Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2012 FBO #3934
SOLICITATION NOTICE

J -- Elevator Repair and Maintenance

Notice Date
8/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238290 — Other Building Equipment Contractors
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N2-12-T-0204
 
Response Due
9/14/2012
 
Archive Date
11/13/2012
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is W911N2-12-T-0204 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This solicitation is a 100 % Small Business Set Aside. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price, technically acceptable. See Attachment II for the Performance Work Statement (PWS), and Performance Requirement Summary ( PRS). The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 238290. The SB size standard for this code is 14 Million Dollars. Consistent with the Service Contract Act of 1965 as amended (41 U.S.C 351, et seq.), and FAR Subpart 22, 1002 Wage Determinations based on prevailing rates apply to this contract. See- Wage Determination http://www.wdol.gov/sca.a CLIN 0001 -Monthly Inspection & Preventive Maintenance IAW the PWS One, (1) per month. CLIN 0002- Repair Labor IAW the PWS. CLIN 0003- Repair Parts IAW the PWS. CLIN 0004 - Manpower Reporting Requirement in Accordance with L-16 CLIN 1001 -Monthly Inspection & Preventive Maintenance IAW the PWS One, (1) per month. CLIN 1002- Repair Labor IAW the PWS. CLIN 1003- Repair Parts IAW the PWS. CLIN 1004 - Manpower Reporting Requirement in Accordance with L-16 CLIN 2001 -Monthly Inspection & Preventive Maintenance IAW the PWS One, (1) per month. CLIN 2002- Repair Labor IAW the PWS. CLIN 2003- Repair Parts IAW the PWS. CLIN 2004 - Manpower Reporting Requirement in Accordance with L-16 CLIN 3001 -Monthly Inspection & Preventive Maintenance IAW the PWS One, (1) per month. CLIN 3002- Repair Labor IAW the PWS. CLIN 3003- Repair Parts IAW the PWS. CLIN 3004 - Manpower Reporting Requirement in Accordance with L-16 CLIN 4001 -Monthly Inspection & Preventive Maintenance IAW the PWS. One, (1) per month CLIN 4002- Repair Labor IAW the PWS. CLIN 4003- Repair Parts IAW the PWS. CLIN 4004 - Manpower Reporting Requirement in Accordance with L-16 All services will be performed for elevator repair and maintenance for Buildings #350 and #370 for Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. This will be a base year contract with four (4) one (1) year options for a total of five (5) years or sixty (60) months. A site visitation is scheduled for 7 September at 10:00 A.M. Eastern Standard Time; all interested respondents must pre-register in order to participate the day of the visitation. Please ensure your representative possesses eye and ears protection and is equipped with safety shoes. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at http://www.sam.gov FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-9 Personal Identity Verification of Contracting Personnel (SEPT 2007) FAR52.209-6 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2012) (DEVIATION) FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.217-8 Option to Extend Services (NOV 19990); FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000); FAR 52.219-1 Small Business Representations (APR 2011); FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) FAR 52.219-28 Post-Award Small Business Program Representation (APR 2012) FAR 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contracts And Compliance Reports (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); FAR 52.222-41 Service Contract Act of 1965 (NOV 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989); FAR 52.222-43 Fair Labor Standards Act and Service Contract--Price Adjustment (Multiple Year and Option Contracts (SEP 2009) FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011)FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.237-1 Site Visit (APR 1984) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984) FAR 52.247-34 F.O.B Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (MAR 2011); DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials APR 2012) DFARS 252.225-7001 Buy American and Balance of Payments Program (JUN 2012) DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (May 2002) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.duffy4@us.army.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Please refer to clause L19 for WAWF information and training. See Attachment I. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Standard Time on 14 September 2012. All quotes must be marked with RFQ number and title. Email quotes will be accepted. 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Lowest Price. (b) A written notice of award or acceptance of an 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 offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Attachment I L-19 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (October 2010) All requests for payment shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Payment requests include receiving reports, invoice and vouchers. Hardcopy submission of receiving reports and invoices will no longer be accepted. The contractor shall ensure an Electronic Business point of contact is designated in the Central Contractor Registration at http://www.ccr.gov and register to use WAWF at https://wawf.eb.mil. Vendor training is available at http://www.wawftraining.com. Additional support can be obtained by calling the Army WAWF helpdesk at 1-877-232-9293 or http://www.dfas.mil/contractorpay/electroniccommerce/wawfvendortools.html. Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, company invoices and reports, etc.) can be included and attached to the submission via WAWF. Attachments created in any Microsoft Office product or Adobe Acrobat are attachable. Total limit for the size of files per invoice is 5 megabytes (MB). Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) at 1-800-756-4571. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Types of WAWF Documents: _____ a. Supplies - The contractor is encouraged to use the Combination Invoice and Receiving Report (COMBO) for submitting invoices for supplies. This eliminates the need to separately process a receiving report and invoice. ______b. Receiving Report Only - If this option is selected, an Invoice Only Document must be submitted after Acceptance has occurred. ___X__ c. Services (Firm Fixed Price) - Select "Invoice as 2-in-1" for firm fixed price services. _____ d. Services (Cost Type ) - Select Cost Voucher ( T&M-LH-Cost) _____ e. Commercial Item Financing _____ f. Construction Invoice _____ g. Invoice Only _____ h. Performance Based Payment _____ i. Progress Payment The following codes will be required to route your receiving reports, invoices and vouchers correctly through WAWF: Contract #: Delivery Order Number: CAGE Code: Pay Office DoDAAC: Issue by DoDAAC:W911N2 Admin DoDAAC: Inspect By DoDAAC: Acceptor DoDAAC: Ship to DoDAAC: (if different than Acceptor) Service Approver: (Used for Cost Vouchers Only) DCAA Office DoDAAC: (Used for Cost Vouchers Only) Contracting Officer:Major Andres Ramirez andres.r.ramirez.mil@mail.mil Send Additional Email Notifications. After submitting a document in WAWF, the contractor will be prompted to send additional e-mail notifications. Additional e-mails are to be sent to the following: (Specific Contract Specialist and POC/Technical Monitor e-mail address): Kevin Duffy, Contract SpecialistKevin.duffy4@us.army.mil L2. AMC-Level Protest Program If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the General Accounting Office (GAO), or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. L21 PACKING SLIPS All deliveries shall include a packing list that references the contract/order number. This applies to packing slips from 3rd party/drop ship vendors. Failure to include the contract/ order number in the packing list will result in payment delays and the possibility of rejected deliveries. Attachment II PERFORMANCE WORK STATEMENT (PWS) FOR Elevator Maintenance 1. General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to inspect and service/repair four (4) government owned hydraulic passenger/freight elevators on a monthly basis: elevator #1 is an Otis Elevator in Building 350, elevators #2 is an Dover Elevator in Building 370, elevator #3 is an Easter Elevator/Cemcolift in Building 370 and elevator #4 is an Hydro Systems, Inc. in Building 370 as defined in this PWS. The contractor will ensure that all elevators have current "Certificate of Operation", to include contacting the state as required by Pennsylvania Department of Labor and Industry, Uniform Construction Codes. The contractor shall perform to the standards in this contract. If there is conflict among any law, regulation, specification, standard, or policy, the most stringent will apply. 1.1.1 Unforeseen Developments: The contractor will promptly advise the Contracting Officer (KO) of significant, unforeseen developments affecting the contract within five (5) working days of the event. The Contractor will take appropriate measures to obtain clarification of any direction or contract requirement which is not fully understood and incorporate such information into the work being performed. 1.1.2 Public Disclosures: The contractor will make no public announcement or disclosure relative to information contained or developed under this contract, except as authorized by the KO. 1.2 Background: Inspect and service/repair four (4) government owned hydraulic passenger/freight elevators on a monthly basis: Elevator #1: Manufacturer: Otis Elevator Model: Hydraulic, OC-77-1377 Capacity: 2,500# Identification Number: JN 901077 Location: Building 350 Elevator #2: Manufacturer: Vertex Model: Hydraulic, MH3000 Capacity: 6,250# Identification Number: JN 17764 Location: Building 370 (Large Elevator) Elevator #3: Manufacturer: Easter Elevator/Cemcolift Model: Hydraulic, LT-6533-B Capacity: 2,500# Identification Number: JN 61398 Location: Building 370 (Small Elevator) Elevator #4: Manufacturer: Hydro Systems, Inc. Capacity: 4,000# Identification Number: 4664 Location: Building 370 (Freight Elevator) The contractor will ensure that all elevators listed above have current "Certificate of Operation", to include contacting the state as required by Pennsylvania Department of Labor and Industry, Uniform Construction Codes. Contractor is also be responsible for fees associated with the "Certificate of Operation" 1.2.1 Location and Description of Installation - Site of work will be Letterkenny Army Depot (LEAD) located in the Cumberland Valley approximately 4 miles north of Chambersburg, Pa., Franklin County in south central Pennsylvania. The major roads serving the installation are by State Routes 997 and 433 off U.S. Route 11 from Chambersburg, Pa. or Shippensburg, Pa. to Gate 1 and Wisconsin Avenue Gate. The Scotland, Pa. interchange of Interstate 81 is located four miles southeast of Gate 1 on State Route 997. The Blue Mountain Turnpike is located 14 miles north of the installation. Civilian airfields within a 50-mile radius of LEAD are located at Chambersburg, PA, Middletown, PA. and Hagerstown, MD. The installation is 75 miles from Washington D.C. 1.3 Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows: 1.3.1 Base Year: 7 Feb 2013 to 6 Feb 2014 1.3.2 Option Year One: 2/7/2014 to 2/6/2015 1.3.3 Option Year Two:2/7/2015 to 2/6/2016 1.3.4 Option Year Three: 2/7/2016 to 2/6/2017 1.3.5 Option Year Four: 2/7/2017 to 2/6/2018 1.4 General Information: 1.4.1 Lost and Found Property: It is the responsibility of the contractor to ensure all articles of possible personal or monetary value found by the contractor's employees are turned in to the Security Office, located in Building 322, and reported to the Police Desk phone (717) 267-8800. 1.4.2 Performance Quality: The contractor is responsible for contract performance quality control. To facilitate this effort, the contractor will be required to establish an inspection system acceptable to the Government. The contractor will provide a Quality Assurance and Quality Control Plan (QAQC), which addresses methods for meeting the requirements of the contract. The completed QAQC Plan will be submitted to the KO within thirty (30) days after the commencement date of the performance period. The QAQC Plan will be incorporated into the contract. If deficiencies are detected, the Contractor will revise the QAQC Plan as ordered by the KO. The plan will include but not limited to: 1.4.2.1 An inspection system covering the services stated in applicable sections of the PWS and Section 2, Definitions. It must specify areas to be inspected on either a scheduled or unscheduled basis, how often inspections will be accomplished, and the title of the individuals who will perform the inspections. 1.4.2.2 The methods for identifying deficiencies in the quality of services performed before the level of performance is unacceptable. 1.4.2.3 A file of all inspections conducted by the contractor and the corrective actions taken. This documentation will be made available to the Government during the term of the contract. 1.4.3 Contractor's Sole Responsibility: The contractor is solely responsible for the quality of all contract deliverables and will perform services and develop products by referring to their QAQC to assure service and product quality. 1.4.4 Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.4.1 New Year's Day: January 1st 1.4.4.2 Martin Luther King, Jr.'s Birthday: Third Monday in January 1.4.4.3 President's Day: Third Monday in February 1.4.4.4 Memorial Day: Last Monday in May 1.4.4.5 Independence Day: July 4th 1.4.4.6 Labor Day: First Monday in September 1.4.4.7 Columbus Day: First Monday in October 1.4.4.8 Veteran's Day: November 11th 1.4.4.9 Thanksgiving Day: Third Thursday in November 1.4.4.10 Christmas Day: December 25th 1.4.5 Place and Performance of Services: The contractor shall provide services between the hours of 0730 through 1600 on Monday through Friday, except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at Buildings 350 and 370. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. 1.4.6 The Government, depending on workload will adjust the work hours. Any work that is performed on the weekend will be approved by the KO before the work is done. Please allow up to three (3) business days for the decision to be made. 1.4.7 Unforeseen Installation Closure/Reduced Work Operations: When an unforeseen installation closure or buildings closed because of reduced work operations, occurs on a regularly scheduled day of work, the Contractor will notify the QAE of all work not performed. The Government will have the following options: 1.4.7.1 To require the contractor to perform the work on the following day unless the following day is a Saturday or Sunday and routine work is not scheduled for Saturday or Sunday. To forego the work and reduce payment due to the contractor accordingly for work not performed. 1.4.7.2. To reschedule the work on any day satisfactory to both parties. 1.4.8 Depot Closures: If possible, the KO will inform the contractor of depot closures. The contractor will not be required to work or perform deliveries when the depot is closed due to inclement weather or unforeseen reasons. 1.4.9 Security Requirements: The contractor and his employees shall be required to comply with pertinent Installation Regulations on security, which are in effect or may be put into effect during the course of the performance of work under the contract. The contractor and his employees shall be required to check in as visitors and escorted by authorized personnel designated by Directorate of Industrial Operations while in Building 370. 1.4.9.1 Site visits to classified open storage areas involving uncleared individuals may be approved on a case-by case basis by DRSK. 1.4.9.1.1 For routine or schedule visits, the KO must provide DRSK Police Chief, X8800, the name, social security number, and date of birth for each visitor one week prior to the date of the visit to perform required law enforcement background checks. For emergency visits the same information will be provided at the earliest possible time before entering the installation. 1.4.9.1.2 Prior coordination by the KO with the appropriate Directorate(s) will be completed to ensure the area(s) are sanitized of all classified and sensitive information and discussions. 1.4.9.1.3 The KO is responsible for escorting and coordination with DRSK badge and decal office for issuance of the appropriate security badge. The escort must have the appropriate security clearance level and the appropriate security badge reflecting the applicable access code. 1.4.9.2 Contractor and all associated subcontractor employees shall comply with applicable installation, facility, and area commander installation and/or facility access and local security policies and procedures (provided by Physical Security Specialist-DRSK). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshall Office-DRSK. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.4.9.3 iWATCH Training: The contractor and all associated sub-contractors with an area of performance within an Army-controlled installation, facilities or area shall brief all employees on the local iWATCH program. This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the KO. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance. The contractor shall report completion for each affected contractor employee and subcontractor employee, to the KO within 15 calendar days after completion of training. iWATCH training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.9.4 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.10 Conservation of Utilities: The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.4.11 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings, the KO will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced. The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.12 Personnel: 1.4.12.1 Contract Manager (CM): The contractor shall provide a CM who shall ensure performance under this contract and will act as a central point of contact with the Government. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The Contractor will only employ persons able to speak, read, write, and understand English for those positions interacting with Government personnel, and where English is used or essential to provide the product, record, data, information, or service and will be able to discuss and convey the technical aspects of the work task, both orally and in written form. Contractor personnel will be physically capable of performing work under all climatic conditions. 1.4.12.2 The designated representative will direct the contractor's working force and operations in accordance with the requirements specified within this performance work statement and will be empowered with sufficient authority to enable him/her to meet conditions and make decisions which arise in the day-to-day operations. 1.4.12.3 The CM or CM's designee will be physically present 0730-1600 Monday-Friday, or when work is being performed. 1.4.12.4 Other Personnel: The contractor will furnish supervisory, administrative, and direct personnel to accomplish all work required. Contractor may not hire off-duty Government Quality Assurance Evaluators or any other persons whose employment would result in a conflict with Standards of Conduct. The contractor will provide the KO or his delegated representative a current list of all supervisory personnel. 1.4.12.5 Contractor's Employees: The contractor will provide personnel possessing the skills, knowledge, and training to satisfactorily perform the services required by this contract. Personnel performing work under this work statement will remain employees of the contractor and will not be considered employees of the Government. 1.4.12.6 Employee Briefing: Each employee used in conjunction with this contract will receive a thorough briefing by the contractor relating to the standards of work to be achieved and maintained under the contract, and the personal conduct, regulations, and safety measures that must be observed while on the installation. The contractor will maintain a file of all such briefings. 1.4.12.6.1 Anti-Terrorism Training. If requested by the contractor through the Contracting Office, Anti-Terrorism (AT) training will be made available, at no cost to the government, in accordance with DFARS 252.225-7043, Antiterrorism/force protection policy for defense contractors outside the United States. Should Personally Identifiable Information (PII), sensitive, or non-classified information be identified that requires safeguarding, the contractor shall develop an OPSEC program in accordance with AR 530-1. 1.4.12.7 Employee Conduct: In accordance with AR 600-85. The contractor will not allow any employee to perform work who has illegal possession of, or who is under the influence of alcohol or controlled substances. Government rules, regulations, laws, directives, and requirements, which are in place or issued during the contract term will be applicable to all contractor employees or representatives who enter the Installation or who travel using Government transportation. Violation of such rules, regulations, laws, directives, or requirements will be grounds for removal (permanently or temporarily as the Government determines) from the work site. Individuals who violate such rules, regulations, laws, directives, or requirements may be denied access to the Installation, either temporarily or permanently. As outlined in AR 190-5, being charged with DUI or any serious traffic offense individuals' privilege to drive on installation can be suspended for one year. This is also covered in LEAD Regulation 1-1, Policy No. 1-6. 1.4.12.8 Employee Appearance: Contractor employees will be appropriately dressed including any necessary individual protective clothing, equipment and uniforms, for the work to be done. 1.4.12.9 Contractor's Vehicles: All privately owned vehicles (POVs) operated on the depot by the Contractor or his employees will be registered with the Directorate of Risk Management (DRSK), Building 2. Contract employees will park their personal and contractor's vehicles in the area designated by the DRSK. The KO will notify the DRSK to invalidate all identification decals upon completion of the contract. 1.4.12.10 Conduct of Personnel: The contractor may be required to remove from the job site any employee working under this Performance Work Statement (PWS) for reasons of misconduct, or security, or found to be or suspected to be under the influence of alcohol, drugs, or other incapacitating agent. The contractor's employees will be subject to dismissal from the premises upon determination by the KO that such action is in the best interests of the Government. Such removal from the job site or dismissal from the premises will not be the basis for a claim by the contractor and will not relieve the contractor of the requirement to provide sufficient personnel to perform the services as required by this PWS. 1.4.12.11 Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. The contractor will be required to wear a visitor badge and have some kind of company identification available. 1.4.12.12 Contractor Identification: A visitor's security badge will be issued to all contractors by the DRSK badge and decal office based on the security clearance requirements. The identification badge will be worn at all times on the front of the outer garment, above the waist during working hours. Security badges must never be displayed off of LEAD depot. Photographing security badges is prohibited. Security badges are US Government property and must be returned to the place of issuance. Security badges must not be mutilated or destroyed by the holder. If an employee forgets their driver's license, entry onto the depot is prohibited. In addition to the Government issued badge the contractor is required to wear a company uniform or a picture identification badge stating the company name and employee name. 1.4.12.13 The contractor shall screen its employees prior to employment under this UNCLASSIFIED contract and before being authorized access to the military installation/government facility. The contractor shall contact the KO if derogatory information (i.e., conviction for misdemeanor or felony offense) concerning the contractor employee is found, the contractor employee may not be allowed to work under this contract. The contractor shall assume all costs involved in this screening. The screening checks shall include a Local Law Enforcement Check conducted in the employee's county of residence and county of employment. These checks shall cover the past four (4) years. 1.4.12.14 Executive Order 12989 and amendment mandates that Federal contractors and subcontractors use E-Verify to support a legal workforce. http://documents.nam.org/HRP/08EO.Everify.FedCont.6-9-08.pdf 1.4.12.15 Contractor employees must be U.S. citizens. 1.4.13 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 2. DEFINITIONS: As used throughout this contract, the following terms will have the meaning set forth below: 2.1 ACCOUNTABILITY: The basic obligation imposed by law, lawful order, or regulation, upon a person to establish and keep accurate record(s) of property, documents, or funds. The person having this obligation may or may not have actual possession of the property, documents, or funds. 2.2 CONTRACT LINE ITEM NUMBER (CLIN): An item of work for which the contractor will receive compensation. The unit bid price of a CLIN represents the unit price the contractor will receive relative to the cost attributed to that requirement. 2.3 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.4 CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.5 DAYS: When days are referenced in this contract anywhere, the term refers to calendar days. 2.6 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.7 DELIVERABLE. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.8 FAR: Federal Acquisition Regulations: The federal government's regulation for the execution of all federal acquisitions and purchases with contractors and suppliers. It contains clauses which may or may not be included in the contract. 2.9 FOLLOW-ON YEAR: Follow-On Year is the term used instead of contract option year. As long as the requirement exists, services will be provided by the Nonprofit Agency. 2.10 GOVERNMENT: United States of America, U.S. Army, and/or Letterkenny Army Depot. 2.11 HAZARDOUS WASTE: A waste as defined in title 40, CFR, Part 261.3. 2.12 INSPECTION: The examination and testing of supplies or services to determine whether they conform to contract requirements. Inspections could be administered by the Inspector or the KO. 2.13 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.14 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.15 POC: Point of Contact 2.16 QUALITY ASSURANCE. The government procedures to verify that services being performed by the contractor are performed according to acceptable standards. 2.17 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.18 QUALITY ASSURANCE EVALUATOR (QAE): Representative of the Contracting Officer who normally performs surveillance of the contract. 2.19 QUALITY CONTROL. All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. 2.20 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor 2.21 TPOC: Technical Point of Contact. 2.22 WORK DAY. The number of hours per day the contractor provides services in accordance with the contract. 2.23 WORK WEEK. Monday through Friday, unless specified otherwise. 2.24 ACRONYMS: AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit UCC Uniform Construction Codes 3. Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): No Government Furnished Property, Material, Equipment and Services will be provided. 4. Contractor Furnished Property, Materials, Equipment (CFP/M/E): Contractor will need to have access to Building 370, which requires contractor to be escorted while performing work. 4.1 Materials: The contractor will furnish all materials. 4.2 Equipment and Tools: The contractor will not furnish all equipment and tools necessary to properly perform the work defined in this contract. All equipment used by or proposed to be used by the contractor will be in good mechanical condition and will be subject to approval by the KO before use in performance of this contract. 4.2.1 All equipment used by the contractor in the performance of the work will be operated to conform to the vehicle code of the Commonwealth of Pennsylvania, http://www.dmv.state.pa.us/vehicle_code/index.shtml 4.2.2 The Contractor will provide his employees with safety shoes, hearing protection and protective eyeglasses as required by LEAD Pamphlet 385-4. 5. Requirements: 5.1 Non-Contractual Direction: Direction that contradicts contractual direction on task execution or which appear to violate licensing and/or proprietary considerations, will be immediately brought to the attention of the KO in writing or certified electronic document for resolution. 5.1.1 Direction given to any contracted employee by anyone else other than the KO will not be reimbursed. 5.2 The contractor shall: 5.2.1 Perform monthly inspection and preventive maintenance: The contractor shall furnish all parts and labor to perform monthly inspections of four (4) each hydraulic passenger/freight elevators and to maintain those elevators at the original manufacturer's operational level. Contractor shall perform an annual safety inspection of the elevator in accordance with PA Department of Labor and Industry Standards, and shall provide an original certificate of inspection for each elevator to the KO. The contractor shall also post a copy of the certificate in each elevator. Services are to be performed by a qualified mechanic monthly and at a minimum must comply with the following: 5.2.2 Contractor shall regularly and systematically examine, adjust, lubricate if required, and if conditions warrant, repair or replace the following as required due to ordinary wear and tear: mainline starter relay coils, rectifiers for door operator DC power supply, car roller guide wheels, shaftway door interlocks and contacts, corridor pushbutton station contacts, car pushbutton station contacts, controller relays and indicator lamps. 5.2.3 Contractor shall also examine all safety devices and furnish all necessary lubricants and hydraulic fluids. 5.3 Repair Labor: The contractor shall respond with two (2) hours of being notified by the KO. The contractor shall furnish all labor to perform repairs outside the basic maintenance. The contractor will provide KO with estimate for approval before performing work. 5.4 Repair Parts: The contractor shall respond with two (2) hours of being notified by the KO. The contractor shall furnish all parts to perform repairs outside the basic maintenance. The contractor will provide KO with estimate of parts for approval before performing work. 5.5 Proper care must be taken to prevent damage to all Government assets. 5.6 Circumstances to be Reported: The contractor or the contractor's employees will report any circumstances of needed repair of the facility to the Building Custodian. Unusual soiling of an area which may affect the performance of the work will be reported to the KO or his representative. Unhealthful or hazardous conditions or interference with the work caused by Government employees will be reported immediately to the KO or his representative. 5.6.1 Prior to disposal of Hazardous Materials they must be approved by the DPW's Environmental Management Division, who will direct a disposal point. 5.7 Interference with Government Operation: The contractor and the contractor's employees will perform all work in such a manner as to avoid interference with regularly scheduled Government operational activities. 5.7.1 Service Cooperation: The contractor will cooperate fully with the KO to accomplish work in support of the Depot and its assigned mission. In order to fulfill the intent of the contract, the contractor must be flexible in meeting changing requirements and priorities. The Government reserves the right to reprioritize the work to be done under the contract in order to meet changing needs and requirements, so long as such changes are within the services to be provided by the contractor. Any such changes will be performed at no additional cost for the services rendered. 5.8 Losses or Damages Caused by the Contractor: The contractor agrees to save harmless the Government from any claims for damage to property, bodily injury, or death resulting from activities of the contractor, his agents, servants, and employees. The contractor will be held accountable and liable to the Government for any damages to, but not limited to Government facilities, fixtures, furnishings, equipment, telephone pedestals, electrical apparatus or grounds caused by the contractor or his employees. The contractor will submit to the KO within twenty-four (24) hours following occurrences of any such damage, loss or injury, a complete report of the incident. 5.8.1 Accident Prevention: 5.8.1.1 In order to provide safety controls for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies, and equipment; and to avoid work interruptions in the performance of this contract, the contractor will comply with all pertinent provisions of the Army's safety regulations and will also take or cause to be taken such additional measures as the KO may determine to be reasonably necessary for the purpose. 5.8.1.2 The contractor will report serious accidents and incidents incurred while performing work under this contract immediately by the most expeditious means possible, but not more than one hour following the accident or incident to the DRSK, the Safety Office, and KO. Serious accidents and incidents include, but are not limited to, those defined in AR 385-10 and AR 190-45 respectively or referenced in other applicable directives. Examples are as follows: One or more lives lost, one or more persons critically injured, three or more persons hospitalized due to one incident, property damage estimated to exceed $2,000, fire causing major damage to structures, equipment, or vehicles, and HAZMAT, hazardous substances, and HAZWASTE incidents. Immediately after a job-connected injury, the contractor will prepare a record of the incident/accident and forward it to the KO. The KO will forward the incident/accident report to the Command Safety Office. If more information is required the Command Safety Office will coordinate with the KO for the required information. 5.8.1.3 If the KO notifies the contractor of any noncompliance with foregoing provisions and the action to be taken, the contractor will, after receipt of notice, immediately correct the deficiencies. Such notice when delivered to the contractor or his representative at the site of work will be deemed sufficient for this purpose. If the contractor fails or refuses to comply promptly, the KO may issue an order stopping payment on work performed under this contract until satisfactory corrective action has been taken. 5.6 CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, KO, (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's 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 standardized 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 shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar 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 contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 6. Applicable Publications: 6.1 Applicable publications and documents are listed below as well as stated within this PWS. These documents are mandatory and the contractor is obligated to follow them. Supplements and amendments to mandatory publications will be considered to be in the full force and the responsibility of the contractor. It is the contractor's responsibility to ensure that all mandatory publications are posted and up-to-date. It is the contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. Manuals are subject to change throughout the life of the contract. The contractor will follow the latest addition to any regulation, pamphlet, law or memorandum. 6.2 Army Regulation and Pamphlets: All Army Regulations apply to any work performed on Depot and can be found at the following website http://www.whs.mil/library/mildoc.htm. A nonexclusive list includes AR 385-10 Army Safety Program, and AR 385-55 Prevention of Motor Vehicle Accidents. 6.3 Other Manuals: All LEAD Regulations, Pamphlets, and Memorandums apply to any work performed on Depot. A nonexclusive list includes: 6.3.1 OSHA Part 1910- Occupational Safety and Health Standards can be found at http://www.osha.gov/index.html under Regulations / Standards. 6.3.2 LEAD Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD. 6.3.3 LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg 4. 6.4 Other Rules and Regulations: The contractor will comply with all applicable federal, state and local laws, executive orders, rules and regulations applicable to its performance under this contract. 6.4.1 Local Rules and Regulations: The contractors, subcontractors, suppliers and their employees will be governed by local, state and federal Laws along with installation rules and regulations. All the installation requirements are in the current issue of LEAD Pamphlet 385-4, LEAD Regulation 385-1 and any additional requirements determined necessary by the KO will be strictly complied with. Provisions for unescorted access into buildings are outlined in Chapter 2 of AR 190-16. 6.4.2 Permits: The Contractor is responsible for identifying, obtaining and renewing all permits from federal, state, local, or installation agencies to carry out the requirements specified in this contract or detailed on an individual task order. 6.4.3 Fire Regulations: The Contractor and his employees will be required to comply with all installation regulations on fire prevention which are in effect or may be put in effect during performance of work under this contract. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. 6.4.3.1 Fire Extinguishers: Extinguishers must be on all motorized equipment and trailers if they are to enter the Munitions Area. If one is not mounted to the motorized equipment and trailer, access will be denied into the area. Motorized equipment examples are, but not limited to commercial trucks, mowers, and tractors. 6.4.4 Safety Requirements: The contractor will abide by all rules, regulations, and pamphlets concerning safety on depot posted by local, state, and federal agencies. It is the contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. Disregarding safety regulations will not be tolerated. 6.4.4.1 Safety and Health Plan: The contractor will develop, document, and implement an effective safety and health program for this contract, including a corporate safety and health plan. 6.4.5 Environmental Compliance: The contractor will comply with all Federal, State, and local regulations covering environmental protection. In case of a conflict among these laws and regulations, the most stringent law or regulation will apply. If a Federal, State, or regulatory agency assesses any fine, penalty, or fee against the Government that is attributable to contractor noncompliance with any environmental law or regulation, the contractor will indemnify the Government for the amount of the fine and other Government costs attributable to the violation (e.g., the cost of cleaning up a hazardous waste spill). In the event of contractor noncompliance with any applicable environmental law or regulation, the KO will determine whether the Government or the contractor is responsible for abating or correcting the violation. This provision is not intended in any way to waive the Government's rights under any other provision of this contract. The contractor will fully comply with current and future regulations, plans and changes. 6.4.6 Toxic/Hazardous Material and Waste Management: The contractor will have available at each work site where hazardous materials are used and stored, the applicable Material Safety Data Sheets (MSDS). The contractor will use the DoD Hazardous Material Information System (HMIS) to research the availability of and to order MSDS. The MSDS will be readily available to employees and the KO or designated representative. The contractor will ensure employees are trained in the proper handling of hazardous materials. 6.4.6.1 The contractor will use contractor-obtained environmentally preferred products for the performance of this contract. The contractor will provide the KO or designated representative with a listing of hazardous materials, quantities to be used, and copies of applicable MSDS. All hazardous materials will be stored IAW requirements in the MSDS and Installation Fire, Safety and Environmental regulations. 6.4.6.2 The contractor will cooperate with the Hazardous Materials Control Center to support inventories of hazardous materials IAW the Emergency Planning and Community Right-to-Know Act (EPCRA), 40 Code of Federal Regulations (CFR) 303 ET. Seq. and AR 200-1. The contractor will immediately notify the KO or designated representative of any emergency releases of hazardous materials in the format required by EPCRA, 40 CFR 355.40. 6.4.6.3 If this contract results in generation of hazardous materials/waste, the contractor will comply with the Hazardous Waste Management Plan (HWMP) regarding the use, storage and disposal of generated hazardous wastes. The contractor will properly manifest and timely dispose of all hazardous waste generated in accordance with Pennsylvania Department of Environmental Protection (PADEP) Laws and Regulations. Publication (Chapter / Page)Date of PublicationMandatory or AdvisoryWebsite Army Regulations AR 190-5 Motor Vehicle Traffic Supervision22 May 2006Mandatoryhttp://www.apd.army.mil/pdffiles/r190_5.pdf. AR 190-16 Physical Security12 March 1993Mandatoryhttp://www.apd.army.mil/pdffiles/r190_16.pdf AR 190-45 Law Enforcement Reporting30 March 2007Mandatoryhttp://www.apd.army.mil/jw2/xmldemo/r190_45/head.asp AR 200-1 Environmental Protection and Enhancement13 December 2007 Mandatoryhttp://apd.army.mil/jw2/xmldemo/r200_1/head.asp AR 385-10 Army Safety Program20 May 1991Mandatoryhttp://armypubs.army.mil/epubs/pdf/R385_10.PDF AR 385-55 Prevention of Motor Vehicle Accidents12 March 1987Mandatoryhttp://www.calguard.ca.gov/gs/Documents/AR385-55.pdf AR 530-1 Operations Security (OPSEC)19 April 2007MandatoryNone to the public, copy provided upon request. https://armypubs.us.army.mil/epubs/dr_pubs/DR_c/xml/r530_1/head.xml AR 600-85, The Army Substance Abuse Program2 February 2009Mandatoryhttp://www.apd.army.mil/jw2/xmldemo/r600_85/head.asp LEAD Regulations, Pamphlets, and Memorandums LEAD Regulation 1-1 Commander's Policy Book, Policy No. 1-625 Jan 2008MandatoryNone, copy provided upon request LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg 4, 1 April 2011 Mandatory None, copy provided upon request. LEAD Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD15 March 2011 MandatoryNone, copy provided upon request. OSHA Part 1910- Occupational Safety and Health StandardsVariousMandatoryhttp://www.osha.gov/index.html All applicable federal, state and local laws, executive orders, rules and regulations Federal Acquisition Regulations (FAR) Subpart 9.5 Organizational and Consultant ConflictsMarch 2005Mandatoryhttps://www.acquisition.gov/far/current/pdf/FAR.pdf Vehicle code of the Commonwealth of PennsylvaniaVariousMandatoryhttp://www.dmv.state.pa.us/vehicle_code/index.shtml PA Department of Labor and Industry, Uniform Construction Code 31 Dec 2006Mandatory http://www.portal.state.pa.us/portal/server.pt?open=514&objID=552941&mode=2#405.7 Standards of Conduct14 Dec 2011Mandatoryhttps://www.federalregister.gov/articles/2011/11/14/2011-29090/standards-of-conduct TECHNICAL EXHIBIT 1 Performance Requirements Summary This Performance Requirements Summary includes performance standards. The Government will use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). PERFORMANCE REQUIRMENT SUMMARY (PRS) FOR Elevator Maintenance Desired OutcomesRequired ServicePerformance StandardAcceptable Quality Level (AQL) Monitoring Method Incentives/ Disincentives Monthly Inspections and PM Para 5.2-5.5Provide Monthly Inspection and PM for different elevators98% service performed to standard. 98% services performed to standardRandom Sampling, Unscheduled Inspections, Validated ComplaintsInvoices paid within time frame. Minus 0.5% for the amount missing for not corrected within time frame. Repair Services Para 5-2-5.5Provide repair service to elevators restoring it to operational level.98% service preformed to standard Respond to problems within 2 hours98% services performed to standard Random Sampling, Unscheduled Inspections, Validated ComplaintsInvoices paid within time frame. Minus 0.5% for the amount missing for not corrected within time frame. TECHNICAL EXHIBIT 2 Deliverables Schedule Deliverable Frequency Number of Copies Medium/Format Submit To 1.4.2 Performance Quality InfoOnce1Electronic SubmissionKO 1.4.2.3 Copies of InspectionsPer QAQC1Electronic SubmissionKO 1.4.6 - Contract Manager's InfoOnce2Electronic Submission KO 1.4.12.4 Provide list of Supv PersonnelAs needed1Electronic SubmissionKO 4.2 List of EquipmentBefore use1Electronic SubmissionKO 5.6 - CMRAnnually1Electronic Submissionhttps://cmra.army.mil 5.8 Notify KO of Damages to Gov't PropertyPer Occurrence1Electronic SubmissionKO 5.8.1.2 Provide Accident ReportsAs needed1Electronic SubmissionKO 6.4.4.1 Provide Corporate Safety and Health PlanOnce1Electronic SubmissionKO 6.4.6.1 Provide HAZ Mat'l listingPer Occurrence1Electronic SubmissionKO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cb95d0fea9d027faeb6141d41f38613a)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02862254-W 20120901/120831000414-cb95d0fea9d027faeb6141d41f38613a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.