SOLICITATION NOTICE
56 -- Contractor shall provide materials and resources for mobile re-locatable housing units,for a training environment.
- Notice Date
- 6/30/2010
- Notice Type
- Presolicitation
- NAICS
- 332311
— Prefabricated Metal Building and Component Manufacturing
- Contracting Office
- RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
- ZIP Code
- 96858-5025
- Solicitation Number
- W912CN10R0067
- Response Due
- 7/16/2010
- Archive Date
- 9/14/2010
- Point of Contact
- Derrick McGee, 808-655-3037
- E-Mail Address
-
RCO Hawaii (PARC Pacific, 413th CSB)
(derrick.mcgee@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PERFORMANCE WORK STATEMENT Re-locatable Training Environment Schofield Barracks Range Support USAG-HI, DPTMS, Range Division Hawaii Schofield Barracks, Hawaii As of 1 June 2010 1.0 Background. Range Division Hawaii (RDH) manages activities on various military training ranges in Hawaii. The goal of this task order is to provide range management and operations support for all training areas controlled by the US Army Garrison Hawaii. These training areas are located throughout the Island of Oahu and the Pohakuloa Training Area (PTA) on the Island of Hawaii (Big Island). 2.0 Objective. Provide support to the USAG-HI, DPTMS (Directorate of Plans, Training Mobilization and Security) in their mission to design and develop multiple configurations of simulated Afghani / Iraqui villages for combat training. The Contractor shall provide professional, administrative, and technical services to establish re-locatable training villages at the IED Lane Trainer located on the South Range of Schofield Barracks. 3.0 Applicable Documents. The Contractor shall comply with AR 350-19 when developing and providing services and products required under this task order. Additionally, understand and will comply with standards and procedures in other publications including, but not limited to: Army Sustainable Range Program Plan, 14 July 2003; AR 2001, Environmental Protection and Enhancement; AR 2002, Environmental Effects of Army Actions; AR 200-3, Natural Resources Land, Forest and Wildlife Management; AR 3501, Army Training; TC 25-1, Training Lands; TC 25-8, Training Ranges; Army Policy Guidance for Management and Control of Invasive Species (June 2001); LRAM Maneuver Trail Guide Maps of South Range and IED Lane Trainer. 4.0 Tasks. The Contractor shall provide the necessary resources (except those identified as Government furnished property or assistance) in support of the military training mission at Schofield Barracks, Hawaii. The Contractor shall support the following: 4.1 Task 1: Supply and transport to South Range at Schofield Barracks Re-locatable Habitat Units (RHUs), props, and accessories. 4.1.1 The RHUs must meet the requirements of the Section 106 of the National Environmental Policy Act (NEPA). The section 106 issued for the IED Lane Trainer is specific in minimal disturbance of the ground and no use of any item that may be toxic in nature. Care must be taken for any cultural items or protected species. All units and construction measures will need to be approved by the Range Environmental Coordinator before installation. 4.1.2 The RHUs must be constructed of all- weather, long lasting material suitable for year round training in all environments. They must be realistic in appearance and faithfully replicate villages in Afghanistan and Iraq. They must be easily assembled, disassembled and lightweight for easy transport into various terrain including areas inaccessible by vehicles. The basic RHU Should weigh less than one hundred (100) pounds and must be radio frequency transparent for easy instrumentation. Assembly and disassembly must be by simple hand tools, no power equipment or heavy duty equipment. 4.1.3 All accessories and props need to be lifelike, durable, and easily transported and stored. 4.1.4 The Range Planner will need to approve all items prior to installation to meet the above criteria and JIEDDO requirements. 4.1.5 Quantities: A: Village 1 Small villages (for 2 separate villages) 6 each 8 x12 RHUs 2 each 12 x 16 RHUs 2 each L-shape RHU (8x8x8x8x16x16) Internal set dressing for the RHUs Additional market atmospherics B: Market 1 (for 2 separate villages) 6 each 8 x12 RHUs 2 each 12 x 16 RHUs Internal set dressing for the RHUs Additional market atmospherics C: Village 2 Large Villages (for 2 separate villages) 6 each 8 x12 RHUs 4 each 12 x 16 RHUs 2 each L-Shape (8x8x8x8x16x16) 2 each 12 x 32 RHUs 2 each 8 x 12 Two story RHUs 34 each 8 ft wall sections 12 each courtyard wall corners 6 each pedestrian gates Internal set dressing for the RHUs Additional market atmospherics D: Footbridge The simulated footbridge is made with a 40 ft CONEX box and 4 each 20 ft CONEX boxes. The 40 ft box provides the walkway and the 20 ft boxes provide the support. The 40 ft box is placed upon the 20 ft supports to provide a 32 ft span. The 20 ft boxes are placed and cemented into the ground 2 ft. This provides an 18 ft clearance. See attached diagram. This has been approved by the Range Environmental Coordinator. 4.2 Task 2 Setup: The Contractor will supply labor to assemble the units and the footbridge and train Government personnel on how to assemble and disassemble the RHUs. Contractor will be responsible for removal of trash and clean up of area. 5.0 Service Performance Summary Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance ObjectiveSOW/ParaPerformance Threshold Materials meet technical requirements for durability, ease of use and portability1.2100% of materials meet contract requirements. Villages are assembled and disassembled1.3Contractor demonstrates assembly/disassembly of 100% of materials. 6.0 Place of Performance. The Contractor shall perform tasks under this contract at Government-owned facilities on Oahu, Hawaii. 7.0 Government Furnished Property and Assistance. 7.1 USAG-HI, DPTM will provide copies of, or access to, all data files, maps, aerial photography, satellite imagery, studies and reports that are relevant to the contract work. 7.2 The Government will supply staging, storage, and parking areas. 8.0 Reports. 8.1 All reports will be submitted in programs consistent with Microsoft Office Products. Scanned documents will be submitted as an Adobe PDF format. 8.2 Monthly Status Report. The Contractor shall prepare a Monthly Status Report IAW CDRL A001 8.3 Quality Control and Work Schedule submitted within five (5) business days of contract award. 8.4 Risk Assessment Plan and Safety Plan submitted within five (5) business days of contract award. 9.0 Hazards Information. There is no requirement for the Contractor to handle any hazardous material. If any hazardous material is discovered, it is to be reported to the TPOC immediately. 10.0 Required Pass. The Contractor shall ensure any employee(s) selected by Contractor for this task order will be able to pass all security requirements. 11.0 Contractor 11.1 The Contractor shall have thorough knowledge with the product, procedures and tasks as described in this scope of work (SOW). 11.2 The Contractor shall have demonstrated the skills and experience of researching, developing and compiling reports, assessments, and findings. 11.3 The Contractor should have experience in the last eighteen (18) months of performing such environmental remediation. 11.4 The Contractor shall have extensive experience in building and maintaining effective working relationships with a wide array of government personnel and organizations. 11.5 The Contractor shall speak, read and write English fluently. 11.6 The Contractor will be responsible to identify the applicable Federal, State, local, and DOD regulations and to apply accordingly. All work under this contract will comply with the most current Federal, State and local environmental statutes and regulations. 11.7 The Contractor will make no public disclosure relative to information developed from this contract. All requests for information shall be directed to the Contracting Officer. 11.8 The Contractor will be responsible for a complete set of project records including correspondence, memoranda, trip reports, confirmation notices, photos, submittals, and any other records generated as the result of this contract. 11.9 The Contractor is responsible for obtaining entrance clearances to all DOD installations and facilities. 12.0 Personnel. 12.1 Personnel must meet minimum qualifications as specified in Section J Contractor Personnel and Qualifications List. 12.2 All employees operating a vehicle must have a current Drivers License. 13.0 Technical Point of Contact (TPOC): Name: Mr. Frank Raby, Range Operations Manager, Range Division Hawaii Address: Bldg 1150, Beaver Road, Stop #214, Schofield Barracks, HI 96857 Phone #: 808-655-5243 (DSN 314-455-5243) Fax #: 808-655-8259 (DSN 314-455-8259) Email Address: Frank.Raby. @us.army.mil 14.0 Payment: 14.1 The Contractor shall bill the Government on a monthly basis. A copy of the invoice and DD Form 250 shall be sent in electronically or mailed to the TPOC identified in paragraph 17.0 and the COR not later than the 18th of the following month. The final invoice will include a Release of Claims. 14.2 Upon receipt of a Wide Area Workflow Approved DD 250, submit the invoice, DD 250 and other pertinent modification documents to the following: DFAS INDIANAPOLIS, Department 3800, Indianapolis, IN 46249-3800. Toll free 1-888-332-7366 15.0 Reporting of Contractor Services and Manpower: Accounting for Contractor Services: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The information to be reported is as follows: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardization nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. If contract performance is completed before 30 September, the data can be entered upon contract completion rather than waiting for the end of the fiscal year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site.* Uses and Safeguarding of Information. Information from the secure web site is considered to be proprietary in nature when the contract number and contractor identity are associated with the direct labor hours and direct labor dollars. At no time will any data be released to the public with the contractor name and contract number associated with the data. Subcontract Data. The contractor shall ensure that all reportable subcontract data is timely reported to this data collection web site (citing this contract/order number). At the discretion of the prime contractor, this reporting may be done directly by subcontractors to the data collection site; or by the prime contractor after consolidating and rationalizing all significant data from the subcontractors. Reporting Flexibility: Contractors are encouraged to communicate with the Help Desk identified at the data collection web site to resolve reporting difficulties. Changes to facilitate reporting may be authorized by the contracting officer or the Help Desk (under HQDA policy direction and oversight). ______________________________________________________________________________________ Compensation costs are defined in the reporting instructions at the Army web site designated above.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c5fa0b5e7bbc4dd06347092bccffa6ed)
- Place of Performance
- Address: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
- Zip Code: 96858-5025
- Zip Code: 96858-5025
- Record
- SN02192124-W 20100702/100630234509-c5fa0b5e7bbc4dd06347092bccffa6ed (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |