• No results found

FIRE ALARM DETECTION AND NOTIFICATION SYSTEMS

N/A
N/A
Protected

Academic year: 2021

Share "FIRE ALARM DETECTION AND NOTIFICATION SYSTEMS"

Copied!
431
0
0

Loading.... (view fulltext now)

Full text

(1)

W

ASHINGTON

M

ETROPOLITAN

A

REA

T

RANSIT

A

UTHORITY

R

EQUEST FOR

P

ROPOSAL

(RFP)/CONTRACT

N

O

.

FQ13032

FIRE ALARM

DETECTION AND NOTIFICATION SYSTEMS

Task Order Contract

(2)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 2 of 280

LETTER TO OFFEROR’S

May 20, 2013

SUBJECT: RFP- FQ13032/WJG – Fire Alarm, Detection and Notification Systems

The Washington Metropolitan Area Transit Authority (WMATA) requires the services of a qualified contractor to provide engineering, material, integration, testing, training and documentation services for the installation of Fire Alarm, Detection and Notification Systems as defined herein. WMATA hereby solicits Request for Proposal (RFP) FQ13032, Fire Alarm, Detection and

Notification Systems. While the salient points of this RFP are highlighted below for your convenience, all Offerors are required to read and comply with the requirements of the entire RFP.

It is anticipated that the Solicitation will result in a Task Order (TO) contract with firm fixed prices. The following Tasks are included herein and will be executed upon award of this contract to the successful Offeror.

Alexandria Rail Yard Life Safety Fire Alarm Upgrade

West Falls Church Yard & Parking Garages Life Safety Fire Alarm Upgrade

New York Avenue Station Life Safety Fire Alarm Upgrade

Each subsequent project to be accomplished under this Contract will be through the issuance of a Task Order. The Authority will be responsible for the development of the Task Order as well as the supervision and acceptance of the Work contained within the Task Order. The Authority will review the Contractor’s Cost Proposal and if acceptable, shall sign and issue a Task Order for the Work described in the related detailed Scope of Work. Each Task Order will include a detailed Scope of Work, a firm fixed price cost proposal from the Contractor, time duration for the completion of the work and any special conditions that might apply to that specific Task Order. It is critical that

subsequent Task Orders detail all special conditions that may impact cost and schedule – e.g. track access since the Contract is a general procurement document

This Request for Proposal/Contract consists of the 3 books identified below and all amendments that may be issued prior to receipt of proposals.

Book1 Proposing and Contracting Requirements (this document), Contract FQ13032 Fire Alarm, Detection and Notification Systems

Book 2 Alexandria Yard Life Safety Fire Alarm Upgrade

West Falls Church Yard & Parking Garage Life Safety Fire Alarm Upgrade New York Avenue Station Life Safety Fire Alarm Upgrade

(3)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 3 of 280

Section Number Description

16732 Fire Alarm Detection and Notification System 08331 Overhead Coiling Doors

08710 Finish Hardware

13905 Fire Protection, Suppression and Alarm 14200 Hydraulic Elevators

14240 Traction Elevators 14600 Heavy-Duty Escalator 16120 Wire, Cable and Busways 16130 Raceways, Boxes and Cabinets

16705 Communications Standard Specifications – Equipment & Material 16707 Communications Systems Quality Assurance & Testing

16710 Communications Grounding

16715 Communications Electrical Power Distribution 16733 Communications – Kiosk Systems

16821 Communications – Automatic Public Address Announcement System

16925 ATC – Data Transmission System

1. This RFP is not severable. Offerors shall provide offers for work described herein or the offer will be deemed non-responsive, invalid, and omitted from further competitive award considerations.

2. Offers that contain conditions, limitations, caveats, exclusions, exceptions, alternate solutions or any other deviations from the requirements of this RFP may, if deemed by the Authority to be in conflict with the RFP, be rendered as non-responsive, invalid, and omitted from further competitive award considerations. Additional details are located in the Solicitation Instructions section of RFP Book1.

3. A Pre-Proposal Conference is scheduled for May 29, 2013 at 9:00 AM Local Time at the WMATA facility located at the Alexandria Yard, 3101 Eisenhower Avenue, Alexandria, Virginia 22314, SMNT Building, Conference Room: TA-39. Additional details are located in the Solicitation Instructions section of RFP Book1.

4. Pre-Proposal Worksite Visit - WMATA extends reasonable opportunity for interested parties to physically view the work site.

Work Site Date Time

Alexandria Yard May 29, 2013 11:00 AM

West Falls Church Yard & Parking Garages May 30, 2013 TBD

New York Avenue Station May 30, 2013 TBD

Visit to the worksite by interested Offerors is a mandatory pre-requisite for submittal of offer. Additional details are located in the Solicitation Instructions section of RFP Book1. 5. Solicitation Availability and Communications

(4)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 4 of 280

All solicitation documents, pertaining to this RFP, including the RFP, RFP amendments, notifications, announcements, and any other written communications released in

connection with this RFP will be made available only in electronic copies and posted for public viewing on WMATA’s acquisition web site, WMATA.com and the federal government acquisition website, FEDBIZOPS.gov, (Federal Business Opportunities). Hard copy

documents will not be printed, mailed, handed out or otherwise distributed in any other format. Interested parties may download all RFP information that is posted on these websites. Offerors remain solely responsible for monitoring either/both of the websites regularly to ensure timely receipt of all communications and to download and print all posted information they deem is necessary to facilitate development and submittal of offers. If website access problems are encountered, Offerors are responsible for contacting

William J. Geroux, Contract Administrator, by telephone (202) 962-2467 or by electronic mail at wgeroux@wmata.com

6. Last date for submittal of questions is June 14, 2013

7. Offers are due no later than July 19, 2013 at 3:00 PM Local Time

8. There may be occasions where procurement system posting problems may incur technical difficulties or other similar event. In the event WMATA determines it is

necessary to contact interested parties under circumstances that will not compromise the full and open competitive acquisition process, such as addressing RFP access issues, releasing an urgent communication in advance of an RFP posting, or any similar event, WMATA requires bidders to provide the full legal company name, and Points of Contact (POC) information which includes the primary and secondary POC name, telephone number, and e-mail. If you are an interested party, please complete the POC form located in the Solicitation Instructions section of IFB Book1 and e-mail it to Mr. William J. Geroux at wgeroux@wmata.com

All questions shall be directed to the Contract Administrator, Mr. William J. Geroux at (202) 962-2467 or e-mail wgeroux@wmata.com

Sincerely,

James Perkowski Contract Manager

(5)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 5 of 280

Washington Metropolitan Area Transit Authority

Request for Proposal (RFP) / CONTRACT No. FQ13032

BOOK 1 of 3

Proposing and Contracting

Requirements

FIRE ALARM

DETECTION AND NOTIFICATION SYSTEMS

Alexandria Yard Life Safety Fire Alarm Upgrade

West Falls Church Yard & Parking Garages Life Safety Fire Alarm Upgrade

New York Avenue Station Life Safety Fire Alarm Upgrade

(6)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 6 of 280

TABLE OF CONTENTS

BOOK 1 – Proposing and Contracting Requirements

LETTERTOOFFEROR’S ... 2

TABLEOFCONTENTS... 6

CARE IN PROPOSING ... 12

NOTICETOALLVENDORS ... 13

REQUESTFORPROPOSALS ... 14

SOLICITATIONINSTRUCTIONS ... 17

1. Definitions:... 17

2. Preparation of Offer ... 18

3. Explanation to Offerors ... 19

4. RFP/Contract Documents ... 19

5. Public Posting of Proposal Documents and RFP Communications ... 20

6. Prior Representations ... 20

7. Acknowledgment of Amendments ... 20

8. Revisions Prior to Date Set for Receipt of Offers ... 21

9. Submission of Offers ... 21

10. Pre-Proposal Conference ... 21

11. Pre-Proposal Worksite Visit ... 22

12. Late Proposal and Modifications or Withdrawals ... 23

13. Proposal Guarantee ... 24

14. Contract and Bonds ... 25

15. Minimum Proposal Acceptance Period ... 25

16. Contract Award ... 25

17. Disadvantaged Business Enterprise Requirements ... 26

18. Opportunity for Disadvantaged Business Enterprises to Propose ... 27

19. Notice of Protest Policy ... 27

20. Pre-Award Information ... 27

21. Proposal Format Instructions/Requirements ... 28

22. Restriction on Disclosure and Use of Data ... 30

23. Award ... 30

24. Basis for Award ... 31

25. Proposal Evaluation Criteria ... 32

26. Ratings for Proposal Evaluation Criteria ... 34

27. Definitions for Technical Evaluation ... 34

28. Price Proposal Evaluation ... 35

29. Type of Contract ... 35

30. English Language and United States Currency ... 36

31. Federal / Local / States Sales Tax ... 36

32. Brand Name or Equal ... 36

33. Davis-Bacon Wage Determination Decision ... 38

PROPOSALFORM ... 39

REPRESENTATIONSANDCERTIFICATIONS ... 41

1. Type of Business Organization (RC-101, MAY 07) ... 41

2. Affiliation and Identifying Data (RC-102, MAY 07) ... 41

3. Previous Contracts and Compliance Reports (RC-103, MAY 07) ... 41

4. Disadvantaged Business Enterprise (RC-104, MAY 07) ... 42

(7)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 7 of 280

6. Covenant Against Gratuities (RC-106, MAY 07) ... 42

7. Contingent Fee (RC-107, MAY 07) ... 42

8. Clean Air and Water Certification (RC-108, MAY 07) ... 43

9. Debarment, Suspension, Ineligibility, and Voluntary Exclusion (RC-109, 05/2007) ... 43

10. Certification of Independent Price Determination (RC-110, MAY 07) ... 44

11. Certification of Non-segregated Facilities (RC-111, MAY 07) ... 44

12. Non-Discrimination Assurance (RC-112, MAY 07) ... 45

13. Certification of Restrictions on Lobbying (RC-113, MAY 07) ... 45

14. Buy America Act Certification (RC-114, MAY 07) ... 46

15. Certification of Non-Delinquent Taxes (RC-116, OCTOBER 2008) ... 47

CONTRACTPRICESCHEDULE ... 49

CONTRACTING REQUIREMENTS ... 63

PRE-AWARDEVALUATIONDATA ... 64

PERFORMANCEBOND ... 66

PAYMENTBOND ... 68

CONSTRUCTIONCONTRACT ... 71

POWEROFATTORNEY ... 73

POWEROFEXECUTION ... 74

PARTNERSHIPPOWEROFEXECUTION ... 75

CONSTRUCTIONGENERALPROVISIONS ... 76

1.1 Definitions (07/03) ... 76

1.2 Contract Documents ... 76

1.3 Changes ... 78

1.4 Differing Site Conditions ... 79

1.5 Termination for Default, Damages for Delay and Time Extensions ... 79

1.6 Disputes ... 82

1.7 Payments to Contractor ... 83

1.8 Assignment ... 85

1.9 Material and Workmanship ... 86

1.10 Inspection and Acceptance ... 86

1.11 Project Management and Superintendence by Contractor ... 88

1.12 Permits and Responsibilities ... 88

1.13 Conditions Affecting the Work ... 88

1.14 Other Contracts ... 88

1.15 Patent Indemnity ... 88

1.16 Additional Bond Security ... 89

1.17 Covenant Against Contingent Fees ... 89

1.18 Officials Not to Benefit ... 89

1.19 Notice to the Authority of Labor Disputes ... 89

1.20 Convict Labor ... 90

1.21 Civil Rights (Revised October 20, 2000) ... 90

1.22 Utilization of Small Business Concerns ... 91

1.23 Gratuities ... 91

1.24 Federal, State, and Local Taxes ... 92

1.25 Termination for Convenience of the Authority ... 94

1.26 Notice and Assistance Regarding Patent and Copyright Infringement ... 97

1.27 Composition of Contractor ... 98

1.28 Site Investigation ... 98

1.29 Protection of Existing Vegetation, Structures, Utilities and Improvements... 98

(8)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 8 of 280

1.31 Progress Schedules and Requirements for Maintaining Progress ... 99

1.32 Subcontractors ... 100

1.33 Use and Possession Prior to Completion ... 100

1.34 Cleaning Up ... 101

1.35 Contract Modifications – Requests for Proposals, Price Breakdown and Negotiation of Profit 101 1.36 Accident Prevention ... 104

1.37 Equipment ... 104

1.38 Suspension of Work ... 105

1.39 Audit and Inspection of Records ... 105

1.40 Rights in Technical Data - Unlimited ... 106

1.41 Price Reduction for Defective Cost or Pricing Data - Price Adjustments ... 108

1.42 Audit - Price Adjustments ... 109

1.43 Subcontractor Cost or Pricing Data and Price Adjustments ... 110

1.44 Value Engineering Incentive ... 111

1.45 Variations in Estimated Quantities ... 113

1.46 Contract Prices - Unit Price Schedule ... 114

1.47 Progress Payment for Lump Sum Items ... 114

1.48 Warranty of Construction ... 114

1.49 Time and Materials Work ... 115

1.50 Equitable Adjustment for Minor Contract Modifications... 119

1.51 Cost or Pricing Data ... 120

1.52 Pricing of Adjustments ... 121

1.53 Accounting and Record Keeping ... 121

1.54 Cargo Preference, Use of United States-Flag Vessels ... 123

1.55 Buy America (07/03) ... 124

1.56 Certificate of Current Cost or Pricing Data ... 124

1.57 Revolving Door ... 124

1.58 NOT USED ... 125

1.59 Conflict of Interest (07/03) ... 125

1.60 Labor Provisions (07/03) ... 126

1.61 Patent and Rights in Data (07/03) ... 132

1.62 Federal Changes (07/03) ... 135

1.63 No Obligation by the Federal Government ... 135

1.64 Program Fraud and False or Fraudulent Statements and Related Acts ... 135

1.65 Incorporation of Federal Transit Administration (FTA) Terms (07/03) ... 136

1.66 Seat Belt Use Policy (November 2000) ... 136

1.67 Contract Work Hours and Safety Standards Act (07/03) ... 136

1.68 Access to Records ... 138

1.69 Fly America Requirements ... 138

1.70 Seismic Safety ... 138

1.71 Energy Conservation ... 139

1.72 Recovered Materials ... 139

1.73 Contracts Involving Federal Privacy Act Requirements ... 139

1.74 Pre-employment Criminal Background Check Requirement – NOT USED (see Special Provision 2.43 e.)... 139

1.75 [Not Used] ... 139

1.76 Living Wage ... 140

1.77 Government-Wide Debarment and Suspension ... 141

1.78 Lobbying ... 141

(9)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 9 of 280

1.80 Clean Water ... 142

1.81 Notification of Federal Participation ... 142

1.82 Whistleblower Protections ... 142

1.83. Non Discrimination Assurance ... 144

1.84. Drug and Alcohol Testing ... 145

CONSTRUCTIONSPECIALPROVISIONS ... 146

2.1 Commencement, Prosecution and Completion of Work ... 146

2.2 Liquidated Damages ... 148

2.3 Contract and Bonds ... 148

2.4 Authority Furnished Documents... 149

2.5 Contractor’s Submittals ... 151

2.6 Work to be Performed by Contractor ... 156

2.7 Authority Representative (AR) ... 162

2.8 Construction Schedules - Augmented Bar Graph ... 163

2.9 Determination of Progress ... 166

2.10 Layout of Work, Storage and Reference Points ... 167

2.11 Physical Data – NOT USED ... 168

2.12 Temporary Utility and Electrical Services ... 168

2.13 Indemnification and Insurance ... 168

2.14 NOT USED ... 175

2.15 Safety Requirements ... 175

2.16 Sanitary Provisions ... 188

2.17 Subcontracts ... 188

2.18 Payment for Use of Equipment ... 189

2.19 Historical and Scientific Specimens ... 191

2.20 Salvage of Materials and Equipment ... 191

2.21 Environmental Control ... 191

2.22 Signs ... 191

2.23 Construction Sequence and Staging ... 191

2.24 Measurements ... 192

2.25 Operation and Maintenance ... 192

2.26 Abbreviations ... 196

2.27 Contract Record Drawings ... 200

2.28 Certification of Non-Segregated Facilities by Contractors and Subcontractors ... 203

2.29 Wage Rates ... 203

2.30 Affirmative Action Program ... 203

2.31 Technical References ... 206

2.32 Community Relations – NOT USED ... 206

2.33 Definition of Terms ... 206

2.34 Identifications ... 207

2.35 Engineer’s Facility – By Others – NOT USED ... 208

2.36 Preconstruction Inspection – NOT USED ... 208

2.37 Detection of Movement – – NOT USED ... 208

2.38 Photographs ... 208

2.39 Work by Others ... 208

2.40 Utilities ... 209

2.41 Access to Fire Hydrants and Fire Alarm Boxes ... 209

2.42 Contractor’s Plant - NOT USED ... 210

2.43 Contractor’s Employees (07/03) ... 210

2.44 Hours of Work ... 212

(10)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 10 of 280

2.46 Work, Storage and Parking Area ... 216

2.47 Hazardous Materials ... 216

2.48 Mobilization and Preparatory Work ... 216

2.49 Maintenance of Traffic – NOT USED ... 217

2.50 Pollution Abatement ... 217

2.51 Restoration of Existing Facilities ... 220

2.52 Access to Adjacent Property ... 220

2.53 Pavement Restoration ... 221

2.54 Licenses ... 221

2.55 Engineer’s Change House Facility – NOT USED ... 221

2.56 Work On or Under National Park Service Land or Rail Agencies ... 221

2.57 Basis of Payment ... 221

2.58 Quality Assurance Compliance ... 221

2.59 Existing Surfaces ... 222

2.60 Embedded Items ... 222

2.61 Protective Devices ... 222

2.62 Working Area Wooden Fencing [NOT USED] ... 223

2.63 Authority Furnished Property [NOT USED] ... 223

2.64 Spare Parts [NOT USED] ... 223

2.65 Reliability [NOT USED] ... 223

2.66 Correction of Deficiencies ... 223

2.67 Cleaning Up ... 227

2.68 Contractor's Qualifications ... 228

2.70 Pre-Installation Meetings ... 231

2.71 Product Warranties ... 232

2.72 Product Substitution Procedures ... 232

2.73 Manufacturer’s Installation Instructions ... 237

2.74 Manufacturer’s Field Reports ... 237

2.75 Manufacturer’s Field Services ... 237

2.76 Mock-Up Requirements ... 237

2.77 Testing And Inspection Services ... 238

2.78 Product Delivery Requirements ... 240

2.79 Product Storage and Handling Requirements ... 240

2.80 Spare Parts and Maintenance Products ... 241

2.81 Maintenance Service ... 241

2.82 Cutting and Patching ... 241

2.83 Protecting Installed Construction ... 242

2.84 Final Cleaning ... 243

2.85 Testing, Adjusting, and Balancing ... 243

2.86 Starting of Systems ... 243

2.87 Order of Precedence ... 244

2.88 Access Control ... 244

2.89 Authority Facility Operations... 244

2.90 Contractor Performance Evaluation ... 245

2.91 Notification of Cancellation ... 245

2.92 Not Used ... 245

2.93 Subcontracts Agreements ... 245

2.94 Appendix A, B, C, D, and E ... 246

APPENDIXA–DRAWINGS AND SPECIFICATIONS –NOTUSED ... 247

Contract Drawings and Specifications are provided in ... 247

(11)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 11 of 280

APPENDIXB–DISADVANTAGED BUSINESS ENTERPRISE ... 248

APPENDIXC–ROADWAY WORKER PROTECTION MANUAL ... 278

Contractor shall comply with the requirements of Roadway Worker Protection Manual attached hereto. ... 278

APPENDIXD–DEPARTMENT OF LABOR WAGE RATES ... 279

(12)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 12 of 280

CARE IN PROPOSING

(CONSTRUCTION RFP CONTRACT) IMPORTANT

PLEASE READ CAREFULLY

To ensure submission of a complete proposal and to avoid irregularities that could result in a non-responsive proposal, please check your proposal for each of the following common responsiveness problems:

1. Have you checked your proposal? Are all items included and checked for math errors? 2. Have you acknowledged and recorded the number of amendments on the proposal envelope

and Form?

3. Does your proposal Guaranty conform to the requirement of the solicitation? A Bid Bond is required for bids in excess of $100,000.

4. Have you signed and submitted the Offer Form?

5. Have you properly completed and checked the appropriate box for each Certification and Representation? Have you included the Representations and Certifications with your proposal?

6. Have you properly executed the Buy American Certification? Only sign in one place either for compliance or non-compliance.

7. Have you familiarized yourself with the applicable contract provisions pertaining to the WMATA DBE program for bids in excess of $500,000? DBE contract provisions and established goals are a part of this Contract.

8. Have you familiarized yourself with the Davis-Bacon Labor Standard Provisions that mandate the payment of minimum wages as determined by the Secretary of Labor?

(13)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 13 of 280

NOTICE TO ALL VENDORS

Please be advised that all vendors and contractors who have

NOT

done business with

the Washington Metropolitan Area Transit Authority (WMATA) must register in the

WMATA Vendor Registration System. Registration is located at

http://www.wmata.com

New Vendor Registration

.

If you are a vendor or contractor and

HAVE

done business with WMATA in the past,

please electronically request your company’s User ID and Password at

http://www.wmata.com

Attention to Disadvantaged Business Enterprise (DBE)/Small Business and Local

Preference Program (SBLPP) companies:

Minority and women owned businesses who are interested in becoming a WMATA DBE

should complete an online DBE application. Self certification is required for Small

Business and Local Preference as a part of the Vendor Registration.

Registered Vendor Benefits:

Visibility to WMATA contract administrators and/or purchasing agents during the

purchasing decision period;

Visibility to other 17,500 registered vendors for possible business opportunities;

Opportunity to update online, company information such as an e-mail address or

contact person on-line;

Sign up for electronic payment option; and

Ability to electronically reset User ID and Password

Any questions regarding registration may be addressed to Vendor Relations at (202)

962-1408 or

procurement@wmata.com

(14)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 14 of 280

REQUEST FOR PROPOSALS

DATE OF INVITATION: May 20, 2013

PROJECT DESCRIPTION: Contract FQ13032 – Fire Alarm, Detection and Notification System

Proposals for the work described herein will be received at or before 3:00 PM, Local Time on July

19, 2013 at the Washington Metropolitan Area Transit Authority, 600 Fifth Street, N. W., Washington, DC 20001

INFORMATION REGARDING PROPOSAL MATERIAL, BID GUARANTEE AND BONDS: Proposal Material (included in this solicitation or as may be amended):

• Offer Form

• Representations and Certifications

• Unit Price Schedule

• Bid Bond

• Appendix B: Disadvantaged Business Enterprise (DBE) (Applies only if bid price is over $500,000)

• Alexandria Yard Life Safety Fire Alarm Upgrade

• West Falls Church Yard & Parking Garages Life Safety Fire Alarm Upgrade

• New York Avenue Station Life Safety Fire Alarm Upgrade

• Related WMATA Sections:

Section Number Description

16732 Fire Alarm Detection and Notification System 08331 Overhead Coiling Doors

08710 Finish Hardware

13905 Fire Protection, Suppression and Alarm 14200 Hydraulic Elevators

14240 Traction Elevators 14600 Heavy-Duty Escalator 16120 Wire, Cable and Busways 16130 Raceways, Boxes and Cabinets

16705 Communications Standard Specifications – Equipment & Material 16707 Communications Systems Quality Assurance & Testing

16710 Communications Grounding

16715 Communications Electrical Power Distribution 16733 Communications – Kiosk Systems

16821 Communications – Automatic Public Address Announcement System

(15)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 15 of 280

A bid guarantee as herein specified is required for a proposed price in excess of $100,000, and

the penal amount shall be 5 percent of the proposed price. If the guarantee is submitted in the form of a bid bond, the bid bond penalty may be expressed in terms of a percentage of the bid price or may be expressed in dollars and cents.

Bonds: As required by the General Provisions.

GENERAL SCOPE OF WORK:

This is a Task Order contract for the supply, installation and configuration of fire alarm, detection and notification systems to include but not limited to, fire alarm, fire sprinkler systems, Halon extinguishing systems and associated architectural, electrical, mechanical, civil work and AutoCAD work.

The scope of this contract is to provide the Authority all necessary management, supervision and technical personnel, tools, materials and equipment, site surveys, detailed design, permitting, installation, programming, design support, testing, warranty repair, identification, and as-built documentation for all fire alarm systems as required per WMATA provided specifications (except as may be expressly set forth in the resulting task orders) and otherwise do all things necessary for, or incidental to, providing the services and items for the resulting contract and task order(s). The Contractor shall provide all personnel, equipment, tools, materials, and supplies and

otherwise do all things necessary for, or incidental to, providing the services and items for the resulting contract and task order(s).

All information and documentation developed by the Contractor under this contract shall be the property of the Authority and provided upon request at anytime during, at the end and after the end of the contract. The Authority reserves the right to accomplish these installation tasks outside of this contractual vehicle if it is determined to be in the best interest of the Authority.

The Contractor shall provide their best practice solution and continuous process improvement strategies as part of their performance which at times may include acquiring assets, equipment, tools, and resources.

The majority of the systems to be installed are fire alarm, detection and notification systems, based on a UTC EST3 notification devices and components. Work involved under this contract will include, but not be limited to, installing fire alarm control panels, fire annunciator panels, power supply panels, amplifiers, smoke detectors, duct smoke detectors, heat detection, gas detection, manual pull stations, monitor and control modules, horn strobes, and speaker strobes. The panels will be required to communicate with WMATA’s three central monitoring supervising stations at Carmen Turner Facility (CTF) and Jackson Graham Building JGB via the (DTS and Notifier Uninet) and CTF, JBG and SOC via the Fire Works System. Circuit breakers for electrical power and demolition of existing fire alarms, associated HVAC interfaces will also be required. Fiber optic and copper cable circuits will be used to network fire alarm systems in various locations. Specific requirements will be identified in individual task orders.

Complete fire sprinkler systems and private fire service mains and their appurtenances shall also be installed as indicated on the drawings.

(16)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 16 of 280

Additionally Halon Extinguishing systems shall be removed as indicated on the supplied drawings. Halon value per lb of Agent recovered shall be credited back to WMATA.

All work locations are within the WMATA area of responsibility within the Washington, DC Metro area.

DESCRIPTION OF WORK

The Contractor shall include all project management, planning, estimating, labor, transportation, materials, equipment, tools, supervision, design, and all other associated costs necessary to fulfill the requirements of the Contract. Preparation of Contractor proposal shall require managing and coordinating of numerous projects simultaneously. All costs associated with preparing proposals shall be the responsibility of the Contractor.

Contractor shall maintain accurate and complete records, files and documents to include state and local laws, ordinances, rules and regulations and manufacturers’ instructions and

recommendations which are necessary and related to the work. Contractors will be working in the following jurisdictions, Washington, DC; State of Maryland and the Commonwealth of Virginia. Contractor shall prepare and submit required reports, maintain current record drawings, and submit required information. The Contractor shall provide materials lists to include trade names, brand names, model number, and ratings (if appropriate) for all materials necessary for a complete job.

The Contractor may be required to provide architectural, structural, mechanical, electrical, civil, or other engineering services for performance-based scopes of work as requested by the

Contracting Officer or as required for filings or permits or submittal of documents for regulatory agency approval. The services shall be provided by architects or engineers registered and insured to practice in the particular state or District of Columbia in the relevant professional field involved. All documents, prepared by architects, consultants and engineers for the Contractor under this Contract, are subject to review of the Authority. Review by the Authority does not relieve any architects, consultants or engineers from the professional liability associated with documents they have prepared.

All work will be inspected in accordance with the requirements of this contract, and applicable approved submittals. All work performed shall conform to standard industry work practices, and the provisions of this contract. Unless otherwise directed by the Contracting Officer all work shall be performed in accordance with the current International Fire Protection Association (NFPA) codes and standards, International Building Code, International Plumbing Code and International Mechanical Code. These Codes take precedence over all other direction that may be provided herein.

OFFER MUST SET FORTH FULL, ACCURATE AND COMPLETE INFORMATION AS REQUIRED BY THIS REQUEST FOR PROPOSAL, INCLUDING ATTACHMENTS.

(17)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 17 of 280

SOLICITATION INSTRUCTIONS

1.

Definitions:

Adjustment Factor: Contractor’s competitively proposed price adjustment to the Unit Price

Schedule. Contractors shall propose four Adjustment Factors as described in the section entitled Adjustment Factor. All adjustment factors are expressed as an increase to or decrease from the unit prices.

Clarifications: Limited exchanges between the Authority and Offerors, where Offerors may

be given the opportunity to clarify certain aspects of their proposal or to resolve minor irregularities, informalities or clerical errors.

Descriptive Literature: Information provided by an Offeror, such as cuts, illustrations,

drawings, and brochures that shows a product’s characteristics or construction of a product or explains its operation. The term includes only that information needed to evaluate the acceptability of the product and excludes other information for operating or maintaining the product.

Discussions: Negotiations that may occur after receipt of proposals (generally after

establishment of the competitive range) and before award that may, at the Contracting Officer’s discretion, result in the Offeror being allowed to revise its proposal.

Excluded Parties List System: Electronic database maintained and posted by the General

Services Administration containing the list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the non-procurement common rule by agencies, Government corporations, or by the Government Accountability Office.

In Writing, Writing, or Written: Any worded or numbered expression that can be read,

reproduced, and later communicated, and includes electronically transmitted and stored information.

May: Denotes the permissive; Contractor has the option to follow this direction. Must: (see “shall”)

Offer: Response to a solicitation that, if accepted, would bind the Offeror to perform the

resultant contract.

Offeror and “Proposer”: are synonymous and refer to the entity that submits an offer in

response to this solicitation

Option: Unilateral right in a contract by which, for a specified time, the Authority may elect to

purchase additional supplies or services called for by the contract, or may elect to extend the term of the contract

(18)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 18 of 280

Organizational Conflict of Interest: A person is unable or potentially unable to render

impartial assistance or advice to the Authority, or the person’s objectivity in performing the contract work is or might be otherwise impaired, or a person has an unfair competitive advantage because of other activities or relationships with other persons.

Pre-Award Survey: Evaluation of a prospective Offeror’s capability to perform a proposed

contract

Proposal Modification: A change made to a proposal before the solicitation’s closing date

and time, or made in response to an amendment, or made to add information 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 typically as a result of discussions

Shall: means the imperative

Solicitation: means "Request for Proposal (RFP)" where the procurement is negotiated

Task Orders: Task Orders are the obligation document under the Contract. Each individual

project to be accomplished under this section of the Contract will be through the issuance of a Task Order. The Authority will be responsible for the development of the Task Order as well as the supervision and acceptance of the work contained within the Task Order. The Authority will review the Contractor’s Cost Proposal and if acceptable, shall sign and issue a Task Order for the work described in the related detailed Scope of Work. Each Task Order will include a detailed Scope of Work, a firm fixed price cost proposal from the Contractor, time duration for the completion of the work and any special conditions that might apply to that specific Task Order.

2.

Preparation of Offer

a. Offerors are expected to examine the Request for Proposal and all referenced documents carefully. Failure to do so will be at the risk of the Offeror.

b. The Offeror shall furnish the information required by the Solicitation. The Offeror shall sign the Solicitation and print or type his/her/its name on the Solicitation, Offer and Award and each Continuation Sheet thereof on which an entry has been made. The person signing the Offer must initial erasures or other changes. Offers signed by an agent are to be accompanied by evidence of authority, unless such evidence has been previously furnished to the issuing office.

c. Offers for supplies or services other than those specified will not be considered unless authorized by the Solicitation.

d. Offeror must state a definite time for delivery of supplies or for performance of services unless otherwise specified in the Solicitation.

(19)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 19 of 280

e. Time, if stated as a number of days, will include Saturdays, Sundays and holidays.

3.

Explanation to Offerors

Any explanation desired by an Offeror regarding the meaning or interpretation of the Solicitation documents must be requested in writing and with sufficient time (15 days) allowed for a reply to reach all Offerors before the submission of their offers. Oral explanations or instructions given before the award of the contract will not be binding. Any information given to an Offeror

concerning a solicitation will be furnished promptly to all Offerors in writing as an amendment of the Solicitation, if that information is necessary in submitting offers or if lack of such information would be prejudicial to other Offerors. All requests should be made as follows and submitted via electronic mail or U.S. Mail:

William J. Geroux Contract Administrator

Washington Metropolitan Area Transit Authority 600 Fifth Street, NW

Washington, DC 20001

Electronic Mail: wgeroux@wmata.com

RFP No. FQ13032, Fire Alarm, Detection and Notification Systems

4.

RFP/Contract Documents

This Request for Proposal/Contract solicitation consists only of the three books identified below and any RFP amendments that may be issued prior to bid opening.

Book1 Proposing and Contracting Requirements (this document), Contract FQ13032 Fire Alarm, Detection and Notification Systems

Book 2 Alexandria Yard Life Safety Fire Alarm Upgrade

West Falls Church Yard & Parking Garages Life Safety Fire Alarm Upgrade New York Avenue Rail Station Life Safety Fire Alarm Upgrade

Book 3 Related WMATA Sections:

Section Number Description

16732 Fire Alarm Detection and Notification System 08331 Overhead Coiling Doors

08710 Finish Hardware

13905 Fire Protection, Suppression and Alarm 14200 Hydraulic Elevators

14240 Traction Elevators 14600 Heavy-Duty Escalator 16120 Wire, Cable and Busways 16130 Raceways, Boxes and Cabinets

(20)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 20 of 280

16707 Communications Systems Quality Assurance & Testing 16710 Communications Grounding

16715 Communications Electrical Power Distribution 16733 Communications – Kiosk Systems

16821 Communications – Automatic Public Address Announcement System

16925 ATC – Data Transmission System

5.

Public Posting of Proposal Documents and RFP Communications

All solicitation documents, pertaining to this RFP, including the RFP, RFP amendments,

notifications, announcements, and any other written communications released in connection with this RFP will be made available only as electronic copies and posted for public viewing on WMATA’s acquisition web site, WMATA.com and the federal government acquisition website,

FEDBIZOPS.gov, (Federal Business Opportunities). Hard copy documents will not be printed, mailed, handed out or otherwise distributed in any other format. Interested parties may download all RFP information posted on either of the sites. Offerors remain solely responsible for monitoring either/both of the websites regularly to ensure timely receipt of all communications and to download and print all posted information they deem is necessary to facilitate development of offers.

If problems accessing the solicitation web site are encountered, Offerors are responsible for contacting contact William J. Geroux, Contract Administrator, by telephone (202) 962-2467 or by e-mail at wgeroux@wmata.com. All e-mail inquiries shall, as a minimum, include the RFP number and name in the subject line.

6.

Prior Representations

The Authority assumes no responsibility for any understanding or representations concerning this Solicitation made by any of its Officers or Agents prior to the issuance of the Solicitation, the specifications, or related documents

.

7.

Acknowledgment of Amendments

Receipt of an amendment to the Solicitation by an Offeror must be acknowledged (a) by signing and returning the amendment, (b) by identifying the amendment number and date on the

Proposal Form, (c) by expressly acknowledging the amendment on the designated form and including it as part of the proposal. Such amendment must be received prior to the hour and date specified in the Solicitation. If this Solicitation is amended, then all terms and conditions, which are not modified, remain unchanged.

(21)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 21 of 280

8.

Revisions Prior to Date Set for Receipt of Offers

a. The Authority reserves the right to revise or amend the Scope of Work, Description of Work, drawings, etc. prior to the date set for opening of the proposals. Such revisions and

amendments, if any, will be announced by an amendment to the Request for Proposal. Copies of such amendments as may be issued will be furnished to all prospective Offerors.

b. If revisions and amendments require material changes in quantities or price proposals, or both, the date set for opening of proposals may be postponed by such number of days as in the opinion of the Authority that will enable Offerors to revise their proposal. In such cases, the amendment will include an announcement of the new date for the opening of proposals.

9.

Submission of Offers

(1) Offers and modifications thereof shall be enclosed in sealed envelopes and addressed to the office specified in the solicitation. The Offeror shall show the hour and date specified in the solicitation for receipt, the solicitation number, and the name and address of the Offeror on the face of the envelope.

(2) Telegraphic offers will not be considered unless authorized by the solicitation; however, offers may be modified or withdrawn by written or telegraphic notice, provided such notice is received prior to the hour and date specified for receipt.

(3) Facsimile offers, modifications or withdrawals will not be considered unless authorized by the Authority.

10.

Pre-Proposal Conference

Attendance at the Pre-Proposal Conference is encouraged. The Pre-Proposal

Conference date, time and location are as follows: Date: May 29, 2013

Time: 9:00 AM Local Time

Location: WMATA Alexandria Yard, 3101 Eisenhower Avenue, Alexandria, VA 22314, SMNT Building - Conference Room TA-39

All attendees will assemble at the Guard House/Front Gate between 8:00 – 8:30 AM. At 8:30AM WMATA personnel will escort attendees to the SMNT Building.

All attendees are required to complete the attendance log that will be made available at the meeting.

(22)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 22 of 280

11.

Pre-Proposal Worksite Visit

WMATA encourages provision of reasonable opportunity for interested parties to

physically view the worksite. To this end, WMATA has scheduled escorted Pre-Proposal Worksite visits on the date, time and location indicated below.

Location Date Time

Alexandria Yard May 29, 2013 11:00 AM

West Falls Church Yard & Parking Garages May 30, 2013 TBD New York Avenue Station May 30, 2013 TBD a. Attendance:

Attendance at the work-site by interested Offerors is not mandatory for submittal of an offer. However, all interested parties, particularly those that are not familiar with current conditions, are encouraged to attend. Notwithstanding the above, each interested party is solely responsible for understanding the features, layout and working conditions at the site.

Offerors are requested to take such other steps as may be reasonably necessary to ascertain the nature and location of the work and the general and local conditions which can affect the work or the cost thereof. The Offeror remains solely responsible for

estimating properly, the degree of work, project execution risks, costs, or offer price(s), to successfully execute all contract obligations. Any failure by the Offeror/Contractor to do so will not relieve the Offeror/Contractor from responsibility for successfully performing the work without additional expense to the Authority. The Authority assumes no responsibility for any understanding or representations concerning conditions made by any of its officers or agents prior to the execution of this Contract. The Offeror is requested to review the requirements of General Provisions, “Conditions Affecting the Work” and “Site

Investigation” supplement information. b. Number of Attendees

Prime contractors may invite their selected subcontractors to attend the Pre-Proposal Site Visit. However, due to safety concerns and time constraints, a maximum of three

representatives from each company, joint venture, or bidding team may be permitted to attend the Pre-Proposal Site Visit.

c. Advance Notification Site Visit Request

Interested parties planning to assign company representatives to attend site visits must complete the information below and e-mail it to Mr. William J. Geroux at

(23)

RFP:FQ13032/WJG CONTRACT NO.FQ13032 Page 23 of 280 Fire Alarm, Detection and Notification Systems Legally Registered Company Name and Name of Operating Business Unit Submitting the Offer [if the name is different from legally registered company name]

Attendee Name and Title Have Valid Photo ID? [insert “Yes” or “No”]

Alexandria Yard

West Falls Church Yard & Parking Garages

New York Avenue Station

Valid State or Federal Government issued photo ID must be presented at the time of request. WMATA is not responsible for denying access to any company representative that does not meet WMATA’s security requirements. Interested parties remains solely responsible for assigning employees that are approved by WMATA to access each site.

12.

Late Proposal and Modifications or Withdrawals

(1) Any offer received at the office designated in the solicitation after the exact time specified for receipt will not be considered.

(1) Was sent by registered or certified U.S. mail not later than the fifth calendar day before the date specified for receipt of offers (e.g., an offer submitted in response to a solicitation requiring receipt of offers by the 20th of the month must have been sent by registered mail by the 15th);

(2) Was sent by mail or, if authorized by the solicitation, was sent by telegram or via facsimile and it is determined by the Authority that the late receipt was due solely to mishandling by the Authority after receipt;

(3) Was sent by U.S. Postal Service Express Mail Next Day Service Post Office to Addressee, not later than 5:00 p.m. at the place of mailing two working days prior to the date specified for receipt of offers. The term "working days" excludes weekends and U.S. Federal holidays

(2) Any modification of an offer, except a modification resulting from the Contracting Officer or other delegated Authority’s Representative's request for "best and final" offer, is subject to the same conditions as in subparagraphs (a)(1), (2), and (3) of this provision.

(24)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 24 of 280

(3) A modification resulting from the Contracting Officer or other delegated Authority

Representative’s request for “best and final” offer received after the time and date specified in the request will not be considered unless received before award and the late receipt is due solely to mishandling by the Authority.

(4) The only acceptable evidence to establish the date of mailing of a late offer, modification, or withdrawal sent by registered or certified mail is the U.S. or Canadian Postal Service postmark on the envelope or wrapper and on the original receipt from the U.S. or Canadian Postal Service. Both postmarks must show a legible date or the offer, modification or withdrawal shall be processed as if mailed late. "Postmark" means a printed, stamped, or otherwise placed impression (exclusive of a postage meter machine impression) that is readily identifiable without further action as having been affixed by employees of the U.S. or Canadian Postal Service on the date of mailing. Therefore, Offerors should request the postal clerk to place a legible hand cancellation bull's eye postmark on both the receipt and the envelope or wrapper.

(5) The only acceptable evidence to establish the time of receipt by the Authority is the time/date stamp of that installation on the proposal wrapper or other documentary evidence of receipt maintained by the Authority.

(6) The only acceptable evidence to establish the date of mailing of a late offer, modification, or withdrawal sent by Express Mail Next Day Service Post Office to Addressee is the date entered by the post office receiving clerk on the "Express Mail Next Day Service Post Office to Addressee" label and the postmark on both the envelope or wrapper and on the original receipt from the U.S. Postal Service. "Postmark" has the same meaning as defined in paragraph d. of this provision, excluding postmarks of the Canadian Postal Service.

Therefore, Offerors should request the postal clerk to place a legible hand cancellation bull’s eye postmark on both the receipt and the envelope or wrapper.

(7) Offers may be withdrawn by written notice or telegram (including mailgram) received at any time before award. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before award, subject to the conditions specified in the

provision entitled "Facsimile Offers". Offers may be withdrawn in person by an Offeror or an authorized representative, if the representative's identity is made known and the

representative signs a receipt for the offer before award.

13.

Proposal Guarantee

A proposal guarantee is required by the Request for Proposal. Failure to furnish a proposal guarantee in the proper form and amount with the Price Proposal, by the time set for the receipt of proposals may be cause for rejection of the proposal.

A proposal guarantee shall be in the form of a firm commitment, such as a proposal bond (form included in Solicitation), postal money order, certified check, cashier’s check, irrevocable letter of credit from a State or Federally chartered bank or, in accordance with Treasury Department regulations, certain bonds or notes of the United States. Corporation executing the proposal bond as sureties must be among those appearing on the Treasury Department list of approved sureties

(25)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 25 of 280

and must be acting within the limitations set forth herein. Proposal guarantees, other than proposal bonds, will be returned as follows:

To unsuccessful proposers, as soon as practicable after the receipt of proposals

(1) To the successful proposer: upon execution of such further contractual documents and bonds as may be required by the proposal as accepted.

(2) If the successful proposer, upon acceptance of its proposal by the Authority within the acceptance period, fails to execute further contract documents and give such bond(s) as may be required by the term of the contract, its contract may be terminated for default. In such event, the successful proposer shall be liable for any cost of procuring the work which exceeds the amount of its proposal, and the proposal guarantee shall be available toward offsetting such difference.

14.

Contract and Bonds

The proposer whose Technical and Price Proposal are accepted, shall, within the time

established in the contract documents, enter into a written contract with the Authority and furnish performance bonds if applicable, on standard Authority forms in the amounts indicated in the General Provisions of the Contract.

15. Minimum Proposal Acceptance Period

(1) “Acceptance Period”, as used in this provision, means the number of calendar days available to WMATA for awarding a contract from the date specified in this Solicitation for receipt of proposals.

(2) This provision supersedes and language pertaining to the acceptance period that may appear elsewhere in this Solicitation.

(3) WMATA requires a minimum acceptance period of 120 calendar days from the latest revised proposal.

16.

Contract Award

If this Solicitation is a Request for Proposal:

The Authority will award a contract resulting from this Solicitation to the responsible Offeror whose offer conforming to the Solicitation will be most advantageous to the Authority cost or price and other factors, specified elsewhere in this Solicitation considered.

The Authority may (1) reject the offer if such actions is in the public interest, or (2) waive informalities and minor irregularities in offeror’s received.

The Authority may award a contract on the basis of the initial offer received, without discussions (other than discussions conducted for the purpose of minor clarifications).

(26)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 26 of 280

Therefore, the initial offer should contain the Offeror’s best terms from a cost or price and technical standpoint. However, the Authority reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.

A written award or acceptance of offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Authority may accept an offer (or part of an offer, as noted herein) whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Negotiations conducted after receipt of an offer do not constitute a rejection or counteroffer by the Authority. Neither financial data submitted with an offer, nor representations concerning facilities or financing will form a part of the resulting contract. However, if the resulting contract contains a clause providing for price reduction or defective cost or pricing data, the contract price will be subject to reduction if cost or pricing data furnished is incomplete, inaccurate, or not current. The Authority may determine that an offer is unacceptable if the prices proposed are

materially unbalanced between line items or sub-line items. An offer is materially unbalanced when it is based on prices significantly less than cost for some work and prices which

significantly overstated in relation to cost for other work, and if there is a reasonable doubt that the offer will result in the lowest overall cost to the Authority even though it may be the low evaluated offer, or it is so unbalanced as to be tantamount to allowing an advance payment.

17.

Disadvantaged Business Enterprise Requirements

Attached as part of this Solicitation are documents outlining the requirements for the Disadvantaged Business Enterprise (DBE) program: The DBE requirement goal for this

Contract is 21.00% unless a good faith waiver is requested and approved.

If the offer is over $500,000 and for the Offeror to be considered responsible, the following documents (See Appendix B) shall be completed and submitted with the offer:

Schedule of DBE Participation

Letter of Intent to Perform as Subcontractor / Joint Venture (if applicable)

DBE Unavailability Certification (where applicable)

Written request for waiver when DBE participation is less than stated percent DBE Monthly Status Report, after award, to the COTR and a final report at contract completion if DBE participation is applicable

(27)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 27 of 280

The provisions of Appendix B (if attached) do not become applicable and forms do not have to be completed, unless the total offer is $100,000 or more. If the offer is $100,000 or more and any portion of the written requirement is omitted, then the offer may be found to be unacceptable and subsequently rejected. Appendix B forms and/or waivers must be completed with great care by each Offer to insure that the offer is acceptable.

18.

Opportunity for Disadvantaged Business Enterprises to Propose

The Washington Metropolitan Area Transit Authority hereby notifies all Offerors that it will affirmatively ensure that disadvantaged minority business enterprises will be afforded full

opportunity to submit offers in response to this Solicitation and will not be discriminated against on the basis of race, color, or national origin in consideration for award.

19.

Notice of Protest Policy

(1) WMATA policy and procedure for the administrative resolution of protests is set forth in Chapter 20 of the Procurement Policy Manual (PPM) The PPM contains strict rules for filing a timely protest, for responding to a notice that a protest has been filed, and other procedural matters. The Contracting Officer or other delegated Authority Representative can furnish a copy of Chapter 20 upon request.

(2) (FTA) Circular 4220.lF, as amended Section 7.l., addresses Proposal Protests. FTA will only review protests regarding the alleged failure of the grantee to have a written protest procedure or alleged failure to follow such procedures, and only when submitted by an interested party. The term "interested party" is defined in the Authority's policy for handling protests.

(3) Alleged violations on other grounds must be submitted to the Contracting Officer or other delegated Authority Representative who will decide the protest.

(4) The judicial authorities having jurisdiction over court actions concerning protest decisions are the United States District Courts for the Districts of Maryland, Virginia, and the District of Columbia, and the local courts in Maryland, Virginia, and the District of Columbia.

20.

Pre-Award Information

The Contracting Officer may conduct a pre-award survey to determine if the Offeror eligible for award is responsible both financially and technically and has the capability to perform the work of the Contract in accordance with the requirements of the Solicitation and within times specified. Accordingly, in order that an offer is fully considered, each Offeror shall furnish the following information with the Proposal:

(28)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 28 of 280

A completed and signed Pre-Award Evaluation Data form (furnished with the Solicitation), including, but not limited to the following: a statement of the Offeror’s experience record, the type of concerns for which the work was performed, a statement by the financial institutions with which the Offeror conducts business and a list of contracts, if any, on which failure to complete within the specified time resulted in the assessment of liquidated damages

Complete financial statements for the last two years, including Statement of Financial Position (Balance Sheet), Results of Operations (Income Statement), Statement of Changes in Financial Position (Net Change in Resources), Statement of Current, and Retained Earnings.

21.

Proposal Format Instructions/Requirements

The Offeror shall submit their Proposal as follows:

Proposal Format

The original of Volumes I and II shall be unbound and shall have the RFP number, the Offeror’s identity, volume number, and volume title printed on the cover page. Volumes shall be submitted in the following order:

1. Volume I – Cost/Price, One (1) original and One (1) electronic copy of Volume I submitted on Universal Serial Bus (USB) Drive. All information relating to cost or pricing data must be included in Volume I. Under no circumstances shall cost or pricing data be included elsewhere in the Offeror’s proposal.

2. Volume II – Technical, One (1) original copy and Five (5) electronic copies of Volume II submitted on Universal Serial Bus (USB) Drives; technical proposal shall not include cost/pricing data

3. Volume III – Contractual, One (1) original copy and Five (5) electronic copies of Volume III submitted on Universal Serial Bus (USB) Drives, of the completed signed Solicitation documents to include Representations, Certifications, Pre-Award Data, Certificate of Insurance, DBE Requirements per Appendix B and Amendment, if any.

Offerors are directed to the specific proposal evaluation criteria found in Section 25 of this Solicitation, PROPOSAL EVALUATION CRITERIA. The Offeror shall respond to each factor in a way that shall allow the Authority to evaluate the Offeror’s response. The Offeror shall submit information in a clear, concise, factual and logical manner providing a comprehensive description of the program. The information requested below for the technical proposal shall facilitate

evaluation and Best Value source selection for all proposals. The technical proposal must contain sufficient detail to provide a clear and concise representation of the requirements in the statement of work.

(29)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 29 of 280

Technical Proposal

Technical proposals must provide a detailed description of how the Offeror intends to use innovation, complete the construction, and meet or exceed the performance goals set for in this RFP. The technical proposal must clearly indicate the Offeror would proceed if awarded the contract. In addition, the Offeror must provide a detailed description of how the proposed approach will enable the project to be constructed faster, safer with higher quality, and with improved Authority satisfaction.

The technical proposal must be organized as follows:

a) Title Page: (Limited to One (1) page) The Technical Proposal must contain a Title Page. b) Cover Letter: (Limited to Two (2) page) The Cover Letter will be signed by an officer

authorized to make a binding commitment for the firm(s) making the Proposal. The cover letter shall include:

 The RFP Number

 Offeror name, address, telephone and facsimile numbers, and website address of the Offeror (if applicable)

 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

 Names, titles, phone & facsimile numbers and electronic mail (Email)

addresses of persons authorized to negotiate on the Offeror’s behalf with the Authority in connection with this solicitation and;

 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

 This letter shall include acknowledgement of all addenda issued by WMATA c) Table of Contents: (Limited to no more than Two (2) pages) The Technical Proposal must

contain a Table of Contents that delineates all the sections in the Proposal.

d) Executive Summary: (Limited to no more than Four (4) pages, including matrix) The Offeror shall provided a short executive summary that describes the significant attributes of its proposal. The Offeror must specifically address their capability to perform work at multiple locations simultaneously and demonstrate their organizational structure and personnel that will support the execution of work at multiple locations. This executive summary will include a matrix/table that maps each of the factors/sub-factors to a specific section/page/paragraph within the Offeror’s proposal. See Table A for sample matrix

(30)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 30 of 280

Table A – Sample Matrix

Sub-Factor Reference Section in Proposal

Page in Proposal

Paragraph in Proposal

Factor 1: Past Performance Similar Scope & Size

Tab H – Page 1-6

Paragraph 1 Factor 2: Organizational Chart and

Key Management Roles

Management practices Tab B – Page 2-5 Tab J – Page 4-9 Paragraph 5

e. The information supplied shall be closely aligned with the procurement under

consideration and shall be free of ambiguities. Ambiguous statements or statements with dual meaning will be interpreted in the manner representing the best interest to the Authority. The Offeror shall be responsible for the validity of information supplied by potential subcontractors. While any and all pertinent information is essential to a successful technical proposal, it should be noted that voluminous proposals containing nonessential information are undesirable.

The proposal shall be formatted as presented in the SOW for ease of correlation. Each response to a paragraph will use the same paragraph numbering systems as the specification, and shall be self-sustaining without reference to any other response or literature for support.

22.

Restriction on Disclosure and Use of Data

The Authority shall provide all reasonable precautions to insure that proprietary, technical and pricing information remains within the review process. Offerors shall attach to any proprietary data submitted with the following legend:

(1) “This data furnished pursuant to this RFP shall not be disclosed outside the Authority, be duplicated, or used in whole or in part, for any purpose other than to evaluate the offer; provided that, if a contract is awarded on the basis of that offer, the Authority shall have the right to duplicate, use, and disclose this data, in any manner and for any purpose whatsoever

(2) This information does not limit the Authority’s right to use information contained in this data if it is or has been obtained by the Authority from another independent legitimate source

(3) Except for the foregoing limitation, the Authority may duplicate, use, and disclose in any manner and for any purpose whatsoever and have others so do, all data furnished in response to this Solicitation

23.

Award

The Authority reserves the right to award one or multiple contracts for all line items in the schedule of prices resulting from this Solicitation.

(31)

RFP:FQ13032/WJG CONTRACT NO.FQ13032

Page 31 of 280

24.

Basis for Award

Award will be made to that Proposer:

(1) Whose offer is judged by an integrated assessment of the evaluation criteria to be the most advantageous to the Authority based on technical merit and price (“best value”) after evaluation in accordance with the factors in the Solicitation. The Authority will give preference to proposals that are based on the supply of fire alarm systems that are fully interoperable with the current WMATA fire alarm systems, and

(2) That the Authority deems responsible in accordance with WMATA Procurement Procedures Manual

(3) The technical merit of the proposal is more important than the price, and price must be fair and reasonable

(4) The Authority may select other than the lowest price proposal if it is determined by value analysis, or technical/cost tradeoffs, that the proposals becomes more technically equivalent, then price becomes more important

(5) Offerors are advised that award may be made without discussion or any contact with the Offeror concerning the offer received. Therefore, the Offeror’s initial proposal should contain the Offeror’s best terms from a cost or price and technical standpoint. The Authority 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.

(6) The Authority retains the right to require oral presentations from Offerors whose proposal is deemed technically acceptable.

(7) Price evaluation will be based on the sum of the total estimated prices of the base contract and any options

(8) Affordability – The price proposals will be assessed fo

References

Related documents

LowbIntensity$Exercise$Recommendations: •%L Keep4it4light,4and4use4it4as4a4way4to4sneak4some4added4fat4loss4in4the4einal4phases4 of4your4transformation4(einal44X64weeks)

If Contractor shall fail to remedy such breach within five (5) business days after written notice by MTD, Contractor will be liable for any and all costs, liabilities, damages

(G) If a commercial alarm system user fails to pay the excessive false alarm fee within 30 days after the date of the initial notice and no appeal hearing is pending, the Sheriff

All fire alarm systems shall report to the Central Fire Alarm Monitoring System by floor, zone, and type of device (i.e., water flow, manual pull, smoke detection, heat

The Terminal then uses the AUTHENTICATE command in GBA security context (NAF Derviation Mode) (see 7.1.1). The response is sent to the Terminal. This HTTP-Digest security request

Study about the influence of mix marketing to purchasing decision is also done by (NGUYEN et al. 2015) it confirms a significant positive relationship between the variables of

Rapeseed meal hydrolysate as substrate for microbial astaxanthin

Authentic for the old testament books of the early church of the scope of hebrews, and earnestness found in righteousness, these charges true author who they preached.. revised