Free Joint Preliminary Status Report - District Court of Federal Claims - federal


File Size: 2,249.0 kB
Pages: 375
Date: May 31, 2006
File Format: PDF
State: federal
Category: District
Author: unknown
Word Count: 10,244 Words, 65,540 Characters
Page Size: Letter (8 1/2" x 11")
URL

https://www.findforms.com/pdf_files/cofc/20604/13-11.pdf

Download Joint Preliminary Status Report - District Court of Federal Claims ( 2,249.0 kB)


Preview Joint Preliminary Status Report - District Court of Federal Claims
Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 1 of 375
PAGE OF PAGES

1. CONTRACT ID CODE

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT
2. AMENDMENT/MODIFICATION NO. 3. EFFECTIVE DATE 4. REQUISITION/PURCHASE REQ. NO. 7. ADMINISTERED BY (If other than Item 6)

1 6
5. PROJECT NO. (If applicable) CODE

0004
6. ISSUED BY CODE

19 MARCH 2001
N62474

ENGINEERING FIELD ACTIVITY WEST NAVAL FACILITIES ENGINEERING COMMAND 900 COMMODORE DRIVE SAN BRUNO, CA 94066-5006
8. NAME AND ADDRESS OF CONTRACTOR (No., street, county, State, and ZIP Code) () 9A. AMENDMENT OF SOLICITATION NO.

X

N62474-00-R-3035
9B. DATED (SEE ITEM 11)

11 December 2000
10A. MODIFICATION OF CONTRACT/ORDER NO.

10B. DATED (SEE ITEM 13) CODE FACILITY CODE

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offers ¨ is extended, X is not extended.
Offers must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended, by one of the following methods: copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; of (c) By (a) By completing Items 8 and 15, and returning separate letter of telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGEMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS, IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.
() A. B. C. D.
THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(b) THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor

¨ is not, ¨ is required to sign this document and return

copies to the issuing office.

14. DECRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

AMENDMENT
DESIGN-BUILD OF THE BUILDING 245 EXTENSION AT THE NAVAL POSTGRADUATE SCHOOL, MONTEREY, CALIFORNIA 1. This amendment is intended for those offerors who submitted (Part One) proposals under the solicitation which addressed (1) Past Performance, and (2) Corporate and Key Personnel Experience.

(SEE ENCLOSED)
Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type of print) 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or Print)

15B. CONTRACT/OFFEROR

15C. DATE SIGNED

16B. UNITED STATES OF AMERICA

16C. DATE SIGNED

(Signature of person authorized to sign) NSN 7540-01-152-8070 PREVIOUS EDITION UNUSABLE

(Signature of Contracting Officer) STANDARD FROM 30 (REV. 10-83) Prescribed by GSA FAR (48 DFR) 53.243

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 2 of 375

N62474-00-R-3035 Amendment 0004 Page 2 of 6 AMENDMENT 0004 (CONTINUED) 2. This amendment provides offerors with the SF 1442, SOLICITATION, OFFER AND AWARD; Sections 00600, 00710, 00711, 00830, Division 01, General Requirements, and 45 Drawings. These documents are provided to offerors in pdf format on a compact disc (CD). (the drawings are designated by alpha-numerics such as A1, A2, etc.). The detail of this amendment is as follows: SOLICITATION, OFFER AND AWARD (STANDARD FORM 1442) Document 00010 Project Table of Contents 00452 Representations and Certifications for Contract by Negotiation 00600 Bonds and Certifications 00710 Contract Clauses, FAR 52.202 through 52.228 00711 Contract Clauses, FAR 52.229 through 52.252 00830 Davis Bacon Wage Determination Section 01112 01200 01310 01321 01331 01332 01420 01450 01500 01525 01572 01575 01580 01600 01730 01770 01782 Appendix A General Design and Construction Criteria Price and Payment Procedures Administrative Requirements Network Analysis Schedules (NAS) Submittal Requirements After Award Submittal During Construction for Design Build References Quality Control Temporary Facilities and Controls Safety Requirements Waste Management Temporary Environmental Controls Project Identification Materials and Equipment Alteration to Existing Work Closeout Procedures OMSI Manual for Design Build Geotechnical Report

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 3 of 375

N62474-00-R-3035 Amendment 0004 Page 3 of 6 AMENDMENT 0004 (CONTINUED) Preliminary Design Drawings: NAVFAC DWG NO. DWG NO. DRAWING TITLE

6458066 6458067 6458068 6458069 6458070 6458071 6458072 6458073 6458074 6458075 6458076 6458077 6458078 6458079 6458080 6458081` 6458082 6458083 6458084 6458085 6458086 6458087 6458088 6458089 6458090 6458091 6458092

T1 T2 C1 C2 C3 C4 C5 C6 C7 GT1 GT2 L1 A1 A2 A3 A4 A5 A6 A7 A8 A9 A10 S1 S2 S3 S4 S5

Drawing Index, Vicinity Map, Location Map Abbreviations, Symbols, Materials Indications Existing Topography Demolition Plan Utility Site Plan Plot Plan Grading Plan Paving Plan Painting and Striping Plan Boring Logs Boring Logs Landscape Plan Site Plan First Floor Plan & Room Finish Schedule Second Floor Plan & Room Finish Schedule West Elevation & North Elevation East Elevation & Section @ Window Wall-Lobby Building Section Roof Plan First Floor Reflected Ceiling Plan Second Floor Reflected Ceiling Plan Wall Sections Structural Notes and Typical Details Foundation Plan Second Floor Framing Plan Roof Framing Plan North and West Elevations

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 4 of 375

N62474-00-R-3035 Amendment 0004 Page 4 of 6 6458093 6458094 6458095 6458096 S6 S7 S8 S9 South and East Elevations Foundation Details Structural Details Metal Deck Details

AMENDMENT 0004 (CONTINUED) 6458097 6458098 6458099 6458100 6458101 6458102 6458103 6458104 6458105 S10 M1 M2 M3 M4 M5 E1 E2 E3 Steel Details Legend and Abbreviations First Floor Plan Second Floor Plan Diagrams Details Symbol List, Abbreviations & Drawing Index Site Plan First Floor Plan & Fixture Sched.-Lighting, Power & Signal

6458106 6458107 6458108 6458109 6458110

E4 E5 E6 FP1 FP2

Second Floor Plan & Fixture Sched.-Lighting, Power & Signal Power One Line Diagram Fire Alarm, Telephone, and Data Riser Diagrams First Floor Plan Second Floor Plan

3. In regards Document 00710 (Contract Clauses), Clause No. 68, FAR 52.227-4 -- Patent Indemnity -- Construction Contracts (Apr 1984), the following subparagraph applies: Except as otherwise provided, the Contractor agrees to indemnify the Government and its officers, agents, and employees against liability, including costs and expenses, for infringement upon any United States patent (except a patent issued upon an application that is now or may hereafter be withheld from issue pursuant to a Secrecy Order under 35 U.S.C. 181) arising out of performing this contract or out of the use or disposal by or for the account of the Government of supplies furnished or work performed under this contract.

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 5 of 375

N62474-00-R-3035 Amendment 0004 Page 5 of 6

4. In regards Section 01310, Administrative Requirements, Part 1, General, an additional Paragraph (1.5) is hereby added which reads as follows: 1.5 AVAILABILITY OF CADD DRAWING FILES After award and upon request, the electronic "Computer Aided Drafting and Design (CADD)" drawing files will be made available to the Contractor for use in preparation of construction data related to the referenced contract subject to the following terms and conditions. Data contained on these electronic files shall not be used for any purpose other than as a convenience in the preparation of construction data for the referenced project. Any other use or reuse shall be at the sole risk of the Contractor and without liability or legal exposure to the Government. The Contractor shall make no claim and waives to the fullest extent permitted by law, any claim or cause or action of any nature against the Government, its agents or sub consultants that may arise out of or in connection with the use of these electronic files. The Contractor shall, to the fullest extent permitted by law, indemnify and hold the Government harmless against all damages, liabilities or costs, including reasonable attorney's fees and defense costs, arising out of or resulting from the use of these electronic files. These electronic CADD drawing files are not construction documents. Differences may exist between the CADD files and the corresponding construction documents. The Government makes no representation regarding the accuracy or completeness of the electronic CADD files, nor does it make representation to the compatibility of these files with the Contractors hardware of software. In the event that a conflict arises between the signed and sealed construction documents prepared by the Government and the furnished CADD files, the signed and sealed construction documents shall govern. The Contractor is responsible for determining if any conflict exists. Use of these CADD files does not relieve the Contractor of duty to fully comply with the contract documents, including and without limitation, the need to check, confirm and coordinate the work of all contractors for the project. If the Contractor uses, duplicates and/or modifies these electronic CADD files for use in producing construction data related to this contract, all previous indicia of ownership (seals, logos, signatures, initials and dates) shall be removed."

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 6 of 375

N62474-00-R-3035 Amendment 0004 Page 6 of 6

4. In regards Section 01331, Submittal Requirements After Award, Paragraph 1.3.c. is hereby changed to read as follows: c. To approve RFP stipulated portions of project design. There are various other required submittals, not associated with the design process which must be provided and approved prior to the commencement of construction. Construction cannot proceed until all required submittals are approved. 3. Divisions 02 through 16 (which address site work, concrete, mechanical, electrical, etc.) will be issued via a subsequent amendment. Issuance of this subsequent amendment is anticipated on or about 10 April 2001. 4. Changes made to the solicitation in amendments 0001 and 0003 have been incorporated into the applicable documents attached to this amendment. 5. NOTE TO OFFERORS: This is a design build contract. The design shown on the drawings included in this solicitation will require significant development based on requirements in Section 01112 before pricing can take place. The Government's schedule is firm. Offerors' attention to design is considered necessary for adequate pricing. 6. Closing date for receipt of (Part Two) proposals which shall address (3) Commitment to Small Business, and (4) Price is 2:00 p.m., 8 May 2001. 7. All other terms and conditions remain unchanged.

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 7 of 375

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 8 of 375
11 DEC 2000 1 2

N62474-00-R-3035 XX

N62474 ENGINEERING FIELD ACTIVITY WEST NAVAL FACILITIES ENGINEERING COMMAND 900 COMMODORE DRIVE SAN BRUNO, CA 94066-5006 ENGINEERING FIELD ACTIVITY WEST NAVAL FACILITIES ENGINEERING COMMAND ATTN: A. T. LAWRENCE, CODE 0212ATL BLDG 205, 1ST FLOOR 900 COMMODORE DRIVE SAN BRUNO, CA 94066-5006 MARK SUBMITTAL: "PROPOSAL ENCLOSED"

A. T. LAWRENCE

e-mail: [email protected]

Design-build of the Building 245 Extension at the Naval Postgraduate School, Monterey, California

Work includes the design and construction of a basement with two story aboveground office/classroom building, or a three story aboveground office/classroom building with connecting bridge to the existing building, site grading and improvements, utilities improvements and relocation, asphalt concrete for vehicular traffic, site lighting, landscaping and incidental related work. Offeror shall state that its price proposal is for "a basement with two story aboveground office/classroom building" or "a three story aboveground office/classroom building with connecting bridge to the existing building". If the offeror does not specifically state that its price proposal is for "a basement with two story aboveground office/ classroom building" or "a three story aboveground office/classroom building with connecting bridge to the existing building", then its price proposal will be considered as non-responsive, and will not be considered. Note: Offerors must execute Blocks 14 through 20C on Page 2 of this SF 1442.

15 XX XX

TBD

YES

2 8 May 2001

2:00 P.M.

XX

60

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 9 of 375

Case 1:05-cv-01121-EJD
FY 2001 MCON PROJECT

Document 13-11

Filed 05/31/2006

Page 10 of 375
12003035

P-189, BUILDING 245 EXTENSION NPS, MONTEREY, CALIFORNIA DOCUMENT 00010 PROJECT TABLE OF CONTENTS

RREQUEST FOR PROPOSAL SOLICITATION, OFFER AND AWARD (STANDARD FORM 1442) 00010 PROJECT TABLE OF CONTENTS 00201 00202 00452 00600 00710 00711 00830 INSTRUCTIONS TO PROPOSERS EVALUATION FACTORS FOR AWARD AND SUBMITTAL REQUIREMENTS REPRESENTATIONS AND CERTIFICATIONS FOR CONTRACT BY NEGOTIATION BONDS AND CERTIFICATIONS CONTRACT CLAUSES, FAR 52.202 THROUGH 52. 228 CONTRACT CLAUSES, FAR 52.229 THROUGH 52. 252 DAVIS-BACON WAGE DETERMINATION

DIVISION 01 - GENERAL REQUIREMENTS 01112 01200 01310 01321 01331 01332 01420 01450 01500 01525 01572 01575 01580 01600 01730 01770 01782 GENERAL DESIGN AND CONSTRUCTION CRITERIA PRICE AND PAYMENT PROCEDURES ADMINISTRATIVE REQUIREMENTS NETWORK ANALYSIS SCHEDULES (NAS) SUBMITTAL REQUIREMENTS AFTER AWARD SUBMITTALS DURING CONSTRUCTION FOR DESIGN BUILD REFERENCES QUALITY CONTROL TEMPORARY FACILITIES AND CONTROLS SAFETY REQUIREMENTS WASTE MANAGEMENT TEMPORARY ENVIRONMENTAL CONTROLS PROJECT IDENTIFICATION MATERIALS AND EQUIPMENT ALTERATIONS TO EXISTING WORK CLOSEOUT PROCEDURES OMSI MANUAL FOR DESIGN BUILD

DIVISION 02 - SITE WORK 02220 02231 02301 02302 02315 02468 02510 02530 02559 02630 02741 02787 02811 02930 02935 SITE DEMOLITION CLEARING AND GRUBBING EARTHWORK FOR STRUCTURES AND PAVEMENTS EXCAVATION, BACKFILLING, AND COMPACTING FOR UTILITIES EXCAVATION AND FILL DRILLED FOUNDATION CAISSONS WATER DISTRIBUTION SANITARY SEWERAGE VALVE MANHOLES AND PIPING AND EQUIPMENT IN VALVE MANHOLES STORM DRAINAGE ASPHALT CONCRETE FOR VEHICULAR TRAFFIC SLURRY SEAL IRRIGATION SPRINKLER SYSTEMS EXTERIOR PLANTS LANDSCAPE MAINTENANCE

PROJECT TABLE OF CONTENTS Page 1

Case 1:05-cv-01121-EJD
FY 2001 MCON PROJECT

Document 13-11

Filed 05/31/2006

Page 11 of 375
12003035

P-189, BUILDING 245 EXTENSION NPS, MONTEREY, CALIFORNIA

DIVISION 03 - CONCRETE 03300 CAST-IN-PLACE CONCRETE DIVISION 05 - METALS 05120 STRUCTURAL STEEL 05310 STEEL DECKS 05500 METAL FABRICATIONS DIVISION 06 - WOODS & PLASTICS 06200 FINISH CARPENTRY DIVISION 07 - THERMAL & MOISTURE PROTECTION 07212 07513 07600 07840 07920 MINERAL FIBER BATT INSULATION BUILT-UP ASPHALT ROOFING (MINERAL SURFACED) FLASHING AND SHEET METAL FIRESTOPPING JOINT SEALANTS

DIVISION 08 - DOORS & WINDOWS 08110 08120 08210 08450 08710 08800 08900 STEEL DOORS AND FRAMES ALUMINUM STOREFRONT SYSTEM WOOD DOORS FRAMELESS TEMPERED GLASS DOORS DOOR HARDWARE GLAZING GLAZED CURTAIN WALL

DIVISION 09 - FINISHES 09100 09250 09310 09510 09611 09630 09685 09900 METAL SUPPORT ASSEMBLIES GYPSUM BOARD CERAMIC TILE, QUARRY TILE, AND PAVER TILE ACOUSTICAL CEILINGS FIBERGLASS REINFORCED FLOOR SEALING SYSTEM STONE FLOORING CARPET TILE PAINTS AND COATINGS

DIVISION 10 - SPECIALTIES 10100 10153 10201 10400 10441 10520 10615 10800 MARKERBOARDS TOILET PARTITIONS ROOF SCREEN LOUVERS IDENTIFICATION DEVICES SAFETY AND ACCESSIBILITY SIGNAGE FIRE EXTINGUISHER CABINETS DEMOUNTABLE GYPSUM BOARD PARTITIONS TOILET AND BATH ACCESSORIES

PROJECT TABLE OF CONTENTS Page 2

Case 1:05-cv-01121-EJD
FY 2001 MCON PROJECT

Document 13-11

Filed 05/31/2006

Page 12 of 375
12003035

P-189, BUILDING 245 EXTENSION NPS, MONTEREY, CALIFORNIA

DIVISION 11 - EQUIPMENT 11132 PROJECTION SCREENS DIVISION 12 - FURNISHINGS 12490 BLINDS, VENETIAN DIVISION 13 - SPECIAL CONSTRUCTION 13852 INTERIOR FIRE DETECTION AND ALARM SYSTEM 13930 WET-PIPE FIRE SUPPRESSION SPRINKLERS DIVISION 15 - MECHANICAL 15050 15070 15080 15181 15185 15400 15601 15720 15730 15810 15901 15950 BASIC MECHANICAL MATERIALS AND METHODS MECHANICAL SOUND, VIBRATION, AND SEISMIC CONTROL MECHANICAL INSULATION CHILLED WATER PIPING LOW TEMPERATURE WATER HEATING SYSTEM PLUMBING SYSTEMS CENTRAL REFRIGERATION EQUIPMENT FOR AIR CONDITIONING AIR HANDLING UNITS UNITARY AIR CONDITIONING EQUIPMENT DUCTWORK AND DUCTWORK ACCESSORIES SPACE TEMPERATURE CONTROL SYSTEMS HVAC TESTING/ADJUSTING/BALANCING

DIVISION 16 - ELECTRICAL 16050 16402 16510 16520 16710 BASIC ELECTRICAL MATERIALS AND METHODS INTERIOR DISTRIBUTION SYSTEM INTERIOR LIGHTING EXTERIOR LIGHTING STRUCTURED TELECOMMUNICATIONS CABLING AND PATHWAY SYSTEM

-- End of Project Table of Contents --

PROJECT TABLE OF CONTENTS Page 3

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 13 of 375
N62474-00-R-3035

DOCUMENT 00201 INSTRUCTIONS TO PROPOSERS

1. DESCRIPTION OF WORK: To obtain Construction of an Extension to Building 245 with
matching exterior architectural to the existing Building 245, at the Naval Postgraduate School, Monterey, California. The work shall include the design and construction of a twostory office/classroom building with connecting bridge to the existing building, site grading and improvements, utilities, utilities relocation, asphalt concrete for vehicular traffic, site lighting, landscaping and incidental related work. The building extension consists of academic

offices, classrooms, converence/study spaces, and other support spaces.
The design phase includes design and engineering to complete the preparation of detailed working drawings and specifications suitable for construction. The Government has developed mandatory design requirements and preliminary design drawings and prescriptive specifications as the basis for the design build requirements. The construction phase includes earthwork, foundations, concrete work, structural steel work, concrete fill over metal deck roofing, architectural finishes, HVAC systems, plumbing systems, electrical systems, telecommunication cabling systems, site grading and improvements, utilities, utilities relocation, asphalt concrete for vehicular traffic, site lighting, landscaping and incidental related work. 1.1 Information Concerning Cost Targets: The target cost for this project is $5.4 million. It is the Navy's desire to award this contract at or below target cost. 2. TWO PHASE DESIGN-BUILD SELECTION PROCEDURES (a) This solicitation is for the design-build of the vacility described above. Technical and price information submitted in response to this solicitation shall be provided and evaluated in two separate submissions, hereinafter referred to as Part 1 and Part 2. (b) Part 1 of the technical evaluation will address the following technical factors: (1) Past Performance, and (2) Corporate and Key Personnel Experience.

(c) Part 2 of the evaluation will address price and the following technical factor: (1) Commitment
to Small Business.

3. NUMBER OF COPIES OF SUBMISSION FOR PHASE 1 Proposal documents for Phase 1 of this solicitation are due at the address shown in Block 8 of the Standard Form (SF) 1442 and shall include the following: (a) (b) SF 1442, Solicitation, Offer, and Award (original) Representations and Certifications, Document 00452 of this solicitation (original)

Document 00201 Page 1 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 14 of 375
N62474-00-R-3035

(c) Technical Proposal per submittal requirements for Part 1in Document 00202 of this solicitation (original and 2 copies) 4. FAR 52.204-6 DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBER (JUN 1999) (a) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" followed by the DUNS number that identifies the offeror's name and address exactly as stated in the offer. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. (b) If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information: (1) Company name. (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation. (c) Offerors located outside the United States may obtain the location and phone number of the local Dun and Bradstreet Information Services office from the Internet home page at http://[email protected]. If an offeror is unable to locate a local service center, it may send an e-mail to Dun and Bradstreet at [email protected]. 5. DFARS 252.204-7001, COMMERCIAL AND GOVERNMENT ENTITY (CAGE) CODE REPORTING (AUG 1999) (a) The offeror is requested to enter its CAGE code on its offer in the block with its name and address. The CAGE code entered must be for that name and address. Enter "CAGE" before the number. (b) If the offeror does not have a CAGE code, it may ask the Contracting Officer to request one from the Defense Logistics Information Service (DLIS). The Contracting Officer will-- (1) Ask the Contractor to complete section B of a DD Form 2051, Request for Assignment of a Commercial and Government Entity (CAGE) Code;

Document 00201 Page 2 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 15 of 375
N62474-00-R-3035

(2) Complete section A and forward the form to DLIS; and (3) Notify the Contractor of its assigned CAGE code. (c) Do not delay submission of the offer pending receipt of a CAGE code. 6. DFARS 252.204-7004, REQUIRED CENTRAL CONTRACTOR REGISTRATION (MAR 2000) (a) Definitions. As used in this clause: (1) "Central Contractor Registration (CCR) database" means the primary DoD repository for contractor information required for the conduct of business with DoD. (2) "Data Universal Number System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet Information Services to identify unique business entities. (3) "Data Universal Numbering System +4 (DUNS+4) number" means the DUNS number assigned by Dun and Bradstreet plus a 4-digit suffix that may be assigned by a parent (controlling) business concern. This 4-digit suffix may be assigned at the discretion of the parent business concern for such purposes as identifying subunits or affiliates of the parent business concern. (4) "Registered in the CCR database" means that all mandatory information, including the DUNS number or the DUNS+4 number, if applicable, and the corresponding Commercial and Government Entity (CAGE) code, is in the CCR database; the DUNS number and the CAGE code have been validated; and all edits have been successfully completed. (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the CCR database prior to award, during performance, and through final payment of any contract resulting from this solicitation, except for awards to foreign vendors for work to be performed outside the United States. (2) The offeror shall provide its DUNS or, if applicable, its DUNS+4 number with its offer, which will be used by the Contracting Officer to verify that the offeror is registered in the CCR database. (3) Lack of registration in the CCR database will make an offeror ineligible for award. (4) DoD has established a goal of registering an applicant in the CCR database within 48 hours after receipt of a complete and accurate application via the Internet. However, registration of an applicant submitting an application through a method other than the Internet may take up to 30 days. Therefore, offerors that are not registered should consider applying for registration immediately upon receipt of this solicitation. (c) The Contractor is responsible for the accuracy and completeness of the data within the CCR, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the CCR database after the initial registration, the Contractor is required to confirm on an annual basis that its information in the CCR database is accurate and complete.

Document 00201 Page 3 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 16 of 375
N62474-00-R-3035

(d) Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com. 7. DFARS 252.209-7001, DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (MAR 1998) (a) Definitions. As used in this provision-(1) "Government of a terrorist country" includes the State and the Government of a terrorist country, as well as any political subdivision, agency, or instrumentality thereof. (2) "Terrorist country" means a country determined by the Secretary of State, under section 6(j)(1)(A) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(i)(A)), to be a country the Government of which has repeatedly provided support for acts of international terrorism. As of the date of this provision, terrorist countries include: Cuba, Iran, Iraq, Libya, North Korea, Sudan, and Syria. (3) "Significant interest" means-(i) Ownership of or beneficial interest in 5 percent or more of the firm's or subsidiary's securities. Beneficial interest includes holding 5 percent or more of any class of the firm's securities in "nominee shares," "street names," or some other method of holding securities that does not disclose the beneficial owner; (ii) Holding a management position in the firm, such as a director or officer; (iii) Ability to control or influence the election, appointment, or tenure of directors or offic ers in the firm; (iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or other tangible assets of the firm; or (v) Holding 50 percent or more of the indebtedness of a firm. (b) Prohibition on award. In accordance with 10 U.S.C. 2327, no contract may be awarded to a firm or a subsidiary of a firm if the Government of a terrorist country has a significant interest in the firm or subsidiary, unless a waiver is granted by the Secretary of Defense. (c) Disclosure. If the Government of a terrorist country has a significant interest in the Offeror or a subsidiary of the Offeror, the Offeror shall disclose such interest in an attachment to its offer. If the Offeror is a subsidiary, it shall also disclose any significant interest the Government of a terrorist country has in any firm that owns or controls the subsidiary. The disclosure shall include--(1) Identification of each Government holding a significant interest; and (2) A description of the significant interest held by each Government.

Document 00201 Page 4 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 17 of 375
N62474-00-R-3035

8. FAR 52.211-1, AVAILABILITY OF SPECIFICATIONS LISTED IN THE GSA INDEX OF FEDERAL SPECIFICATIONS, STANDARDS AND COMMERCIAL ITEM DESCRIPTIONS, FPMR PART 101-29 (AUG 1998) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request toGSA Federal Supply Services Specifications Section, Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 9. FAR 52.211-2, Availability of Specifications Listed in the DoD Index of Specifications and Standards (DoDISS) and Descriptions Listed in the Acquisition Management Systems and Data Requirements Control List, DoD 5010.12-L (Dec 1999) Copies of specifications, standards, and data item descriptions cited in this solicitation may be obtained-(a) From the ASSIST database via the Internet at http://assist.daps.mil; or (b) By submitting a request to the-Department of Defense Single Stock Point (DoDSSP) Building 4, Section D 700 Robbins Avenue Philadelphia, PA 19111-5094 Telephone (215) 697-2667/2179 Facsimile (215) 697-1462.

Document 00201 Page 5 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 18 of 375
N62474-00-R-3035

10. FAR 52.211-6, BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description Reflects the characteristics and level of quality that will satisfy the government's needs. The Salient physical, functional, or performance characteristics that "equal" products must meet are Specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the Brand name manufacturer, must-(1) Meet the salient physical, functional, or performance characteristic specified in this Solicitation; (2) Clearly identify the item by-(i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to Previously furnished descriptive data or information available to the contracting officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform To the solicitation requirements. Mark any descriptive material to clearly show the Modifications. (c) The contracting officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" Product, the offeror shall provide the brand name product referenced in the solicitation. 11. FAR 52.211-14, NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE USE (SEP 1990) Any contract awarded as a result of this solicitation will be a __ DX rated order; _X_ DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR part 700), and the Contractor will be required to follow all of the requirements of this regulation. 12. DFARS 252.211-7002, AVAILABILITY FOR EXAMINATION OF SPECIFICATIONS, STANDARDS, PLANS, DRAWINGS, DATA ITEM DESCRIPTIONS, AND OTHER PERTINENT DOCUMENTS (DEC 1991) The specifications, standards, plans, drawings, data item descriptions, and other pertinent documents cited in this solicitation are not available for distribution but may be examined at the following location: On the internet at http://esol.navfac.navy.mil.

Document 00201 Page 6 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 19 of 375
N62474-00-R-3035

13. FAR 52.215-1, Instructions to Offerors--Competitive Acquisition (Feb 2000) (a) Definitions. As used in this provision-"Discussions" are negotiations that occur after establishment of the competitive range that may, at the Contracting Officer's discretion, result in the offeror being allowed to revise its proposal. "In writing" or "written" means any worded or numbered expression which can be read, reproduced, and later communic ated, and includes electronically transmitted and stored information. "Proposal modification" is a change made to a proposal before the solicitation's closing date and time, or made in response to an amendment, or made to correct a mistake at any time before award. "Proposal revision" is a change to a proposal made after the solicitation closing date, at the request of or as allowed by a Contracting Officer as the result of negotiations. "Time," if stated as a number of days, is calculated using calendar days, unless otherwise specified, and will include Saturdays, Sundays, and legal holidays. However, if the last day falls on a Saturday, Sunday, or legal holiday, then the period shall include the next working day. (b) Amendments to solicitations. If this solicitation is amended, all terms and conditions that are not amended remain unchanged. Offerors shall acknowledge receipt of any amendment to this solicitation by the date and time specified in the amendment(s). (c) Submission, modification, revision, and withdrawal of proposals. (1) Unless other methods (e.g., electronic commerce or facsimile) are permitted in the solicitation, proposals and modifications to proposals shall be submitted in paper media in sealed envelopes or packages (i) addressed to the office specified in the solicitation, and (ii) showing the time and date specified for receipt, the solicitation number, and the name and address of the offeror. Offerors using commercial carriers should ensure that the proposal is marked on the outermost wrapper with the information in paragraphs (c)(1)(i) and (c)(1)(ii) of this provision. (2) The first page of the proposal must show-(i) The solicitation number; (ii) The name, address, and telephone and facsimile numbers of the offeror (and electronic address if available); (iii) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation and agreement to furnish any or all items upon which prices are offered at the price set opposite each item;

Document 00201 Page 7 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 20 of 375
N62474-00-R-3035

(iv) Names, titles, and telephone and facsimile numbers (and electronic addresses if available) of persons authorized to negotiate on the offeror's behalf with the Government in connection with this solicitation; and (v) Name, title, and signature of person authorized to sign the proposal. Proposals signed by an agent shall be accompanied by evidence of that agent's authority, unless that evidence has been previously furnished to the issuing office. (3) Submission, modification, revision, and withdrawal of proposals. (i) Offerors are responsible for submitting proposals, and any modifications or revisions, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that proposal or revision is due. (ii)(A) Any proposal, modification, or revision received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and-(1) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of proposals; or (2) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (3) It is the only proposal received. (B) However, a late modification of an otherwise successful proposal that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (iii) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the proposal wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (iv) If an emergency or unanticipated event interrupts normal Government processes so that proposals cannot be received at the office designated for receipt of proposals by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation, the time specified for receipt of proposals will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (v) Proposals may be withdrawn by written notice received at any time before award. Oral proposals in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile proposals, proposals may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the provision at 52.215-5, Facsimile Proposals. Proposals may be withdrawn in person by an offeror or an authorized Document 00201 Page 8 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 21 of 375
N62474-00-R-3035

representative, if the identity of the person requesting withdrawal is established and the person signs a receipt for the proposal before award. (4) Unless otherwise specified in the solicitation, the offeror may propose to provide any item or combination of items. (5) Offerors shall submit proposals in response to this solicitation in English, unless otherwise permitted by the solicitation, and in U.S. dollars, unless the provision at FAR 52.225-17, Evaluation of Foreign Currency Offers, is included in the solicitation. (6) Offerors may submit modifications to their proposals at any time before the solicitation closing date and time, and may submit modifications in response to an amendment, or to correct a mistake at any time before award. (7) Offerors may submit revised proposals only if requested or allowed by the Contracting Officer. (8) Proposals may be withdrawn at any time before award. Withdrawals are effective upon receipt of notice by the Contracting Officer. (d) Offer expiration date. Proposals in response to this solicitation will be valid for the number of days specified on the solicitation cover sheet (unless a different period is proposed by the offeror). (e) Restriction on disclosure and use of data . Offerors that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall-(1) Mark the title page with the following legend: 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 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]; and (2) Mark each sheet of data it 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 this proposal. (f) Contract award. (1) The Government intends to award a contract or contracts resulting from this solicitation to the responsible offeror(s) whose proposal(s) represents the best value after evaluation in accordance with the factors and subfactors in the solicitation.

Document 00201 Page 9 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 22 of 375
N62474-00-R-3035

(2) The Government may reject any or all proposals if such action is in the Government's interest. (3) The Government may waive informalities and minor irregularities in proposals received. (4) The Government intends to evaluate proposals and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial proposal should contain the offeror's best terms from a cost or price and technical standpoint. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. (5) The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit cost or prices offered, unless the offeror specifies otherwise in the proposal. (6) The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. (7) Exchanges with offerors after receipt of a proposal do not constitute a rejection or counteroffer by the Government. (8) The Government may determine that a proposal is unacceptable if the prices proposed are materially unbalanced between line items or subline items. Unbalanced pricing exists when, despite an acceptable total evaluated price, the price of one or more contract line items is significantly overstated or understated as indic ated by the application of cost or price analysis techniques. A proposal may be rejected if the Contracting Officer determines that the lack of balance poses an unacceptable risk to the Government. (9) If a cost realism analysis is performed, cost realism may be considered by the source selection authority in evaluating performance or schedule risk. (10) A written award or acceptance of proposal mailed or otherwise furnished to the successful offeror within the time specified in the proposal shall result in a binding contract without further action by either party. (11) The Government may disclose the following information in postaward debriefings to other offerors: (i) The overall evaluated cost or price and technical rating of the successful offeror; (ii) The overall ranking of all offerors, when any ranking was developed by the agency during source selection; (iii) A summary of the rationale for award; and

Document 00201 Page 10 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 23 of 375
N62474-00-R-3035

(iv) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. 14. FAR 52.215-16, FACILITIES CAPITAL COST OF MONEY (OCT 1997) (a) Facilities capital cost of money will be an allowable cost under the contemplated contract, if the criteria for allowability in subparagraph 31.205-10(a)(2) of the Federal Acquisition Regulation are met. One of the allowability criteria requires the prospective contractor to propose facilities capital cost of money in its offer. (b) If the prospective Contractor does not propose this cost, the resulting contract will include the clause Waiver of Facilities Capital Cost of Money. 15. FAR 52.216-1, TYPE OF CONTRACT (APR 1984) The Government contemplates award of a firm fixed price contract resulting from this solicitation. 16. FAR 52.217-5 EVALUATION OF OPTIONS (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). 17. FAR 52.222-23, NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (FEB 1999) a. The offerors attention is called to the Equal Opportunity clause and the Affirmative Action Compliance Requirements for Construction clause of this solicitation. b. The goals for minority and female participation, expressed in percentage terms for the Contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: Goals for minority participation for each trade 23.6% Goals for female participation for each trade 6.9%

These goals are applicable to all the Contractor's construction work performed in the covered area. If the Contractor performs construction work in a geographical area located outside of the covered area, the Contractor shall apply the goals established for the geographical area where the work is actually performed. Goals are published periodically in the Federal Register in notice form, and these notices may be obtained from any Office of Federal Contract Compliance Programs office. c. The Contractor's compliance with Executive Order 11246 as amended, and the regulations in 41 CFR 60.4 shall be based on its implementation of the Equal Opportunity clause, (2) specific affirmative action obligations required by the clause entitled "Affirmative Action Compliance Requirements for Construction," and (3) its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout Document 00201 Page 11 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 24 of 375
N62474-00-R-3035

the length of the contract, and in each trade. The Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor, or from project to project, for the sole purpose of meeting the Contractor's goals shall be a violation of the contract, Executive Order 11246, as amended, and the regulations in 41 CFR 60.4. Compliance with the goals will be measured against the total work hours performed. d. The Contractor shall provide written notification to the Director, Office of Federal Contract Compliance Programs, within 10 working days following award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the-(1) Name, address, and telephone number of the subcontractor; (i) Employer identification number of the subcontractor; (2) Estimated dollar amount of the subcontract; (3) Estimated starting and completion dates of the subcontract; and (4) Geographical area in which the subcontract is to be performed. e. As used in this Notice, and in any contract resulting from this solicitation, the "covered area" is Monterey, Monterey County, California.

18. FAR 52.225-9, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM-CONSTRUCTION MATERIALS (FEB 2000) (a) Definitions. As used in this clause-"Component" means any article, material, or supply incorporated directly into construction materials. "Construction material" means an article, material, or supply brought to the construction site by the Contractor or a subcontractor for incorporation into the building or work. The term also includes an item brought to the site preassembled from articles, materials, or supplies. However, emergency life safety systems, such as emergency lighting, fire alarm, and audio evacuation systems, that are discrete systems incorporated into a public building or work and that are produced as complete systems, are evaluated as a single and distinct construction material regardless of when or how the individual parts or components of those systems are delivered to the construction site. Materials purchased directly by the Government are supplies, not construction material. "Cost of components" means-(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or

Document 00201 Page 12 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 25 of 375
N62474-00-R-3035

(2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product. "Domestic construction material" means-(1) An unmanufactured construction material mined or produced in the United States; or (2) A construction material manufactured in the United States, if the cost of its components mined, produced, or manufactured in the United States exceeds 50 percent of the cost of all its components. Components of foreign origin of the same class or kind for which nonavailability determinations have been made are treated as domestic. "Foreign construction material" means a construction material other than a domestic construction material. "United States" means the 50 States and the District of Columbia, U.S. territories and possessions, Puerto Rico, the Northern Mariana Islands, and any other place subject to U.S. jurisdiction, but does not include leased bases. (b) Domestic preference. (1) This clause implements the Buy American Act (41 U.S.C. 10a 10d) and the Balance of Payments Program by providing a preference for domestic construction material. The Contractor shall use only domestic construction material in performing this contract, except as provided in paragraphs (b)(2) and (b)(3) of this clause. (2) This requirement does not apply to the construction material or components listed by the Government as follows: ____________"NONE"_______________________ (3) The Contracting Officer may add other foreign construction material to the list in paragraph (b)(2) of this clause if the Government determines that-(i) The cost of domestic construction material would be unreasonable. The cost of a particular domestic construction material subject to the requirements of the Buy American Act is unreasonable when the cost of such material exceeds the cost of foreign material by more than 6 percent. For determination of unreasonable cost under the Balance of Payments Program, the Contracting Officer will use a factor of 50 percent; (ii) The application of the restriction of the Buy American Act or Balance of Payments Program to a particular construction material would be impracticable or inconsistent with the public interest; or (iii) The construction material is not mined, produced, or manufactured in the United States in sufficient and reasonably available commercial quantities of a satisfactory quality. (c) Request for determination of inapplicability of the Buy American Act or Balance of Payments Program. (1)(i) Any Contractor request to use foreign construction material in

Document 00201 Page 13 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 26 of 375
N62474-00-R-3035

accordance with paragraph (b)(3) of this clause shall include adequate information for Government evaluation of the request, including-(A) A description of the foreign and domestic construction materials; (B) Unit of measure; (C) Quantity; (D) Price; (E) Time of delivery or availability; (F) Location of the construction project; (G) Name and address of the proposed supplier; and (H) A detailed justification of the reason for use of foreign construction materials cited in accordance with paragraph (b)(3) of this clause. (ii) A request based on unreasonable cost shall include a reasonable survey of the market and a completed price comparison table in the format in paragraph (d) of this clause. (iii) The price of construction material shall include all delivery costs to the construction site and any applicable duty (whether or not a duty-free certificate may be issued). (iv) Any Contractor request for a determination submitted after contract award shall explain why the Contractor could not reasonably foresee the need for such determination and could not have requested the determination before contract award. If the Contractor does not submit a satisfactory explanation, the Contracting Officer need not make a determination. (2) If the Government determines after contract award that an exception to the Buy American Act or Balance of Payments Program applies and the Contracting Officer and the Contractor negotiate adequate consideration, the Contracting Officer will modify the contract to allow use of the foreign construction material. However, when the basis for the exception is the unreasonable price of a domestic construction material, adequate consideration is not less than the differential established in paragraph (b)(3)(i) of this clause. (3) Unless the Government determines that an exception to the Buy American Act or Balance of Payments Program applies, use of foreign construction material is noncompliant with the Buy American Act or Balance of Payments Program. (d) Data. To permit evaluation of requests under paragraph (c) of this clause based on unreasonable cost, the Contractor shall include the following information and any applicable supporting data based on the survey of suppliers:

Document 00201 Page 14 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 27 of 375
N62474-00-R-3035

19. FAR 52.225-10, NOTICE OF BUY AMERICAN ACT/BALANCE OF PAYMENTS PROGRAM REQUIREMENT--CONSTRUCTION MATERIALS (FEB 2000) (a) Definitions. "Construction material," "domestic construction material," and "foreign construction material," as used in this provision, are defined in the clause of this solicitation entitled "Buy American Act--Balance of Payments Program--Construction Materials" (Federal Acquisition Regulation (FAR) clause 52.225-9). (b) Requests for determinations of inapplicability. An offeror requesting a determination regarding the inapplicability of the Buy American Act or Balance of Payments Program should submit the request to the Contracting Officer in time to allow a determination before submission of offers. The offeror shall include the information and applicable supporting data required by paragraphs (c) and (d) of the clause at FAR 52.225-9 in the request. If an offeror has not requested a determination regarding the inapplicability of the Buy American Act or Balance of Payments Program before submitting its offer, or has not received a response to a previous request, the offeror shall include the information and supporting data in the offer. (c) Evaluation of offers. (1) The Government will evaluate an offer requesting exception to the requirements of the Buy American Act or Balance of Payments Program, based on claimed unreasonable cost of domestic construction material, by adding to the offered price the appropriate percentage of the cost of such foreign construction material, as specified in paragraph (b)(3)(i) of the clause at FAR 52.225-9. (2) If evaluation results in a tie between an offeror that requested the substitution of foreign construction material based on unreasonable cost and an offeror that did not request an exception, the Contracting Officer will award to the offeror that did not request an exception based on unreasonable cost. (d) Alternate offers. (1) When an offer includes foreign construction material not listed by the Government in this solicitation in paragraph (b)(2) of the clause at FAR 52.225-9, the offeror also may submit an alternate offer based on use of equivalent domestic construction material. (2) If an alternate offer is submitted, the offeror shall submit a separate Standard Form 1442 for the alternate offer, and a separate price comparison table prepared in accordance with paragraphs (c) and (d) of the clause at FAR 52.225-9 for the offer that is based on the use of any foreign construction material for which the Government has not yet determined an exception applies. (3) If the Government determines that a particular exception requested in accordance with paragraph (c) of the clause at FAR 52.225-9 does not apply, the Government will evaluate only those offers based on use of the equivalent domestic construction material, and the offeror shall be required to furnish such domestic construction material. An offer based on use of the foreign construction material for which an exception was requested-(i) Will be rejected as nonresponsive if this acquisition is conducted by sealed bidding; or (ii) May be accepted if revised during negotiations.

Document 00201 Page 15 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 28 of 375
N62474-00-R-3035

20. FAC 5252.228-9300, INDIVIDUAL SURETY/SURETIES (JUN 1994) As prescribed in FAR 28.203(a), individual sureties will be permitted. In order for the Contracting Officer to make a determination as to the acceptability of individuals proposed as sureties, as prescribed in FAR 28.203(b), all proposers who submit bonds which are executed by individual sureties are requested to furnish additional information in support of SF-28, Affidavit of Individual Surety, with the bonds. Pursuant to Instruction 3(b) of Standard Form 24, the Bond, Standard Form 25, the Performance Bond, and the Standard Form 25A, the Payment Bond, the Contracting Officer requests the following information: (a) Equity Securities (Stock): (1) State the place(s) of incorporation and address of the principal place of business for each issuing corporation listed. (2) State whether the security issued was issued by public or private offering and give the place of registration of the security. (3) State whether the security is presently, actively traded. (b) Debt securities (Bonds) and Certificates of Deposit: (1) List the type of bonds held and their maturity dates. (2) State the name, address, and telephone number of the issuing agency, firm or individual. (3) State the complete address(es) where the bonds are held. (4) State whether the bonds have been pledged as security or have otherwise been encumbered. (c) Real Property Interests: (1) Provide complete recording data for the conveyance of each parcel or interest listed to the individual proposed as surety. (2) State whether the values listed are based upon personal evaluation or evaluation of an experienced real estate appraiser. If available, provide copies of written appraisals. (3) State the method(s) of valuation upon which appraisal is based. (4) Provide the assessed value of each property interest listed utilized by the appropriate tax assessor for purposes of property taxation. (5) Provide the telephone number, including area code, for the tax assessor who performed the most recent tax assessment. (6) State whether each real property interest listed is currently under lien or in any way encumbered and the dollar amount of each such lien or encumbrance.

Document 00201 Page 16 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 29 of 375
N62474-00-R-3035

(d) Persons Proposed as Individual Sureties: (1) A current list of all other bonds (bid, performance, and payment) on which the individual is a surety and bonds for which the individual is requesting to be a surety. (2) A statement as to the percent of completion of projects for which the individual is bound on a performance bond. This information is necessary to enable the Contracting Officer to evaluate the sufficiency of the surety's net worth in a timely manner. 21. FAC 5252.228-9302, BID GUARANTEE (JAN 1996) To assure the execution of the contract and the performance and payment bonds, each bidder/offeror shall submit with its bid/offer a guarantee bond (Standard Form 24) executed by a surety company holding a certificate of authority from the Secretary of the Treasury as an acceptable surety, or other security as provided in FAR clause 52.228-1, "Bid Guarantee." Security shall be in the penal sum equal to at least of 20 percent of the largest amount for which award can be made under the bid submitted, but in no case to exceed $3,000,000. The bid guarantee bond shall be accompanied by a copy of the agent's authority to sign bonds for the surety company. 22. FAR 52.233-2, SERVICE OF PROTEST (AUG 1996) a. Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO) shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Karen Powell, Code 021, Engineering Field Activity, West, Naval Facilities Engineering Command, 900 Commodore Drive, San Bruno, CA 94066-5006. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. 23. FAR 52.236-27, SITE VISIT (CONSTRUCTION) (FEB 1995) ALTERNATE I (FEB 1995) (a) The clauses at 52.236-2, Differing Site Conditions, and 52.236-3, Site Investigation and Conditions Affecting the Work, will be included in any contract awarded as a result of this solicitation. Accordingly, offerors or quoters are urged and expected to inspect the site where the work will be performed. (b) An organized site visit has been scheduled for: __________________________________________________________________________ (Insert date and time) (c) Participants will meet at-__________________________________________________________________________ (Insert location)

Document 00201 Page 17 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 30 of 375
N62474-00-R-3035

24. FAR 52.236-28, PREPARATION OF PROPOSALS - CONSTRUCTION (OCT 1997) (a) Proposals must be (1) submitted on the forms furnished by the Government or on copies of those forms, and (2) manually signed. The person signing a proposal must initial each erasure or change appearing on any proposed form. (b) The proposal form may require offerors to submit proposed prices for one or more items on various bases, including-(1) Lump sum prices; (2) Alternate prices; (3) Units of construction; or (4) Any combination of paragraphs (b)(1) through (b)(3) of this provision. (c) If the solicitation requires submission of a proposal on all items, failure to do so may result in the proposal being rejected without further consideration. If a proposal on all items is not required, offerors should insert the words "no proposal" in the space provided for any item on which no price is submitted. (d) Alternate proposals will not be considered unless his solicitation authorizes their submission. 25. FAR 52.252-1, SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov/far

Document 00201 Page 18 of 18

Case 1:05-cv-01121-EJD

Document 13-11

Filed 05/31/2006

Page 31 of 375
N62474-00-R-3035

DOCUMENT 00202 DESIGN-BUILD OF THE BUILDING 245 EXTENSION AT THE NAVAL POSTGRADUATE SCHOOL, MONTEREY, CALIFORNIA EVALUATION FACTORS FOR AWARD AND SUBMITTAL REQUIREMENTS A. Evaluation Factors for Award: This is a Best Value Trade-Off source selection for the

design-build of an extension to Bldg. 245 at NPS Monterey. Technical and Price information will be submitted in two separate parts, identified as Part One and Part Two. In determining the best value to the Government, proposals will be rated on the basis of three Technical Evaluation Factors (two in Part One, and one additional Technical Evaluation Factor in Part Two), and price. All offerors submitting technical proposals in Part One will be provided the opportunity to submit proposals for Part Two. Part Two proposals will be rated on the basis of all three Technical Evaluation Factors which are approximately equal in weight, and when combined, are weighted approximately equal to the Price Evaluation Factor.
B. T