1.24 TASK ORDER ISSUANCE PROCEDURES
(a) Work under this contract will be ordered by written Task Orders issued on DD Form 1155 (Order for Supplies or Services) to the contractor by the Contracting Officer.
(b) Each award as a result of this solicitation will cite an individual contract number. Individual Task Orders will be placed in a sequential numbering system, which relate back to the basic contract and their assigned Task Order Number.
(c) The Government will not be obligated to reimburse the contractor for work performed, items delivered, or any costs incurred, nor shall the contractor be obligated to perform, deliver, or otherwise incur costs except as authorized by duly executed Task Orders.
(d) Task Orders will be firm fixed price and clearly define the specific services to be performed or the performance desired. Each Task Order will contain applicable clauses and provisions.
(e) Task Order projects may be non-complex performance oriented tasks requiring minimal design, may be complex construction requiring design development for design-build construction, or a combination thereof. The Task Order may not have traditional plans and specifications but may include sketches, and requests for catalog cuts, and other submittals. The following describes the procedures for each type of requirement the Task Order could present:
(1) Contractor-Provided Design - Minimal Design-Build: The Task Order RFP will provide competing offerors a design-build statement of work (SOW) and supporting information necessary for the offeror to understand the project requirements in order to prepare their technical and price proposals. The essential elements of the SOW include:
Goals and Objectives: The RFP will state the overall goals and objectives of the facility. These may include general style and use of the proposed facility.
Project Description: The project description will provide general information about the type and size of the proposed facility, provide an overview of the design-build process, outline the proposed project schedule, and provide a narrative describing the A-E services required from the design-build contractor.
Drawings and specifications: A-Es should use restraint in the level of detail and number of drawings prepared. The table below outlines the appropriate level of detail for a design-build project of 'normal' complexity.
Note: The specifications will vary in level of detail but should parallel the 16 divisions established by the Construction Specifications Institute (CSI). A performance specification may be as simple as to require conformance to regulatory and industry standards such as Uniform Building Code (UBC), National Electric Code (NEC), American Society of Heating, Refrigeration and Air Conditioning Engineers (ASHREA), or listing acceptable manufacturers and general characteristics of the system. Detailed specifications may specifically identify the salient characteristics, the manufacturer and model number, or equal, with specific installation requirements. If detailed specifications are required, include specific text or reference commercial standards.
Design Element | Specifications | Narrative | Level of completion of design drawings | ||||
10% | 20% | 35% | 65% | 95% | |||
Site | Prescriptive | Yes | * | * | * | ||
Utilities | Performance | Yes | * | * | |||
Floor Plan | N/A | No | * | * | * | ||
Elevations | N/A | No | * | * | |||
Finishes | Prescriptive | No | * | * | * | ||
Schedules | Prescriptive | No | * | * | * | ||
HVAC | Performance | Yes | * | * | |||
Plumbing | Performance | Yes | * | * | |||
Controls | Performance | Yes | * | * | |||
Power | Performance | Yes | * | * | |||
Lighting | Prescriptive | Yes | * | * | * | ||
Fire Protection | Performance | Yes | * | * | |||
Foundation | Performance | Yes | * | * | * | ||
Floor Framing | Performance | Yes | * | * | * | ||
Roof Framing | Performance | Yes | * | * | |||
Details | Performance | Yes | * | * | |||
Definitions:
Prescription: Specifications define the specific material and/or process to be used in the project.
Performance: Specifications define the use or condition of the end product without providing specific details.
Narrative: General specifications defining the concept, content, and need for the facility or components.
The Task Order RFP will provide contractors with as much information as possible regarding the existing conditions of the site and any pre-existing structures. Examples include reports of geotechnical and environmental findings and as built conditions of facilities to be demolished. The design build contractor is fully responsible for an acceptable foundation.
MACC Contractors shall also provide a price proposal and a proposed performance period. The Government will evaluate submitted proposals as stated in the Task Order RFP. Only the successful offeror will be required to proceed with subsequent design effort to the 60% or 100% level, (as stated in each Task Order) and execute construction.
(2) Construction Only: MACC Contractors shall be provided a previously accomplished design which may be representative of a 35%, 65%, 95% or 100% design consisting of drawings, specifications, design analysis and/or other documentation as required by the Task Order SOW. Based on this completed design, MACC Contractors shall provide a price proposal and may be required to include a proposed performance period (as stated in each Task Order). The Government will evaluate submitted priced proposals in accordance with Task Order requirements. Only the successful offeror will proceed with construction.
(3) Two Phase Design-Build: This process shall be used when the contracting officer determines (1) three or more MACC contractors are expected to participate, (2) design work must be performed by MACC contractors before developing price or cost proposals, and the contractors may incur a substantial amount of expense in preparing offers, and (3) the following criteria have been considered:
- The extent to which the project requirements have been adequately defined.
- The time constraints for delivery of the project.
- The capability and experience of the MACC contractors.
- The suitability of the project for use of the two-phase selection method.
The MACC contractors will be provided a scope of work that defines the project and states the Government's requirements. The scope of work may include criteria and preliminary design, budget parameters, and schedule or delivery requirements.
Phase One Evaluation: Proposals will be evaluated as pertains to technical approach (but not detailed design or technical information), the specialized experience and technical competence of the design-build team including team capability, past performance of the design-build team, and other factors as appropriate. Since contractors will incur as expense in development of designs under the phase two portion of the two-phase design-build process, the task order shall state the maximum number MACC contractors responding to phase one that will be selected to submit phase two proposals.
Phase Two Evaluation: Generally, the maximum number of MACC contractors selected to submit proposals under phase two shall not be less than three nor exceed five, unless the contracting officer determines, for that particular task order, that a number greater than five is in the Government's interest and is consistent with the purposes and objectives of the two phase design-build process. The phase-two evaluations criteria shall be as stated in the task order RFP and will generally consider design concepts, management approach, key personnel, proposed technical solutions. Phase two of the task order shall require submission of technical and price proposals pertinent to the described requirement and each shall be evaluated separately.
(f) Task Orders may be modified by the Contracting Officer. Modifications to Task Orders will be issued on Standard Form (SF) 30 and cite the Task Order Number.
(h) Task Orders shall be issued by Contracting Officers assigned to: 375th Contracting Squadron, Scott AFB, Illinois.