action / issues / talking points action / issues / talking...

22
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

Upload: trinhdiep

Post on 23-May-2019

227 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 2: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 3: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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?

Page 4: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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?

Page 5: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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.

Page 6: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 7: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 8: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 9: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 10: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 11: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 12: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 13: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 14: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 15: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 16: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 17: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 18: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 19: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 20: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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

Page 21: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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.

Page 22: Action / Issues / Talking Points Action / Issues / Talking ...login.sloneassoc.com/login/documents/Proposal Milestone Schedule 2 Feb.pdf · W9126G-11-R-0052 MATOC for Barracks for

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