, use, or
disclose the data to the extent provided in the resulting
contract. This restriction does not limit the Government's
right to use information contained in this data if it is
obtained from another source without restriction. The
data subject to this restriction are contained in sheets
(insert numbers or other identification of sheets).‖
Mark each sheet of data the offeror wishes to restrict with the
following legend: Use or disclosure of data contained on
this sheet is subject to the restriction on the title page of t
his proposal.
Table of Contents Slone Working
Tab A Proposal Data Sheet
A Include the completed Proposal Data Sheet (Attachment 1) Slone Working
Tab B Factor 1 - Organization and Technical Approach
B 1. (5.2.1.1) This information shall address the Offeror’s
organization and intended technical approach to executing
the contract, design-build and adapt build task orders.
Demonstrate an understanding of the risk management
process associated with design-build process. Limit the
information to fifteen (15) pages or less clearly but
concisely describe the organizational and technical approach
to project management and execution.
2. (5.2.1.2) Organization
a. Demonstrate an understanding of the fundamental
design-build problem, i.e. a design and construction
proposal that complies with the RFP requirements
including the funding constraints of the cost
limitation (CCL).
b. Demonstrate an understanding of the risk
management process associated with design-build
Slone/B-C
Lee C
Lee C
Working
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
12
Section Title Author Comment
processes.
c. Describe the team members, their resources, how
their resources will be utilized, and their roles and
responsibilities.
d. Include a general description of the work the Offeror
will self-perform to be compliant with the
requirements of the Special Contract Requirement
SCR 1.4, SELF-PERFORMANCE OF WORK BY
THE PRIME CONTRACTOR applicable to this
solicitation (See Section 00 73 00) and with the
requirements of Federal Acquisition Regulation
(FAR) clause 52.236-1, Performance of Work by
Contractor.
3. (5.2.1.3) Technical Approach for Design-Build
a. Describe the technical approach to design and build
this facility type. Include information on fast-tracking
design and construction. Describe merging Offerors
fast-track packaging into the proposal schedule and
contract duration.
b. The Offeror is required to select and commit to
design firms to achieve an “acceptable” rating. Using
the Attachment 5 sample format, submit the name(s)
of the design firm your firm(s) will be using in the
performance of this contract. The Offeror’s design
entity is required to have professional architects and
engineers, registered in the appropriate technical
disciplines and the requirements specified in Section
00 72 00, ”Requirements for Registration of
Designers”, must be met. All designs must be under
the direct supervision of appropriately licensed
professionals for each discipline involved. Provide
the disciplines employed by the design firm selected
and listed in Attachment 5 along with their
professional certifications/registration.
Lee C
Lee C
Lee C
RJT&R
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
13
Section Title Author Comment
4. (5.2.1.4) Collaborative Approach for Design-Build
a. Describe interactions within the team and with the
Corps of Engineers during the design.
b. Discuss the role and interaction of the design team
with the construction team during design and
construction.
c. Provide information on how your design-build team
will manage co-location of design and construction
team members manage Government comments, the
design team’s involvement throughout construction,
and how sub-contractors will be integrated into
design and construction.
d. Discuss how the configuration management system
will track and control design evolution and changes
during design for quality control and to facilitate
quicker Government reviews.
e. Describe the role of the construction team members
during design.
f. Describe the type of Building Information Modeling
(BIM) system to be used on the project (See section
01 33 16 for CADD/BIM requirements and for
Contractor Electives for additional consideration, as
described below in the evaluation criteria) and how
the team intends to develop and use the model.
g. Describe the role and interaction of the design team
with the construction team during construction,
addressing, as a minimum, maintaining configuration
management of the design during construction,
including control and approval of revisions to the
accepted design; requests for information; shop
drawing and submittal reviews and approvals;
progress meetings; site visits, if any; contract
completion, closeout, as-built and completion
documentation.
Lee C
Lee C
Lee C
Lee C
Lee C
RJT&R
Lee C
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
14
Section Title Author Comment
5. (5.2.1.5) Planning and Scheduling
a. Provide information on your team’s project
scheduling capabilities for design and construction.
Identify the system you will utilize and how your
team will implement the schedule to manage design
and construction. Discuss internal procedures for
handling delays to minimize “schedule creep”.
6. (5.2.1.6) Quality Control
a. Provide information on your team’s capabilities to
assure quality control.
b. Describe your quality control approach, corporate
systems, and capabilities to maintain quality control
of the design and construction.
c. Provide specific information on how you will manage
design quality control, track design evolution and
changes during design to meet the schedule and to
facilitate quicker Government reviews.
d. Provide information on how you will handle internal
and external requests for information, shop drawings,
submittal reviews, progress meetings, site visits,
contract completion, closeout, as-built, and
completion documentation. After contract award, the
selected design-builder will submit their Quality
Control Plan for Government Approval.
Lee C
Lee C
Lee C
Lee C
Lee C
Tab C Factor 1 - Specialized Experience
C 1. (5.3.1.1) The Offeror’s construction and design entities shall
each demonstrate recent, relevant experience on similar
projects, using the Construction – Specialized Experience
form – (Attachment 2), and Designer – Specialized
Experience Form – (Attachment 3). Offerors may identify
state and local Government and private projects that are
similar to the Government’s requirements. If the Offeror is a
joint venture, limited liability corporation, or integrated
Slone/B-C
Slone - Kevin K
RJTR - Meghan
B-C – Kristy
S&W - Kim
Working
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
15
Section Title Author Comment
design-build firm provide experience information for design
and construction, demonstrating the experience of each
proposed design and construction entity as is relevant to their
proposed role on this project. Submit projects selected from
those discussed in the experience narrative that are currently
well underway (designed and at least 50% construction
progress completed) or construction substantially
completed within five (5) years preceding the date of this
solicitation. Design firms may list prime contractors they
have worked for or Government, private or commercial
customers. The Offeror shall select the design firm(s). If
projects were design-build, so identify them. Both the prime
contractor and the design firm(s) shall each submit no
more than five (5) projects. If Offeror is proposing as a
Joint Venture (JV) and specialized experience cannot be
provided as a JV, each partner can submit no more than five
(5) projects each.
a. Considered similar if:
i. Construction of Barracks or their equivalent
or similar commercial or institutional type.
All work must be new construction.
ii. Typical project size should reflect 80,000 to
250,000 sf
iii. Construction value of at least $30M
iv. Additionally, projects should reflect the
following features in terms of complexity:
ATFP along with security and access control
2. (5.3.1.2) Offeror may provide a supplemental narrative (not
project lists), not to exceed two (2) pages, explaining how
any corporate experience that is not directly related to the
specific projects above is applicable to this project and how
the Government will benefit.
3. (5.3.1.3) The Offeror shall describe any previous teaming
experience between current team members, if not described
Lee C
Slone - Lee
BC - Kristy
BC, RJT&R &
S&W
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
16
Section Title Author Comment
in the project list. Describe team members’ experience on
LEED projects, if not included on the project list. Offeror
may describe design-build experience on other type projects.
The above information is limited to projects that are
substantially complete (designed and at least 50%
construction progress completed) or construction
substantially completed within five (5) years preceding the
date of this solicitation.
Tab D Factor 1 - Past Performance
D 1. (5.4.1.1) Past performance refers to the quality of recent
project experience from the owner’s perspective. The prime
construction contractor and the design firm (or prime
contractor if design is to be self-performed) shall provide
customer reference name(s), company affiliation and current
phone numbers on the specific project experience sheets in
Tab D or other projects that establish a firm’s past
performance. Additional past performance examples may be
submitted for consideration on any other member of a
Teaming Arrangement that will perform a major or critical
aspect of the project.
2. Projects cited shall be currently substantially complete (fully
designed and at least 50% construction progress
completed) or construction substantially completed
within five (5) years preceding the date of this
solicitation. 3. See the sample questionnaire shown at Attachment 4.
Slone/B-C
Slone - Lee
BC - Kristy
RJTR - Meghan
S&W - Kim
Working
Tab E Factor 2 – Proposed Task Order Duration & Summary
Schedule
E 1. (5.5.1.1) Proposed Contract Duration
a. The Offeror shall propose the contract duration in the
appropriate Contract Line Item Number in the CLIN
Scheduled, NTE the maximum contract duration.
2. (5.5.1.2) Summary Schedule
a. Submit a summary level schedule for integrated
Slone/B-C
Working
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
17
Section Title Author Comment
design and construction. Schedules or diagrams may
be provided separately in a size that is easily read, but
shall be bound and clearly labeled as TAB E.
b. This summary schedule will, after contract award, be
replaced with a project schedule as required by
Section 01 32 01.00 10: Project Schedule.
c. The summary schedule shall be task oriented,
indicating the number of calendar days, after notice
to proceed, by which milestones are to be achieved.
d. Offeror may use a critical path or other method of his
choice; however, schedules shall be graphically
represented. The proposed project schedule shall
reflect the proposed contract duration Give attention
to the following features:
i. Show the overall construction phase for each
facility, for the site work and utilities.
ii. Show turnover of each facility. Identify any
proposed phased turnovers. The time to
complete the facility and turnover to the Gov.
must consider the requirement for the
Contractor’s CQC completion inspection and
the subsequent joint Contractor-Gov. turnover
inspection.
iii. Show as-built submissions (See section 01 78
02.00 10)
iv. Constraints: Offeror must demonstrate the
capability and flexibility to plan and schedule
the complete project to meet the proposed
contract completion period. Clearly identify
any constraints on the schedules presented
(e.g., labor or material availability, permits,
weather, etc.). Indicate the anticipated overall
critical path on the schedule.
BC - Kristy, with
coordination with
Slone - Kevin K
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
18
Section Title Author Comment
Tab F Factor 3 – Small Business Participation
F 1. (5.6.1) Submission Requirements
a. All Offerors (both large and the small businesses) are
required to complete a Small Business Participation
Plan to be evaluated under Small Business
Participation Evaluation Factor. The offeror shall
articulate how the offeror intends to meet the small
business objectives described in the Small Business
Evaluation Factor.
2. (5.6.2) Small Business Participation Plan (Form)
Example
a. Use form located on Pg. 33
b. Large Business Subcontracting Past Performance:
Describe the extent to which you attained applicable
goals for contracts that required you to submit a
Subcontracting Plan. You may include copies of up
to three Individual Subcontracting Reports (ISRs) or
Summary Subcontract Reports (SSRs) to validate
your past performance. You may also submit an
explanation of your efforts, where you failed to meet
goals.
Slone
Lee C, Slone will
draft and BC to
complete/finalize
Working
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
19
Volume II – Price and Subcontracting Plan
Section Title Author Comment
Volume 2 Price and Subcontracting Plan Original and 4 copies
Cover Letter Slone Working
Table of Contents Slone Working
Tab A Price (SF 1442 & CLIN Schedule)
A 1. (6.1.1) Submit the properly filled out and executed SF 1442,
along with the CLIN Schedule, containing proposed line
item and total pricing, as well as the proposed contract
duration.
Slone/B-C Working
Tab B Reps and Certs
B 1. (6.2.1) Confirm that the Offeror’s Reps and Certs have been
completed in the Online Reps and Certs Application
(ORCA) in accordance with FAR 52.204-8. Submit the
Reps and Certs not covered by ORCA that are included in
Section 00 45 00 of this solicitation.
Slone/B-C Working
Tab B Required Pre-Award Information
B 1. (6.3.1.1) Submission Requirements
a. A list of present commitments, including the
dollar value thereof, the percentage of work
completed and the name of the organization under
which the work is being performed. Include
names and telephone numbers of personnel
within each organization who are familiar with
the prospective contractor’s performance.
b. A certified statement listing; (1) each contract
awarded within the preceding three month period
exceeding $1,000,000.00 in value with a brief
description of the contract; and (2) each contract
awarded within the preceding three year period
not already physically completed and exceeding
$5,000,000.00 in value with a brief description of
the contract.
c. If the prospective contractor is a joint venture,
Slone/B-C
BC - Kristy
Slone - Kevin K
w/coordination
w/Lee
BC - Kristy
Slone - Kevin K
w/coordination
w/Lee
Working
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
20
Section Title Author Comment
each joint venture member will be required to
submit the above defined certification.
Tab B Bid Guarantee
B 1. Submit the Bid Bond in accordance with the Instructions in
Section 00 21 00, Provision 52.228-1. Slone Working
Tab B Evidence of Bondability
E 1. Provide name, address and telephone number of firm’s
bonding company. Provide information showing offeror’s
bondability for this project. Include bond rate and statement
from surety(s) as to the offeror’s (prime contractor) bonding
(performance and payment) capacity for:
a. a project
b. aggregate amount at any point during the contract
period; and
c. amount of bonding available for use on this
contract.
Slone Working
Tab C Subcontracting Plan
C 1. (6.6.1) Note: This requirement only applies to a Large
Business
2. (6.6.1.1) If the Offeror proposing on this solicitation is a
large business concern, in accordance with the definition as
identified in FAR Clause 52.219-1, “SMALL BUSINESS
PROGRAM REPRESENTATION”, the firm must submit a
small business subcontracting plan in accordance with FAR
Clause 52.219-9 SMALL BUSINESS SUBCONTRACTING
PLAN (Jan 2002). The goals established for small business,
small disadvantaged business, woman-owned business,
HUBZone business, veteran owned small business, and
Service disabled veteran-owned small business participation
are described in section 00 21 00, Instructions to Offerors.
3. (6.6.1.2) The Offeror shall provide as much specific
information on proposed subcontracted effort for the contract
Slone
Same resp as 5.6.2
Working
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
21
Section Title Author Comment
as possible. The Small Business Subcontracting Plan shall be
thorough, complete, and in accordance with AFARS
Appendix DD and FAR Clause 52.219-9, as it will be
incorporated into the contract upon award of the contract to
the Offeror, if acceptable and upon final approval of the
Contracting Officer.
4. (6.6.1.3) The Plan shall include a description of the types of
services the firm proposes to subcontract with small business
(SB), small disadvantaged business (SDB), woman-owned
small business (WOSB), HUBZone business, veteran owned
small business and service disabled veteran-owned small
business (SDVOSB), along with the proposed percentages of
their participation, to demonstrate a plan to meet the
subcontracting goals that will apply to these contracts. If
practical, the Offeror shall provide specific information on
proposed subcontracted effort for this project.
5. (6.6.1.4) Submit the firm’s subcontracting compliance on
previous projects completed or underway within the past
three years of the date of this solicitation. This requirement
may be supported by using copies of the U.S. Government
Standard Form 295.
W9126G-11-R-0052
MATOC for Barracks for the Southeast Region, Primarily Ft Jackson SC
22
Proposal Manifest
QuickLinks: Actions/Issues, Common Terminology, Contact List, Data Call, Proposal Manifest, Proposal Outline Vol 1, Proposal
Schedule, Questions for Customer, Strategic Information
Label for Box:
FROM:
Slone Associates, Inc.
835 Gil Harbin Industrial Blvd.
Valdosta, GA 31601
TO:
U.S. Army Corps of Engineers
Ft Worth District
ATTN: CESWF-CT-C, Mr. LaDell P. Barnes
PO Box 17300
819 Taylor St (2A19)
Fort Worth, TX 7610
Item Check?
Technical Volume (Original & 6 copies)
Binder Cover Sheet and Back
Volume number, title, copy number, solicitation identification and the offeror’s name
Cover Letter
Title Page
Table of Contents
Use 10 point or higher font; 8-1/2 x 11‖ Paper allowed
Volume Number, section and date submitted shall appear in the bottom right corner of
each page