Questions & Answers

If you do not see your question answered below, please feel free to email us your questions at pascal2 [at] llnl.gov (pascal2[at]llnl[dot]gov) and michlig1 [at] llnl.gov (michlig1[at]llnl[dot]gov) and we will get back to you as soon as we can.

 

Answers to Questions Submitted by Potential Offerors

1. What is CHAMP?

A: CHAMP refers to the Cooling and Heating Asset Management Program. For additional detail, refer to the RFP Section entitled, "COOLING & HEATING ASSET MANAGEMENT PROGRAM (CHAMP): BACKGROUND & DESCRIPTION) A-E / CONSTRUCTION MANAGEMENT EFFORT."

2. Can the Subcontractor perform construction with its own workforce?

A: No. The CHAMP Subcontractor shall provide A-E and Construction Management services. The CHAMP Subcontractor shall compete the construction work to lower tier subcontractors and manage them in accordance with the Master Task Agreement (MTA) Statement of Work, entitled, "Architectural-Engineering, (A-E), Procurement & Construction Management for HVAC Systems." Refer to sections I and III, paragraph C. This maximizes competition for the construction work.

3. It is our understanding that the Master Task Agreement identifies in general terms the types of work required under the agreement and the general requirements and provisions for performance, correct? Under the MTA, LLNS shall award firm fixed price subcontracts known as "Task Orders" that define the specific scope for the A-E and Construction Management projects to be performed at the Participating Sites, correct?

A: Yes, and yes.

4. When performing work under the MTA and Task Orders, the Subcontractor’s privity of contract relationships is with whom?

A: Regardless of where the work is performed under a given task order, both the privity agreement and of subcontract relationships shall always be with Lawrence Livermore National Security, LLC (called "LLNS"). When providing A-E services or construction management services at a Participating Site, the Subcontractor shall, in the event of a conflict, defer to the Participating Site-Specific Requirements located on https://llns-champ.llnl.gov. As the Construction Manager, the Subcontractor shall, in turn, have a privity of subcontract relationship with its lower-tier build subcontractors. In accordance with Section V, Paragraph C. 1.e. of the MTA Statement of Work, the obligations of the Subcontractor as detailed therein, including the development of the purchasing system and methods, and purchases made pursuant thereto, shall not relieve the Subcontractor of any obligation under the MTA (including, among other things, the obligation to properly supervise, administer, and coordinate the work of lower-tier subcontractors). Lower-tier subcontracts shall be in the name of the Subcontractor, and shall not bind or purport to bind LLNS, the U.S. Government or any Participating Site.

5. Will all Task Orders let under the MTA be fixed price?

A: Yes

6. What are the tax requirements with respect to the various Participating Sites under the MTA?

A: In accordance with the RFP Provision entitled, "Taxes", the MTA Article entitled, “Price” and General Provisions applicable to both the A-E and Construction Management Task Orders, the Subcontractor shall be liable for all applicable taxes in accordance with FAR 52.229-3 Federal, State, and Local Taxes (Feb 2013), and those taxes should be included in the Task Order price. For example, work performed at Los Alamos National Laboratory would be subject to the New Mexico Gross Receipts Tax.

7. Which DOE/NNSA sites are participating in the CHAMP?

A: Refer to Article 3 Paragraph B. 3. Of the Sample MTA for listing. LLNS reserves the right to augment or reduce this list of participants at any time.

8. Which DOE/NNSA sites will we have to visit in order to become familiar with the diverse needs across the DOE/NNSA complex?

A: Refer to the RFP Section entitled, "Participating Site Inspection." Once LLNS has received all confirmations from Offerors intending to respond to the solicitation, it will coordinate the group visit and provide appropriate schedule, security and directions to those parties intending to attend the Participating Site Inspections.

9. It is our understanding LLNS intends to issue a Task Order under the MTA to the successful offeror for one year of Program Management Support and this order will be separate from the project specific A-E and Construction Management Task Orders. What is the purpose of this Program Management Task Order and what level of support is LLNS looking for?

A: The purpose is to secure continuity of service programmatically. LLNS will likely renegotiate requirements for this Task Order annually as required. For additional detail, refer to RFP Section entitled, "Price Proposal" and item 4 of the price proposal evaluation discussion wherein the following is stated: "The objective of Program Management Support will be to ultimately create a Task Order to secure continuity of service for estimated necessary talent to establish and sustain the CHAMP through its initial year of programmatic planning with key personnel. Specifically, LLNS desires the Subcontractor to provide Program Management Support to accomplish Program Management – Program Administration Tasks as outlined under Paragraph V. 8. A. Program Management – Program Administration of the MTA SOW entitled, " ARCHITECTURAL-ENGINEERING, (A-E), PROCUREMENT & CONSTRUCTION MANAGEMENT FOR HVAC SYSTEMS." Level of effort is also estimated in RFP by labor category.

10. Is this a sealed bid solicitation?

A: Refer to forthcoming RFP Amendment 1, deleting the Sealed Bid requirement.

11. Several references are made throughout the documents to "INDEMNIFICATION AND INSURANCE PROVISIONS FOR DESIGN-BUILD CONSTRUCTION SERVICES - CHAMP" document, but that document was not found on the website. Please provide.

A: The document "INDEMNIFICATION AND INSURANCE PROVISIONS FOR DESIGN-BUILD CONSTRUCTION SERVICES -CHAMP" can be found under the Participating Site TAB. Select "LLNL" under the drop down and then refer to the heading "CHAMP documents." All documents referenced in the RFP that cannot be found under the solicitation tab are located under the Participating Site "LLNL" drop down.

12. Does the prime have to be an A/E firm, or can it be a construction management firm?

A: The prime can be a construction management firm, but the offeror's proposal should describe how the A-E capabilities will be provided and secured on a regular basis and the nature of the business relationship with the A/E firm. LLNS will consider teaming arrangements as defined in FAR Part 9.6.

13. Can a team submit a proposal to work at only one or selected sites?

A: No.

14. When will weekly site visits occur?

A: There are no weekly site visits. The itinerary for the Participating Site Inspection for all offerors will be published in an upcoming Addendum and the CHAMP Website.

15. Please confirm that the use of Microsoft Project, version current as of January 2023, is the preferred scheduling method for this effort at all sites.

A: Yes, per the MTA Statement of Work, Microsoft Project, the current version as of 2023, is the preferred scheduling method for this effort at all sites.

16. Please define consequential damages and the maximum extent of this liability.

A: "Consequential damages" is a common legal term and LLNS applies it as such in the RFP. LLNS has not set a maximum extent to this liability.

17. Please clarify / confirm that our price proposal is to be submitted ONLY electronically via the SCMC Portal, and that the technical proposal is to be submitted via the SCMC Portal, as well as a hard copy and CD being mailed to Ms. Tracey Lewis – or should they Are Hard Copies and CD proposal acceptable provided they are submitted the same as the electronic proposals.

A: No, Per RFP Amendment 1, Offerors will be instructed to submit Pricing and Technical proposals separately electronically to Roosevelt Pascal (pascal2 [at] llnl.gov (pascal2[at]llnl[dot]gov)) and Nicholas Michlig (michlig1 [at] llnl.gov (michlig1[at]llnl[dot]gov)). No hard copies or CDs are required.

18. Are we correct to assume that the Offeror’s Representations and Certifications are to be presented in our Price proposal?

A: No, provide the Representations and Certifications with the Technical Proposal.

19. Should we include a copy of a Teaming Agreement with any Subcontractor in our proposal, and if so, are we correct to assume that it should be presented in our Price proposal?

A: No. Include with the Technical proposal in lieu of the Price Proposal.

20. Key Personnel Resumes are requested in both the Execution Approach and Organizational Structure and Past Performance sections of the RFP. Please clarify which section of our proposal should contain the actual resumes.

A: LLNS references resumes for Key Personnel under paragraph B of the Performance Attributes and resumes for organization under Paragraph A of performance features because resumes are beneficial in both contexts for key personnel and the discussion of the offeror’s organizational structures as a whole. Since offerors may wish to include resumes for more than just key personnel, LLNS leaves the decision of where to locate the resumes in the proposal up to each offeror. Offerors may also cross reference one section of the proposal to another to preclude having to place resumes in multiple locations in the proposal.

21. If a proposing small business company reports to a corporate home office which is audited by an independent CPA, will the small business financial statement components be sufficient? Or will you require the full set of audited financial statements including the corporate home office?

A: The small business financial statement components will not be sufficient. We require the full set of audited financial statements for both the small business and its corporate home office.

22. Can you please clarify the small business requirements of the RFP? Section 2.0 lists the small business size standards applicable to this RFP. The paragraph on Teaming Arrangements indicates the solicitation is NOT set-aside for proposal from small businesses. The model Small Business Subcontracting plan does not establish any small business subcontracting requirements.

A: This solicitation is not set-aside for small businesses. LLNS does not specify small business subcontracting goals in the solicitation. When the MTA is awarded, the successful offeror will be required to complete the blank model subcontracting plan identified in Article 1 of the MTA entitled "Incorporated Documents" and submit it for LLNS consideration as part of task order proposals in accordance with MTA Article 19 entitled "Small Business Subcontracting Plan."

23. Would LLNS like Offerors to provide the names of key personnel that could work under Program Management Task Orders.

A: Yes, and provide resumes.

24. Will there be Nuclear Quality Assurance-1 work under the agreement?

A: No. All sites do their own subcontracts for this type of effort. LLNS will not subcontract for Nuclear Quality Assurance-1 work on behalf of another M&O.

25. Some sites say they will provide escorts for construction management task orders; others say to subcontract. What will be the practice?

A: Sites should provide escorts for security at their sites as a matter of practice. In the unlikely event they cannot, LLNS will work with the CHAMP subcontractor and the sites to address this additional scope.

26. Do we provide a small business subcontracting plan with the CHAMP proposal for the MTA if we are a large business?

A: No. Per the MTA Article 19 entitled, “Small Business Subcontracting Plan,” the Subcontractor provides for Task Orders as required if it is a large business concern.

27. Who secures the Bonds, the CHAMP Subcontractor or the lower-tier build subcontractor?

A: LLNS requires that the CHAMP Subcontractor secure bonds from an approved surety on behalf of the lower-tier build subcontractor, then submit them to LLNS.

28. Will the slides from the site walk presentations be uploaded to the CHAMP site?

A: We will undergo an information management review process. To the extent the slides can be loaded, they will be.

29. Will the Program Management team be required to perform the requirements of the Assessment under the cost structure of the Program Management task order, or will this be a separate cost structure under the Assessment task order only?

A: Contractor Personnel should perform work in accordance with the rates proposed in the MTA Pricing Schedule. For example, if a person who is working part-time under the Program Management Task Order also has to work under an assessment task order, LLNS would expect that party to charge its time in accordance with rates proposed for home office or on-site efforts in the MTA Pricing Schedule. It is the Offeror’s choice as to the uniformity or uniqueness of the proposed rates for all efforts in the MTA Pricing Schedule.

30. It was stated in the site visits that none of the projects will require NQA-1 approved QA plans. Will any of the projects have management levels higher than ML-4? Will the successful contractor be required to develop separate QA plans for each site and follow each of the sites different safety protocols or will there be a generic plan that can be adapted for each project?

A: There will be no NQA-1 work. Nor does LLNS envision management levels higher than ML-4. To the extent practical, LLNS will work with Subcontractors to leverage corporate Safety and QA Plans to address all needs generically. That having been said, when deemed necessary to accommodate a Participating Site-Specific need, additional requirements may be scoped in a task order.

31. Can LLNS provide the relative weighting that will be used to score the subcontractor’s proposal? How much weight will be given to the price proposal vs. performance attributes and features?

A: There are no relative weightings. LLNS engages in the tradeoff process between performance attributes and features and the pricing in order to strike the optimal balance between expected performance and overall price. LLNS discovers this through a careful evaluation of the competitive proposals the marketplace yields. For example, inferior technical performance at the cheapest prices would not be considered an optimal balance.

32. The NAICS code for the Construction Management portion of the scope has been identified as 238220 "Plumbing Heating and Air Conditioning Contractors" However, the Construction Management scope of work is more aligned with that of a general contractor which would fall under NAICS code 236220. Will LLNS consider using this NAICS code for Construction Management Task Orders?

A: No. The NAICs Code in RFP was approved by the government.

33. How are these services currently performed (in-house, contractor)? 

A: They are being provided by the incumbent Subcontractor, Burns & McDonnell.

34. If there is an incumbent, what is the estimated dollar value range for this requirement?    

A: Please refer to RFP. Section 1.0 RFP Summary, ESTIMATED USAGE, page 3, for estimated annual and five-year spend for this requirement. Note: this a multi-year, multi-transactional agreement and LLNS neither implies nor guarantees a specific quantity of Task Orders, dollar value of work or level of usage.

35. Who is the Contracting Officer? 

A: Lawrence Livermore National Security LLC has chosen Roosevelt Pascal as the Contract Analyst. LLNS Prime Contracting Officers do not manage subcontracts.

36. Is there an APFS record associated with this requirement? If so, please provide the APFS #. If not, when will an APFS record be posted.   

A: LLNS does not use the https://apfs-cloud.dhs.gov/forecast/ system. Please respond to our RFP.

37. In reviewing the RFP, I do not see the dates the walk downs will occur.  I’m in the process of identifying the attendees, therefore dates would help those I’m identifying update their calendars, get tickets, accommodations, etc.

A: Site visits will occur from 17-20 October 2022. A detailed site visit travel itinerary will be forthcoming shortly.

38. Are cleared personnel required in addition to cleared facilities.

A: Cleared personnel and facility clearances may be required for certain Task Orders. The RFP is located on the CHAMP website under the tab, “Solicitation Description,” Refer to the paragraph from the RFP below.

Access Authorization, Facility Clearance and Foreign Ownership, Control or Influence (FOCI)

Per paragraph D. of the MTA Article entitled, Delivery and Site Access, Badging Requirements, the resulting Agreement may involve access to classified information and/or special nuclear material, or unescorted access to Limited security areas which will require access authorization.  Therefore, (1) the Subcontractor must possess a Department of Energy (DOE) or Department of Defense (DOD) Facility Clearance which is based on a favorable FOCI determination, and (2) Subcontractor personnel must possess a DOE Access Authorization (clearance) appropriate for the access level.

The Subcontractor will not be granted access authorization until a signed Contract Security Classification Specification (CSCS) Form (DOE F 470.1) is received by LLNS.  Therefore, LLNS expects the Subcontractor to have or be able to obtain a DOE or DOD Facility Clearance which is based on a positive FOCI determination.  The Offeror’s proposal shall indicate whether it currently has a Facility Clearance.  If the Offeror does not have or is unable to obtain a Facility Clearance, the Offeror, at LLNS’ discretion, may be ineligible for an award or, if selected for an award, will be required to perform on a restricted basis until a Facility Clearance is granted.  If required to perform on a restricted basis, the Subcontractor would not be permitted access to classified information or special nuclear material, or unescorted access to certain security areas of the Participating Sites.

To apply for and obtain a FOCI Determination and a Facility Clearance, the Offeror must complete and submit certain electronic FOCI forms and related information, available on the DOE FOCI Electronic Submission Site Home at:  https://foci.anl.gov/, which contains additional information.

In the event this requirement must be flowed down to a lower-tier build subcontractor, LLNS will coordinate with the Subcontractor and the Participating Site prior to placement of the applicable Task Order.

39. On Page 46 of the Industry Day slides indicate we are able to request a list of interested companies.  How do we find this information? Are you able to send out to everybody?

A: Yes. A listing of the interested companies with contact details is provided at the bottom of the  Q&A.

40. How do we get access to the portal to submit the bid? How do we find this information? Are you able to send out to everybody?

A: LLNS will no longer use the Portal. Per RFP Amendment 1, Offerors will be instructed to submit Pricing and Technical proposals separately electronically to Roosevelt Pascal (pascal2 [at] llnl.gov (pascal2[at]llnl[dot]gov)) and Nicholas Michlig (michlig1 [at] llnl.gov (michlig1[at]llnl[dot]gov)).

Electronic Proposal Submission

Bidding on Cooling and Heating Asset Management Program (CHAMP) will open and close on the date and at the time specified in the RFP Summary table.  Detailed bidding instructions are provided in the Sealed Bid Instructions ENCLOSURE document included as part of this RFP.

Note: Offerors can find out how to access the portal by reading the Sealed Bid Instructions located on the CHAMP Website under the Solicitation Tab, RFP. Portal will be open by close of business Tuesday, 6 September 2022.

41. Please extend the deadline for questions until after the site visit, there may be questions from the site visit.

A: Refer to forthcoming RFP Amendment 1 for new Q&A due date.

42. Please confirm what, if any, of the prequalification requirement documents need to be submitted with the RFP response, if prequalification documents were previously submitted.

A: For copies of the Prequalification Requirements, refer to the “Solicitation Description Tab” of the CHAMP website. Links to the Prequalification Requirement Documents (Attachments 1-3) are listed in the column on the right. Offerors may submit to the LLNS Contract Analyst any time before the proposal due date via e-mail. LLNS prefers submittal of pre-qualification information as early as possible.

If submitting with the proposal, Offerors are also directed to the Request for Proposal, Section 4.0 Proposal Preparation Instructions, paragraph 1, which explains how the prequalification information is to be provided. Offerors should also consult the Electronic Proposal Submission section under PROPOSAL SUBMISSION of the RFP for procedure for submitting prequalification information.

43. Are all subcontractors also required to submit prequalification documents as part of this proposal submission?

A: Yes – see response to Question 42 above,  if they have not already done so.

44. When will the in person oral presentation and interview take place?

A: See the oral presentation process described below from the applicable passage in the RFP. Please note that oral presentations may be conducted. Therefore, no timelines have been established.

Oral Presentations and Interviews

If the Offeror is identified as a finalist, then it may be requested to make a brief oral presentation about its performance approaches and other issues concerning the CHAMP. The presentation must be given by the Program Manager and/or other participants who will be directly involved in the work to demonstrate how they will function as a team. LLNS may also interview the Offeror’s presenters immediately following the presentation. Interviews may cover the experience of the Offeror’s personnel and the depth of their understanding of LLNS’ requirements and expectations. The LLNS Contract Analyst may also wish to negotiate specific elements of the proposal or the work following the presentation.

The LLNS Contract Analyst will contact finalists to discuss the details of the meeting, the agenda for the oral presentation, and the schedule, time and location. Furthermore, the LLNS Contract Analyst will advise the Offeror what may or may not be discussed and what written material will be allowed. LLNS may videotape the proceedings and may use the videotape as part of the proposal evaluation process.

45. What does LLNL consider as recent experience? Is there a minimum or maximum number of projects considered for past performance?

A: Please refer to the Prequalification Attachment 1, Item 2, which explains what experience factors are being sought. Refer to the RFP section entitled “Past Performance.” There are no minimums or maximums. Past performance must be relevant, recent and supported with references that can be contacted.

46. Please clarify the basis for selection.  The best value approach and reverse auction bidding process does not seem to match up. How are the performance features and supplier attributes to be scored? Is there a point system or weighing of criteria?

A: LLNS is not doing a reverse auction; to preclude confusion, LLNS will delete the Sealed Bid Instructions and Offerors will be allowed to email pricing schedules separately from the Technical Proposals to the LLNS Contract Analyst.

There is no scoring, point system or weighting of criteria; refer to response to Question 31 on website as well. Offerors are directed to the passage below from Section 5.0 Proposal Evaluation of the RFP wherein the selection process is described in detail.

Basis for Selection

LLNS intends to select the responsive and responsible Offeror who satisfies the pre-qualification criteria and whose proposal contains the combination of factors offering the best overall value to LLNS.  LLNS will determine the best overall value by comparing differences in performance features and supplier attributes offered with differences in price, striking the most advantageous balance between expected performance and the overall price to LLNS.  Offerors must, therefore, be persuasive in describing the value of their proposed performance features and supplier attributes in enhancing the likelihood of successful performance or otherwise best achieving CHAMP objectives.  LLNS’ selection may be made on the basis of the initial proposals or LLNS may elect to negotiate with Offerors selected as finalists.

47. Does LLNL intend to select multiple firms for an MTA contract?  If yes, how many?

A: LLNS intends to select one firm to execute the work.

48. We note that DEAR 952.250-70, Nuclear Hazards Indemnity Agreement, is not included in either General Provisions for Architect-Engineering Services or General Provisions for Fixed Priced Construction and Design-Build Subcontracts.  In accordance with DEAR 950.7006, the Nuclear Hazards Indemnity Agreement clause is required whenever there is a risk of public liability for a nuclear incident in connection with the contract work and in contracts with A-E contractors for the design of a DOE facility which may involve risk of public liability for a nuclear incident. 

Will DEAR 952.250-70 be added to these general provisions? If not, would you clarify that the scope of work would not involve such risk of public liability?

A: Neither the MTA nor the Task Order scopes of work will involve such risk of public liability.

49. Change Order Procedures (5-27-22) (Applicable To Construction Management Task Orders) is not posted on the CHAMP portal.  Please provide.

A: Per Article 1 of the MTA, refer to the following website:  https://supplychain.llnl.gov/

50. A great deal of information is provided on the “Participating Site Information” links.   Please clarify that the terms and conditions and other documents on these links are not applicable to CHAMP until such time that a task order is awarded for work at that site.

A: When a Task Order is awarded for work at a given site, the terms concerning Security, Site Access and local Environment, Safety & Health and labor law requirements will prevail as will be indicated in the Task Order.

51.  Will all CM task orders be in a non-contaminated, clean work area?  Note that the Master Task Agreement Pricing Schedule requires bonds and insurance to be an overhead cost and that bonding and insurance costs may are different for work in clean versus contaminated work areas.  If work areas are not all “clean” could bond and insurance costs be move to the CM task orders as a direct cost?

A: In compliance with 10 CFR 851, location-based hazards are identified in the Task      Orders. While LLNS insurance and bond requirements are intended to apply to every task order in the MTA and be indirect, if there are situations where there is a unique hazard on a given task order, then LLNS may require additional insurance or bonds. If this happens, then the additional insurance and bonds will be a direct cost.

52. In reference to the Organizational Conflict of Interest clause in the RFP Provisions, we understand that any affiliates of LLNS or any affiliates of the other six operating contractors of the participating sites are considered conflicted from receiving this award.  Does this conflict of interest extend also to teamed subcontractors of LLNS or any of the other six operating contractors of the participating sites?

A: Without knowing your definition of a Teaming Subcontractor, per the CHAMP Representations and Certifications, affiliates are conflicted. The term “affiliate” shall have the meaning as defined at FAR. 2.101. If your Teaming Subcontractor is not an affiliate, then it is not conflicted.

53. Please provide information on Change Order Procedures in the CHAMP Special Provisions. Section 01 26 46, “Change Order Procedures,” is referenced on page 28; however, that section is not included in the Special Provisions.

A: The Change Order procedures are not part of the Special Provisions and the reference to the Change Order Procedures being Section 01 26 46 of the Special Provisions will be deleted via RFP Amendment 1. The Change Order Procedures are incorporated into the MTA as an Attachment to Article 1 and they are located on the  https://supplychain.llnl.gov/ website under Supplier Information, Special Provisions page.

54. Please provide information on Applications for Payment in the CHAMP Special Provisions. Section 01 29 00, “Applications for Payment,” appears to be missing from the Special Provisions.

A. The “Applications for Payment Section” does not exist in the Special Provisions. It is located in the Payment Article of the Sample Construction Management Task Order. The Application for Payment is also referenced as an attachment to the Article 1, Incorporated Documents Section of the Construction Management Task Order. The Application for Payment can be found by accessing the following Supply Chain Website:  https://supplychain.llnl.gov/ under Supplier Information, Special Provisions page.

55. Please provide information on lower-tier insurance thresholds in the CHAMP D-B Construction Services I&I. Part B. 4. Lower-Tier Subcontractor Insurance refers to “minimum insurance coverages below,” but this information is not included.

A. LLNS is reviewing the minimum coverage thresholds for the lower tier subcontractors and will provide via RFP Amendment 1, which will be issued after the Site Tours have been completed.

56. When providing recent and relevant past performance what is the cutoff in number of years?

A: LLNS has not specified a timeframe. Provide what you believe appropriate. Generally, the more recent and relevant the better.

57. Please Why are bonds required?

A. Offeror must award and administer lower-tier build subcontracts therefore performance and payment bonds are required.

58. Can we propose rates by region?

A. You can but it may be cumbersome for purposes of submitting task order proposals post award. If you provide, delineate to which sites they apply. Alternative is to propose rates based upon the level of expertise per spreadsheet.

59. How should escalation of rates be documented?

A. Refer to the RFP pricing spreadsheet. Suggest proposing year 1 rates and an annual escalation factor for each out year.

60.  When is long lead material provided and purchased in support of a task order?

A. Under the design task order, the CHAMP subcontractor defines long lead material and equipment specifications and makes recommendations to accommodate customer schedule. LLNS provides design approval. Unless otherwise specified, long lead items are procured as part of the construction management task order.  At the beginning of the construction management task order, the CHAMP subcontractor competitively solicits the long lead items.

61.  What are the standard design completion milestones under an A-E task order?

A. LLNS 35%, 65%, 90%

62. Who generates Labor PLAs?

A. LLNS is union neutral therefore the CHAMP subcontractor is not bound to sign PLAs unless it wishes to do so at certain sites that are required to have them. Per the CHAMP website, current sites with Prime Contract- wide PLAs are NNSS and Savannah River.

63. What are the deliverables for 90% completion?  

A. LLNS Project deliverables will be stated in the construction management task order, which lists the deliverables for construction completion. Generally, these include commissioning completed and accepted by the site; as-built drawings, M&O Manuals, and warranty information. 

64. Please provide DD254 form and a contact for our FSO.

A: LLNS has Per the section below from the RFP, the DD254 can be obtained from the website. In it, there are instructions on how to submit and to whom for your FSO. Contact us should you require additional assistance after going to the website.

Access Authorization, Facility Clearance and Foreign Ownership, Control or Influence (FOCI)

Per paragraph D. of the MTA Article entitled, Delivery and Site Access, Badging Requirements, the resulting Agreement may involve access to classified information and/or special nuclear material, or unescorted access to Limited security areas which will require access authorization.  Therefore, (1) the Subcontractor must possess a Department of Energy (DOE) or Department of Defense (DOD) Facility Clearance which is based on a favorable FOCI determination, and (2) Subcontractor personnel must possess a DOE Access Authorization (clearance) appropriate for the access level.

The Subcontractor will not be granted access authorization until a signed Contract Security Classification Specification (CSCS) Form (DOE F 470.1) is received by LLNS.  Therefore, LLNS expects the Subcontractor to have or be able to obtain a DOE or DOD Facility Clearance which is based on a positive FOCI determination.  The Offeror’s proposal shall indicate whether it currently has a Facility Clearance.  If the Offeror does not have or is unable to obtain a Facility Clearance, the Offeror, at LLNS’ discretion, may be ineligible for an award or, if selected for an award, will be required to perform on a restricted basis until a Facility Clearance is granted.  If required to perform on a restricted basis, the Subcontractor would not be permitted access to classified information or special nuclear material, or unescorted access to certain security areas of the Participating Sites.

To apply for and obtain a FOCI Determination and a Facility Clearance, the Offeror must complete and submit certain electronic FOCI forms and related information, available on the DOE FOCI Electronic Submission Site Home at:  https://foci.anl.gov/, which contains additional information.

In the event this requirement must be flowed down to a lower-tier build subcontractor, LLNS will coordinate with the Subcontractor and the Participating Site prior to placement of the applicable Task Order.

65. Please Requesting limitation of liability clause to be included in the indemnification and insurance provisions

A. If you decide to request a limitation of liability, provide with your proposal for consideration. Per the RFP paragraph, “ACCEPTANCE OF TERMS AND CONDITIONS”, Offerors may describe and provide their rationale for any exceptions to the Sample MTA and its attachments when submitting their proposals; however, failure to accept the terms and conditions as written could either cause delays in award or rejection of Offeror’s proposal.

66. Please provide a list of current pre-approved lower tiered build subcontractors at each site.

A. LLNS does not have this as it is dynamic in nature across all sites. During assessment and design task orders, LLNS recommends Offerors gather this information from the Participating Site Representatives to supplement names of suppliers known to the CHAMP Subcontractor. Guidelines for prequalifying offerors are attached to the MTA.

67. We could not locate wage determination for A/E categories, the rates are all for construction.

Please provide the following rates:

30061 - Drafter/CAD Operator I

30062 - Drafter/CAD Operator II

30063 - Drafter/CAD Operator III

30064 - Drafter/CAD Operator IV

A: Your attention is directed to Article 14 in the Master Task Agreement (MTA). The labor category and occupational code identified in the table in Article 14, is located in the SCA Wage Determination provided in the RFP. Below are the categories and rates extracted from the SCA Wage Determination. Please note that these rates are specific to Alameda County, California. Therefore, you must secure the rates specific to your particular location. We have again attached the SCA Wage Determination for ease of use. We have also provided the following link to obtain said SCA Wage Determination. https://sam.gov/content/wage-determinations

  30061 - Drafter/CAD Operator I                                               24.86

  30062 - Drafter/CAD Operator II                                              27.80

  30063 - Drafter/CAD Operator III                                             30.99

  30064 - Drafter/CAD Operator IV                                            38.15

68. Please confirm that only the Subcontractors to LLNL are required to be pre-qualified, and the lower tiers there are no requirements for the pre-qualified. 

A: Please direct your attention to the list of prequalification requirements in Attachment 1 – CHAMP Prequalification Requirements. If the Lead Subcontractor is covering all these requirements, then the answer is yes. If not, an explanation should be provided with the Subcontractor’s prequal – particularly in the event of teaming issues.

69. Are we are to provide the total cost of the following Program Management Support Task Order estimate?  Or just provide the rates?

  • Principal (Program director/manager) 1860 hours,
  • Project manager / mechanical engineer) 1760 hours,
  • Safety Manager 900 hours.
  • Scheduler / Estimator, 450 hours.
  • Administrative Professional, 450 hours.

A: Only the Fully Burdened Labor Rates (FBLR) in the MTA Pricing Spreadsheet. Please refer to the Price Proposal section in the RFP as shown below:

PRICE PROPOSAL

The Offeror shall complete the attached MTA PRICING SCHEDULE. The MTA PRICING SCHEDULE is an Excel workbook with spreadsheets addressing the following components:

  1. Fully burdened rates for Home Office professionals,
  2. Fully burdened rates for Onsite A-E professionals (for work performed while at Participating Sites),
  3. Fully Burdened rates for Onsite Construction Management Professionals (for work performed while at Participating Sites),
  4. Fully Burdened rates for Home Office Service Contract Labor Standards covered drafting, and
  5. Markup percentage factors for overhead and profit, respectively, applied to lower-tier build subcontracts (Note: Per MTA PRICING SCHEDULE, the overhead markup should cover Insurance, bonds and compliance with Clause 6 “Permits, Responsibilities and Assumption of Risk.”