Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 02, 2012 FBO #4026
SOLICITATION NOTICE

R -- ISO-EMS-OHSAS REASSESSMENT AND SURVEILLENCE AUDITS - Package #1

Notice Date
11/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC-RSA-LEAD - (SPS), 1 OVERCASH AVE KO, BLDG 2 SOUTH, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W911N2-13-R-0014
 
Archive Date
12/29/2012
 
Point of Contact
kevin duffy, Phone: 7172678938
 
E-Mail Address
kevin.a.duffy4.civ@mail.mil
(kevin.a.duffy4.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation W911N2-13-R-0014 INTERNATIONAL STANDARDS ORGANIZATION (ISO) 9001:2008, ISO 14001 and International Occupational Health and Safety Management System (OHSAS) 18001 CERTIFICATION REQUIREMENTS FOR QUALITY MANAGEMENT SYSTEM (QMS), ENVIRONMENTAL MANAGEMENT SYSTEM (EMS), and Occupational Health and Safety Management (OHSAS) REASSESSMENT and SURVEILLENCE AUDITS This is a combined synopsis/solicitation for commercial services 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 W911N2-13-R-0014 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This solicitation is an unrestricted RFQ. The anticipated award will be a Firm Fixed Price Contract for a base year and four (4) option years; 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 541614. 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 – EMS REASSESSMENT AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) REASSESSMENT AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 14001:2004 EMS CERTIFICATION. REASSESSMENT AUDIT IS SIX AND ONE HALF DAYS. QUOTE AUDIT BY DAY AND TOTAL. Period of Performance: 3/01/13 to 2/28/2014. CLIN 0002- QMS REASSESSMENT AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE QUALITY MANAGEMENT SYSTEM (QMS) REASSESSMENT AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 9001:2008 QMS CERTIFICATION. REASSESSMENT AUDIT IS EIGHT DAYS (8) DAYS. QUOTE AUDIT BY DAY AND TOTAL. Period of Performance: 3/01/13 to 2/28/2014. CLIN 0003- OHSAS REASSESSMENT AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE OCCUPATIONAL HEALTH AND SAFETY (OHSAS) REASSESSMENT AUDIT FOR THE REGISTRATION AND MAINTENANCE OF OHSAS 18001 CERTIFICATION. REASSESSMENT AUDIT IS SIX AND ONE HALF DAYS (6.5). QUOTE AUDIT BY DAY AND TOTAL. Period of Performance: 3/01/13 to 2/28/2014 CLIN 0004- REASSESSMENT AUDIT REPORT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE REASSESSMENT AUDIT REPORT IN ACCORDANCE WITH PARAGRAPH 5.7 OF THE PERFORMANCE WORK STATEMENT (PWS). Period of Performance: 3/01/13 to 2/28/2014 CLIN 0005- TRAVEL EXPENSES INCLUDES ALL TRAVEL EXPENSES TO PERFORM CONCURRENT ANNUAL EMS, QMS, AND OHSAS AUDITS FOR TWENTY-ONE (21) DAYS. QUOTE PER DAY AND TOTAL. Period of Performance: 3/01/13 to 2/28/2014 CLIN 1001- EMS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 14001:2004 EMS CERTIFICATION. SURVEILLANCE AUDIT IS FIVE (5) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR Period of Performance: 3/01/14 to 2/28/2015 CLIN 1002- QMS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE QUALITY MANAGEMENT SYSTEM (QMS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 9001:2008 QMS CERTIFICATION. SURVEILLANCE AUDIT IS SIX (6) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR Period of Performance: 3/01/14 to 2/28/2015 CLIN 1003- OHSAS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE OCCUPATIONAL HEALTH AND SAFETY (OHSAS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF OHSAS 18001 CERTIFICATION. SURVEILLANCE AUDIT IS FIVE (5) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR. Period of Performance: 3/01/14 to 2/28/2015 CLIN 1004- TRAVEL EXPENSES INCLUDES ALL TRAVEL EXPENSES TO PERFORM CONCURRENT ANNUAL EMS, QMS, AND OHSAS AUDITS FOR SIXTEEN (16) DAYS. QUOTE PER DAY AND TOTAL. CLIN 2001- EMS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 14001:2004 EMS CERTIFICATION. SURVEILLANCE AUDIT IS FIVE (5) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR. Period of Performance: 3/01/15 to 2/29/2016 CLIN 2002- QMS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE QUALITY MANAGEMENT SYSTEM (QMS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 9001:2008 QMS CERTIFICATION. SURVEILLANCE AUDIT IS SIX (6) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR. Period of Performance: 3/01/15 to 2/29/2016 CLIN 2003- OHSAS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE OCCUPATIONAL HEALTH AND SAFETY (OHSAS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF OHSAS 18001 CERTIFICATION. SURVEILLANCE AUDIT IS FIVE (5) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR. Period of Performance: 3/01/15 to 2/29/2016 CLIN 2004-TRAVEL EXPENSES INCLUDES ALL TRAVEL EXPENSES TO PERFORM CONCURRENT ANNUAL EMS, QMS, AND OHSAS AUDITS FOR SIXTEEN (16) DAYS. QUOTE PER DAY AND TOTAL. CLIN 3001- EMS REASSESSMENT AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) REASSESSMENT AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 14001:2004 EMS CERTIFICATION. REASSESSMENT AUDIT IS SIX AND ONE HALF DAYS. QUOTE BY DAY AND TOTAL. Period of Performance: 3/01/16 to 2/28/2017 CLIN 3002- QMS REASSESSMENT AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE QUALITY MANAGEMENT SYSTEM (QMS) REASSESSMENT AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 9001:2008 QMS CERTIFICATION. REASSESSMENT AUDIT IS EIGHT DAYS (8). QUOTE BY DAY AND TOTAL. Period of Performance: 3/01/16 to 2/28/2017 CLIN 3003- OHSAS REASSESSMENT AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE OCCUPATIONAL HEALTH AND SAFETY (OHSAS) REASSESSMENT AUDIT FOR THE REGISTRATION AND MAINTENANCE OF OHSAS 18001 CERTIFICATION. REASSESSMENT AUDIT IS SIX AND ONE HALF DAYS (6.5). QUOTE BY DAY AND TOTAL. Period of Performance: 3/01/16 to 2/28/2017 CLIN 3004- REASSESSMENT AUDIT REPORT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE REASSESSMENT AUDIT REPORT IN ACCORDANCE WITH PARAGRAPH 5.7 OF THE PERFORMANCE WORK STATEMENT (PWS). Period of Performance: 3/01/16 to 2/28/2017 CLIN 3005- TRAVEL EXPENSES INCLUDES ALL TRAVEL EXPENSES TO PERFORM CONCURRENT ANNUAL EMS, QMS, AND OHSAS AUDITS FOR TWENTY-ONE (21) DAYS. QUOTE BY DAY AND TOTAL. Period of Performance: 3/01/16 to 2/28/2017 CLIN 4001- EMS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE ENVIRONMENTAL MANAGEMENT SYSTEM (EMS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 14001:2004 EMS CERTIFICATION. SURVEILLANCE AUDIT IS FIVE (5) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR. Period of Performance: 3/01/17 to 2/28/2018 CLIN 4002- QMS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE QUALITY MANAGEMENT SYSTEM (QMS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF IS0 9001:2008 QMS CERTIFICATION. SURVEILLANCE AUDIT IS SIX (6) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR. Period of Performance: 3/01/17 to 2/28/2018 CLIN 4003- OHSAS SURVEILLANCE AUDIT PROVIDE ALL LABOR, MATERIAL, SERVICES AND EQUIPMENT TO PERFORM THE OCCUPATIONAL HEALTH AND SAFETY (OHSAS) SURVEILLANCE AUDIT FOR THE REGISTRATION AND MAINTENANCE OF OHSAS 18001 CERTIFICATION. SURVEILLANCE AUDIT IS FIVE (5) DAYS AND ANNUAL REGISTRATION MAINTENANCE FEE. QUOTE AUDIT BY DAY/TOTAL AND MAINTENANCE FEE SEPARATELY FOR YEAR. Period of Performance: 3/01/17 to 2/28/2018 CLIN 4004- TRAVEL EXPENSES INCLUDES ALL TRAVEL EXPENSES TO PERFORM CONCURRENT ANNUAL EMS, QMS, AND OHSAS AUDITS FOR SIXTEEN (16) DAYS. QUOTE BY DAY AND TOTAL. Period of Performance: 3/01/17 to 2/28/2018 All services will include Labor, Materials and Equipment to perform the work required for Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. 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. Full completion of a Statement of Compliance, signed and dated by the Offeror must accompany each quote. 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 www.bpu.gov/orca FAR 52.204-9 Personal Identity Verification of Contracting Personnel (SEPT 2007) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012) FAR 52.204-99 System for Award Management Registration (August 2012) (Deviation); FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offeror Representations and Certifications--Commercial Items (APR 2012) Alternate I (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 1999); FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000); FAR 52.219-1 Small Business Representations (APR 2011); FAR 52.219-8 Utilization of Small Business Concerns (JAN 2011); FAR 52.219-28 Post-Award Small Business Program Representation (APR 2012); 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 52.222-35 Equal Opportunity for Veterans (SEP 2010); FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); FAR 52.222-37 Employment Reports on Veterans (SEP 2010); 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 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-2 Service of Protest (SEP 2006); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004); FAR 52.237-3 Continuity of Services (JAN 1991); FAR 52.242-13Bankruptcy (JUL 1995) FAR 52.246-4 Inspection of Services—Fixed-Price (AUG 1996); 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 252.201-7000 Contracting Officers Representative (DEC 1991); DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (SEP 2011); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011); DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992); DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 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 252.225-7012 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 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012); DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991); DFARS 252.243-7002 Requests for Equitable Adjustment (MAR 1998) DFARS 252.247-7023 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 DFARS 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) for WAWF information. 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 December 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 Priced. (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) ADDENDUM TO FAR 52.212-2 Technical acceptability shall be based on a technical evaluation submitted in response to the Request for Quote. Each response shall delineate the proposed methodology, process and cost to provide the services required contingent with the Performance Work Statement contained in Attachment II. STATEMENT OF COMPLIANCE Each Offeror must fully complete the attached Statement of Compliance. Failure to complete the Statement of Compliance can result in an offeror not being considered for award of this project. If the Offeror is unable to meet the required specification for any paragraph, the Offeror needs to mark “Non-comply” and the reason they are unable to comply. Alternatives to the specified requirement should be described in sufficient detail to allow the government to determine if the alternative meets the performance intent of the specification. Indication that the Offeror complies with a listed paragraph means that the Offeror understands and intends to comply with that paragraph and its sub-paragraphs. If the Offeror feels that any paragraph in the specification is unclear or needs to be revised, this needs to be covered with the Contracting Officer and resolved prior to submitting the Statement of Compliance. Any revisionsto the SOW and/or Statement of Compliance will be coordinated through the Contract Officer’s representative so that all parties involved in the bidding process are notified in a timely manner. OFFEROR'S STATEMENT OF COMPLANCE Paragraph # Description Comply Non-Comply Rationale for Non-Compliance / Alternative 5.1 The contractor shall provide registration/certification IAW ANSI-ANAB accreditation requirements. 5.2. The contractor shall perform a document review to ensure continued compliance to the standards. 5.3 The contractor shall conduct audits to ensure there is no lapse in certifications for ISO 9001:2008, ISO 14001:2007, and OHSAS 18001. 5.4 The contractor shall conduct re-assessment and surveillance audits for ISO 9001:2008, ISO 14001:2007, and OHSAS 18001. 5.5 The contractor shall coordinate the schedule with the COR and provide the necessary number of audit days to comply with ANSI-ANAB or RvA, whichever applies. 5.6 The contractor shall provide an Audit Plan at least 21 days for each type of audit. 5.7 The contractor shall provide an Audit Report within 10 days after each type of audit. 5.8 The contractor shall notify the COR with the decision to continue certification/registration or reasons for not recommending continued certification/registration. 5.9 The contractor shall communicate all audit results during and after audit. 5.10 The contractor shall within 30 days of audit completion upload to the online database. Authorized By:____________________________________________ Date:____________________________ Attachment I 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. (End of Clause) Attachment II PERFORMANCE WORK STATEMENT (PWS) FOR Combined ISO 9001:2008, ISO 14001:2004, and OHSAS 18001 Re-Assessment Audit, Registration, and Surveillance Audits Services 1.0 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 perform a combined audit for ISO 9001:2008, ISO 14001:2004, and OHSAS 18001 Re-Assessment Audit, Registration, and Surveillance Audits Services as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The contractor shall perform to the standards in this contract. 1.2 Background: Letterkenny Army Depot (LEAD) is a Maintenance Repair and Overhaul (MRO) depot and is currently registered to the ISO 9001, ISO 14001, and OHSAS 18001 Standards and is due for the 3 year reassessment in April 13. 1.3 Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and four 12-month option years for each Re-assessment Audit, Registration, and Surveillance Audits. The Period of Performance reads as follows: 1.3.1 Base Year: 1 March 2013 to 28 February 2014 1.3.2 Option Year One 1 March 2014 to 28 February 2015 1.3.3 Option Year Two: 1 March 2015 to 29 February 2016 1.3.4 Option Year Three 1March 2016 to 28 February 2017 1.3.5 Option Year Four: 1 March 2017 to 28Februrary 2018 1.4 General Information: 1.4.1 Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.1.1 New Year’s Day: January 1st 1.4.1.2 Martin Luther King, Jr.’s Birthday: Third Monday in January 1.4.1.3 President’s Day: Third Monday in February 1.4.1.4 Memorial Day: Last Monday in May 1.4.1.5 Independence Day: July 4th 1.4.1.6 Labor Day: First Monday in September 1.4.1.7 Columbus Day: First Monday in October 1.4.1.8 Veteran’s Day: November 11th 1.4.1.9 Thanksgiving Day: Third Thursday in November 1.4.1.10 Christmas Day: Third Thursday in December 1.4.2 Place and Performance of Services: The contractor shall provide services between the hours of 0400 – 1900 to facilitate all 3 shifts 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 Letterkenny Army Depot in Bldgs. 1, 2, 4, 5, 10, 14, 33, 37, 51, 52, 57, 320, 350, 370, 5800, and 5808. 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. 1.4.3 Security Requirements: Contractor and all associated sub-contractor’s employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce shall comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.3.1The audits under this contract will be performed aboard a DOD facility with special access requirements. Foreign nationals shall not be used as auditors due to stringent security requirements. The contractor shall obtain all special access clearances in a manner that will not affect scheduled performance for all personnel provided to perform under this contract. 1.4.3.2 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. 1.4.3.3 AT Level 1 Awareness Training: All contractor employees, to included subcontractor employees, requiring access to Army Installations, facilities, and controlled access areas shall complete AT Level 1 awareness training within 30 calendar days after contract start date and within 30 calendar days of new employees commencing performance. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. AT level 1 awareness training is available on the Letterkenny Army Depot homepage – www.lead.army.mil. 1.4.3.4 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 COR or contracting officer. 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 COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. iWATCH training is available on the Letterkenny Army Depot homepage – www.lead.army.mil. 1.4.3.5 Access, General Protection, and Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility, or area. 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 government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services, or Security Office. 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. 1.4.3.5 OPSEC Training: Per AR 530-1, Operations Security, new contractor employees and associated sub-contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. Level 1 OPSEC training is available on the Letterkenny Army Depot homepage – www.lead.army.mil. 1.4.4 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. 1.4.5 Post Award Conference/Periodic Progress Meetings: A Post Award Conference will be scheduled no later than 30 days after contract award. Additionally, the contractor shall attend any progress meetings convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer’s Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor’s performance. At these meetings, the Contacting Officer 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. 1.4.6 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. 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. 1.4..7 Identification of Contractor Employees: All contact 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. 1.4.8 Organizational Conflicts of Interest (OCI): The contractor shall notify the KO immediately whenever it becomes aware of 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. 2.0 Definitions and Acronyms: 2.1.1 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. 2.1.2 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. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.6 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. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13 WORK WEEK. Monday through Friday, unless specified otherwise. 2.2 ACRONYMS: AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative 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 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the facilities, equipment, materials, and/or services listed below: 3.1 Facilities: The Government will furnish the necessary workspace for the contractor to perform the audits. The contractor will not have access to the LEAD network, copier, and fax machines. 3.2 Utilities: All utilities in the facility will be available for the contactor’s use in the performance of this contract. 3.3 Personal Protective Equipment (PPE). The Government will provide the contractor eye protection and hearing protection while working on site. 4.0 Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 4.2. The contractor shall provide its own computer equipment which is subject to a controlled inventory while on site. 4.3 The contractor shall provide steel toed foot protection for its employees and ensure employees comply with requirements to wear PPE. 5.0 Requirements: The contractor shall: 5.1 Ensure, upon successful completion of the necessary audits, registration/certification of the Quality Management System of LEAD as ISO 9001:2008, ISO 14001:2004, and OHSAS compliant in accordance with ANSI-ANAB accreditation requirements. 5.2 Perform a document review of LEAD’s Quality System Manual (QSM) and the various Quality System Procedures (QSPs) and Environmental Management System Procedures to ensure LEAD’s documented systems meets the requirements of the respective standards. 5.3 Conduct all audits to ensure there is no lapse in certification/registrations for ISO 9001:2008, ISO 14001:2004, and OHSAS 18001. 5.4 Provide registration/certification/re-assessment audits and/or surveillance/maintenance audits to be conducted, as scheduled by LEAD, to maintain ISO and OHSAS registration through the end of the contract 5.5 Coordinate with the Contracting Officer’s Representative (COR) the specific schedule for each of these audits. The number of Audit Days for each audit shall meet, at a minimum, the ANSI-ANAB or RvA (whichever applies) minimum audit requirements. 5.6 Provide an Audit Plan at least 21 days prior to each audit to allow coordination with the COR to schedule dates, times, and functional areas to be audited. 5.7 Provide an audit report within 10 days after each audit is completed. 5.8 Notify, upon an initial or re-registration audit, the COR of the decision whether to register/certify or not. If the decision is to register, the contractor shall provide a registration/certification document. 5.9 Communicate all audit results during and after an audit and respond to LEAD’s responses to any nonconformance. The contractor shall report its review results of nonconformities responses to the COR. 5.10 Ensure that within 30 days of completion of the audit, the assessment results are uploaded in an online database. 5.11 CONTRACTOR MANAGEMENT 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, Contracting Officer’s Technical Representative (COTR) or also known as the Contracting Officer’s Representative (COR); (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. 6.0 Applicable Publications: Publications applicable to this PWS are listed below: Publication (Chapter / Page) Date of Publication Mandatory or Advisory Website ANSI-ANAB Mandatory TECHNICAL EXHIBIT 1 PERFORMANCE REQUIREMENTS SUMMARY Desired Outcomes Required Service Performance Standard Acceptable Quality Level (AQL) Monitoring Method Incentives/Disincentives For Meeting or Not Meeting the Performance Standards Document Review Review the QSM,QSPs and other documents for compliance with requirements Paragraph 5.2 of this PWS 100% Compliance visual Incentive: Contractor will receive payment for completion of work. Disincentive: No payment until work completed Certification assessment Audit (No Lapse) Certification and registration Paragraph 5.3 of this PWS 100% Compliance Visual Site Visit Incentive: Contractor will receive payment for completion of work. Disincentive: No payment until audit completed. Annual Surveillance/re-assessment Audits Surveillance Audit to determine LEADs continued compliance with the standards. Paragraph 5.4 of this PWS 100% Compliance Visual Site Visit Incentive: Contractor will receive payment for completion of work. Disincentive: No payment until audit completed. TECHNICAL EXHIBIT 2 Deliverables Schedule Deliverable Frequency Number of Copies Medium/Format Submit To 5.6 - Audit Plan At least 21 days prior to each audit 1 Hard Copy COR 5.7 – Audit Report 10 days after completion of each audit 1 Hard Copy COR 5.10 – Database Update Within 30 days of completion of the audit N/A Electronic Submission Website
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2af33f6ed66fd42b4665b0d50b856e0f)
 
Place of Performance
Address: Letterkenny Army Depot, 1 Overcash Avenue, ATTN:CCAM-ALK BLDG 2, Chambersburg, PA 17201-4101, Chambersburg, Pennsylvania, 17201, United States
Zip Code: 17201
 
Record
SN02940223-W 20121202/121130234407-2af33f6ed66fd42b4665b0d50b856e0f (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.