Past Performance Information



Critical Information Specific to Schedule 56The information provided in this document is specific to Schedule 56. Before submitting your offer, please ensure you have met all of the requirements outlined in this document that are applicable to the products or services you are offering, as well as any other applicable general requirements listed in the solicitation attachments (e.g. Information and Instructions to Offerors, Corporate and Project Experience, Commercial Sales Practices Format, etc.).Any offer submitted after March 4, 2016 MUST be submitted with attachments from the Solicitation dated February 4, 2016 (Refresh 28). Offers received after March 4, 2016 that are submitted with documents on versions prior to Refresh 28 will be rejected as non-responsive.The eOffer system is limited in the number of required documents needed to substantiate a complete offer. There are most likely a number of additional documents you will need to upload in order for your submission to be considered complete. Anything that is not a required document in eOffer should be uploaded as an optional document. You can upload as many ‘Optional’ documents as needed to meet the solicitation requirements. For any document that is ‘Required’ but not applicable to your submission (i.e. – you are a small business but the Subcontracting Plan is a required document) you may upload a statement on company letterhead stating that the requirement is not applicable to your submission and the reason why it is not applicable.If you are offering services, please see the attachment titled Schedule 56 – Services Pricing Proposal for critical information pertaining to the submission of these services. Offers for stand- alone services subject the Service Contract Act (SCA), such as repair or maintenance services, must include copies of Wage Determinations applicable to the location(s) of expected performance.If your current Commercial Price List (CPL) does not cover the majority of the period for your past sales reported in paragraph one (1) of the Commercial Sales Practices Format (CSP-1), you must provide a copy of the CPL that was in effect during that period.Effective January 17, 2011, products added by modification to current contracts or awarded under new contracts for Special Item Numbers (SINs) 206-4, Energy Saving Lighting, Energy Efficient and/or Environmentally Friendly Lamps (light bulbs) Lighting Fixtures and Accessories, Indoor Emergency Lighting, Reading Lights, Lighting Sensor Systems ; 563-25, Plumbing Products and Bathroom Fixtures; 563-28, Industrial and Commercial Electric and Gas Water Heaters, Boiled Water Heaters, including options and accessories, either by new offer or modification must meet the following Government standards. Executive Order 13514 () requires that 95% of all new contracts include products that are energy-efficient (ENERGY STAR qualified or Federal Energy Management Program (FEMP) designated). In order to begin implementation of that order, GSA has designated these three SINs on Schedule 56, which will require “green” qualifications where applicable. For SIN 206-4, all light bulbs including fixtures with light bulbs, must meet Energy Star or Federal Energy Management Program (FEMP) requirements (where applicable), and be qualified Energy Star or FEMP compliant. Energy Star lighting specifications can be obtained through the website at . Information on how products earn the ENERGY STAR label can be found at. Energy Star is a joint program of the U.S. Environmental Protection Agency and the U.S. Department of Energy helping us all save money and protect the environment through energy efficient products and practices. Product designation process for FEMP can be found at . For SIN 563-25 all toilets, urinals, bathroom faucets and shower heads must meet WaterSense requirements and be certified as WaterSense compliant by obtaining certification through the U. S. Environmental Protection Agency (EPA) at . For SIN 563-28, all gas water heaters must meet either Energy Star or Federal Energy Management Program (FEMP) requirements and be certified Energy Star or FEMP compliant. Certification for Energy Star can be obtained through the website at .Product designation process for FEMP can be found at . The offeror must make an affirmative statement that the products offered are compliant with the applicable standard and the products are listed on the Energy Star, FEMP or EPA website. Dealers using their own part numbers must also list the corresponding manufacturer part number. To determine if you are submitting items that are listed in one of the luminaries specifications for items offered under SIN 206 4 please go to and review the ENERGY STAR Luminaries V1.0 Final Specification document. If the items offered are qualified, please make that attestation in writing. Please provide a spreadsheet that references the items and the applicable qualification they meet. If they do not meet the criteria (i.e. - there is no available specifications for the items offered), please make that attestation in writing. If they do not meet the required qualifications and the qualifications are listed and available to meet, you will need to exclude these items from your offer.NAICS?Codes – You are required to update your SAM registration to reflect the applicable?NAICS?(North American Industry Classification Codes) based on the scope of the products and/or services you are offering. ? Our?solicitation limits us to selecting a finite number of?NAICS?to associate with each SIN.??If the?NAICS?listed in the solicitation do not match the scope of your offering, you will need to register the applicable?NAICS?in SAM?in addition to registering at least one of the?NAICS?reflected in the solicitation for each SIN being offered?. ?? If you certify your company as a Other Than Small business in SAM for purposes of the applicable?NAICS, your firm will be required to submit a Small Business Subcontracting Plan for approval with the offer.??A template for the plan can be found with the solicitation documentation.??Failure to submit a Subcontracting Plan if you certify as a large business in SAM will result in rejection of your offer.NOTE: ?NAICS?codes under Sectors 42, 44, and 45 shall not be used to classify Government acquisitions for supplies. ?The applicable manufacturing?NAICS?codes for each SIN shall be utilized, regardless if the?Offeror?is or is not a/the manufacturer of the products being offered. ?The non-manufacturer rule will be applicable for size determination in accordance with the requirements of 13?CFR?121.406.??Per the solicitation document Part 1 - Goods & Services in the current refresh: “Offeror must provide a full and broad offering on services and/or products.? Offers will not be accepted with only limited item/offering (product. labor category, training course, or fixed-price service) unless it represents a total solution for the Special Item Numbers (SINs).”If the products or products being offered require services to provide a total solution to the end user, then services should be offered with the initial?eOffer?submission.? Individual products are often utilized as part of a larger project for a Federal customer.? These products are purchased by a 3rd party such as a General Contractor and they then provide the services to install the needed item, thus providing the eligible Federal agency the needed turnkey solution.? Purchases of this nature by a 3rd party are not considered reportable sales under a Multiple Award Schedule contract (Unless procured under a FAR 51 deviation that allows purchase by general contractors of an item at pass through cost in order to provide the total solution to the customer. ?This is done through written authorization by the procuring Federal agency.? Purchases of this nature are small and not taken into consideration when determining if a Federal market for the items in question exists).Many Federal agencies do not have the resources to perform needed product specific installations and often times, manufacturers warranties can be voided if not installed by licensed contractors.? If the Federal agency cannot readily perform self installation of the items in question (and self installation is not a commercial practice), services must be offered to provide the customer the total solution.? Please review the solicitation for full documentation requirements related to services.? Services offered should mirror commercial practices as you will have to provide project summaries of recently completed projects with supporting detailed cost information.? Commercial practices and purchasing history will be discussed and verified through required solicitation documentation.? We will determine that scope of products offered will result in direct reportable sales by eligible Federal agencies.Please provide product literature/specifications for all items offered so a determination of suitability can be made. Offers will not be accepted if this determination cannot be made. If there are a large number of spec/product literature sheets, please upload these into several large files as opposed to a large number of small files.Financial documentation (Income Statement and Balance Sheet) from your firm’s last 2 fiscal years must be submitted with your Schedule 56 offer (For all offers – products or services or some combination of). Your offer will be rejected if these are not provided.Please provide a copy of your standard commercial warrant and restocking policy.Please note with all offers, the offer must be submitted by an official within the company – CEO, President, VP, board member, etc.. If the offer is digitally submitted by an employee where it cannot be determined that they can financially commit the company, a letter must accompany the offer allowing the digital signer in question to have the authority to submit the offer on behalf of the company. The letter needs to be written and signed by someone who can financially commit the company. For offers submitted by a 3rd party agent or consultant, please include at a minimum one employee of the company with the authority to sign contract documents as an authorized negotiator.Manufacturer Part Number (MPN) data must be submitted for all products. The Offeror must ensure that the MPN for each proposed product reflects the actual number assigned. Universal Product Code Type A (UPC-A) data must also be submitted for all products for which this information is commercially available. If MPN (and UPC-A data, if commercially available) is submitted incorrectly or not submitted, the associated product may not be awarded.All post-award documents (Modification package, Option package, etc.) will no longer be posted in FedBizOpps with the solicitation. Rather, they will be located on the Greater Southwest Acquisition Website. To access this website, please go to and keyword search ‘Post Award Schedule 56’ to access all post award documentation.If offering buildings under FSC 54 (SINs 361 10A, 361 10B, 361 10D, 361 10E, 361 10G, or 361 10H) using computerized pricing, you will be required to provide pricing for the four sample buildings located at the end of this document. Pricing for sample buildings must be added to GSAdvantage and shall be reflected as “Building Sample 1”, “Building Sample 2”, “Building Sample 3” and “Building Sample 4”.Note the following significant changes with Refresh 27:SIN additions:The following SIN has been added:361 51 --- Lease/Rental of Pre-Engineered/Prefabricated Restrooms and Utility Rooms: Including, but not limited to, portable toilets, port-a-potty, restroom trailers, shower trailers, comfort stations, and laundry rooms – any may contain recycled content or biobased materials. Support services for the rented facilities may also be included. Lease/Rental of portables, restrooms and laundry is suitable for support of emergency and disaster recovery efforts. If products offered under this SIN require installation, and the cost to install these items is substantial in nature, you will be required to provide the turnkey solution in order for your offer to gain consideration. Services should be offered under a combination of SINs 361 30 and 361 32 depending on the scope of services to be performed.SIN language revisions:The following SIN titles and/or descriptions are updated:563 4 --- Roofing Materials, Products and Services Solutions: Including sustainable, energy efficient/savings solutions, and installation and site preparation, related to and ordered in conjunction with products for repair or replacement of an existing roof. Roofing product solutions include, but are not limited to: cool roofs, vegetative roofs, roof coverings, including tarps suitable for support of emergency and disaster recovery efforts; coatings; single or multi-ply membrane; retro-roof systems; hot or cold laid roofing felts; shingles (excluding wood shingles); asphalts; tar; insulation; and associated application materials. Services include, but are not limited to: design assistance for roof information management system; training and consultation; performance warranty/monitoring; roof maintenance; roof inspection; removal and proper disposal of debris; installation and site preparation; design assistance for roof information management system; training and consultation; asbestos analysis core testing/surveys; removal and disposal of asbestos; lead analysis testing/surveys; moisture analysis; wind uplift testing; and infrared scanning. ?Special ordering procedures, which include Davis Bacon wage rates and construction clauses for installation and site preparation, apply to this SIN. EXCLUDES Architectural Engineering Services (A&E) under the Brooks Architect-Engineers Act as stated in Federal Regulation (FAR), Part 36. Energy Star, recycled content, or biobased materials may be available.412 50 --- Ancillary Service Related to Alternative Energy Solutions and Power Distribution Equipment: Commercial services related to and ordered in conjunction with products purchased under the supply Schedule contract. Including, but not limited to, services such as simple installation (design through startup), maintenance, and training. EXCLUDES: Construction as defined by FAR 2.101; Architectural Engineering Services (A&E) under the Brooks Architect-Engineers Act as stated in Federal Regulation (FAR) Part 36; personal services; and stand-alone services applicable to the Service Contract Act.357 98 --- Ancillary Services Relating to Warehouse Equipment and Supplies, Relating to and Ordered in Conjunction with Products Purchased Under the Supply Schedule Contract - Including but not limited to installation, start up, maintenance, repair, operator instruction/training, and consultation services. Excludes Construction as defined under FAR 2.101; Architectural Engineering Services (A and E) under the Brooks Architect- Engineers Act as stated in Federal Regulation (FAR) Part 36; and stand-alone, commercial services applicable to the Service Contract Act.641 6 --- Water Treatment Solutions, including Water Filtration Systems, Water Purification Systems, Sewage Treatment Equipment/Systems: Including, but not limited to, systems that filter out harmful bacteria and parasites using replaceable filter media; units to prepare water for consumption by persons without access to safe water supplies; and storage units for treated/potable water, including options and accessories equipment for a sewage treatment facility and/or pretreatment of sewage wastewater generated by a small municipality; Septic Treatment Systems; Septic Tanks, Distribution station, lateral field plumbing station & all associated fixtures, Water treatment systems designed to capture, clean, re-use or pre treat wastewater. These commercial unit(s) should remove contaminants (such as oil, soluble oil, grease and soil) from a waste stream & then automatically store the cleaned water for re-use. The unit(s) treats water from high-volume, stream or pressure cleaning operations, such as motor pool cleaning, road maintenance equipment cleaning & tool parts cleaning. Also includes, Feeder System Units consisting of one or more pumps, with or without injector connections, hose & necessary fittings. Units Designed to introduce chemicals or chemical solutions used for water purification purposes, including options and accessories. NOTE: Commercially available septic system treatments may include products which meet the requirements of the U.S. Environmental Protection Agency Safer Choice Products Program.OFFERORS UTILIZING COMPUTERIZED PRICING SOFTWARE IN LIEU OF A COMMERCIAL PRICE LIST, MUST SUBMIT PRICING SAMPLES FOR THE FOUR SAMPLE BUILDING SPECIFICATIONS PROVIDED BELOW:Building Sample 1Location:Bossier LAProfile TypeDbl SlopeBuilding Width114' 0"Ridge Location57' 0"Left Roof Slope1.000:12Left Actual Eave Ht.21' 0"Building Length195' 0"Ridge Height25' 9"Right Roof Slope1.000:12Right Actual Eave Ht.21' 0"LOADSPrice Code/YearIBC 12 International Building Code - 2012 EditionUse Category1General UseSite ExposureCCoastal/InlandDSpectral Response Acceleration (Ss)17Spectral Response Acceleration (S1)8Seismic Importance Factor1.00Wind Speed90.00mphWind Importance Factor1.00Basic Wind Pressure16.06sfWind EnclosureEnclosedLive Load20.00sfGround Snow Load5.00Snow Importance Factor1.00Design Roof Snow Load5.00sfExposure of RoofPartially ExposedThermal ConditionNormal (heated)Collateral Load3.00sfBuilding Sample 2Location:Orange CAProfile TypeDbl SlopeBuilding Width100' 0"Ridge Location50' 0"Left Roof Slope1.000:12Left Actual Eave Ht.17' 0"Building Length105' 0"Ridge Height21' 2"Right Roof Slope1.000:12Right Actual Eave Ht.17' 0"LOADSPrice Code/YearIBC 12 International Building Code - 2012 EditionUse Category1General UseSite ExposureCSeismic Zone4Soil ProfileDNear Source Factor (NA)1.2Near Source Factor (NV)1.6Seismic Importance Factor1.00Wind Speed80.00mphWind Importance Factor1.00Basic Wind Pressure18.23sfWind EnclosurePartially EnclosedLive Load20.00sfGround Snow Load0.00sfSnow Importance Factor1.00Design Roof Snow Load0.00sfExposure of RoofPartially ExposedThermal ConditionNormal (heated)Collateral Load5.00sfBuilding Sample 3Location:WorcesterMAProfile TypeDbl SlopeBuilding Width25' 0"Ridge Location12' 6"Left Roof Slope1.000:12Left Actual Eave Ht.18' 0"Building Length40' 0"Ridge Height19' 0 1/2"Right Roof Slope1.000:12Right Actual Eave Ht.18' 0"LOADSPrice Code/YearIBC 12 International Building Code - 2012 EditionUse Category1General UseSite ExposureCCoastal/InlandInlandSeismic Acceleration0.15Seismic Velocity0.15Soil ProfileS4Seismic Importance Factor1.00Wind Speed80.00mphWind Importance Factor1.00Basic Wind Pressure18.00sfWind EnclosureEnclosedLive Load20.00sfGround Snow Load50.00sfSnow Importance Factor1.00Design Roof Snow Load35.00sfExposure of RoofPartially ExposedThermal ConditionNormal (heated)Collateral Load7.00sfBuilding Sample 4Location:ForrestMSProfile TypeDbl SlopeBuilding Width64' 0"Ridge Location32' 0"Left Roof Slope1.000:12Left Actual Eave Ht.22' 0"Building Length160' 0"Ridge Height24' 8"Right Roof Slope1.000:12Right Actual Eave Ht.22' 0"LOADSPrice Code/YearIBC 12 International Building Code - 2012 EditionUse Category1General UseSite ExposureCoastal/InlandSeismic Acceleration0.05Seismic Velocity0.05Soil ProfileS4Seismic Importance Factor1.00Wind Speed88.00mphWind Importance Factor1.00Basic Wind Pressure17.66sfWind EnclosureEnclosedLive Load20.00sfGround Snow Load5.00sfSnow Importance Factor1.00Design Roof Snow Load5.00sfExposure of RoofPartially ExposedThermal ConditionNormal (heated)Collateral Load3.00sf ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download