MODIFICATION
H -- ELECTRICAL INSPECTION SERVICES
- Notice Date
- 8/12/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541330
— Engineering Services
- Contracting Office
- MICC - Fort Campbell, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124813T0025
- Response Due
- 8/16/2013
- Archive Date
- 10/11/2013
- Point of Contact
- Noryem Maldonado, 270-798-7852
- E-Mail Address
-
MICC - Fort Campbell
(noryem.maldonado@us.army.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- AMENDMENT TO COMBINED SYNOPSIS/ SOLICITATION FOR, DPW Electrical Inspection Services Fort Campbell, KY 42223 General Information Document Type: Modification to a Previous Synopsis/Solicitation Solicitation Number: W91248-13-T-0025 Classification Code:H361 - Inspection Services/Power Distribution Equipment Posted Date:07-30-2013 Original Response Date:08-15-2013 Current Response Date: 08-16-2013 12:00 A.M. CT Classification Code: 541330 Set Aside:100% Service Disabled Veteran Owned Small Business Contracting Office Address Mission & Installation Contracting Command (MICC), 6923 28th and Dessert Storm, Fort Campbell, KY 42223-5355 Description: Synopsis/solicitation for Electrical Inspection Services, Fort Campbell, KY, is amended as follows: 1. Submit revised Performance Work Statement (PWS) as follows: PERFORMANCE WORK STATEMENT ELECTRICAL INSPECTION SERVICES FORT CAMPBELL, KY FE100941J C.1. GENERAL. C.1.1. SCOPE OF WORK. The Contractor shall provide all labor, materials, and equipment to perform the following: C.1.1.1 Provide technical services and electrical inspection services to Fort Campbell's Engineering Division of the Directorate of Public Works (DPW). Contractor shall provide inspection services for electrical systems, interior, exterior and distribution. Systems include new construction, modifications, additions, and upgrades to existing systems. Systems are for single buildings as well as multiple buildings, exterior systems to include the distribution systems including but not limited to poles, conductors overhead and underground, transformers, pad mounted or pole mounted, etc. Contractor personnel shall perform electrical inspections. Projects could include those by DPW, AAFES, MWR, Corps of Engineers (COE) and others. C.1.2. REQUIREMENTS:This Contractor is independent and not associated with any other organization/firm with interests in bidding or working other contracts at Fort Campbell which involves electrical installation, modification or other that would require a permit and inspection. The Contractor will not be an agent of the Government but will be a technical consultant. The Contractor shall provide the technical expertise necessary to accomplish the tasks stated herein. The Contractor shall submit all work to the Contracting Officer's Representative (COR) for review and approval. Specific tasks are listed in this PWS. C.1.3. PROJECT MANAGEMENT AND SUPERVISION. The Contractor shall designate a Project/Contract Manager/Supervisor (i.e., Contractor's Representative) with the authority to receive and perform work assignments, receive and implement changes to scheduled work, and receive and direct additional work assignments to be accomplished. Delivery of correspondence to this Contractor's Representative shall be deemed delivered to the Contractor. Contractor shall be available during normal work hours, 7:30 A.M. to 4:00 P.M., Monday thru Friday, for communication with the Contracting Officer's Representative. When contract work is being performed at times other than described above, or if the Project Manager is absent, the Contractor shall designate an individual to act for the Project Manager. C.1.3.1. Replacement Inspector. Contractor shall provide a replacement inspector in the event the assigned inspector(s) is unavailable. Replacement Inspector qualifications shall be submitted prior to needing their services. C.1.4. CONTRACTOR EMPLOYEES. C.1.4.1. General Employee Qualifications. All contractor employees shall be trained, qualified, certified/licensed as required to perform the work specified in this Performance Work Statement (PWS) with a minimum of five (5) years experience performing electrical inspection duties. They shall conform to all security regulations which may be in effect during the contract period and shall be subject to such checks as may be deemed necessary to assure that no violations occur. No employee shall be permitted on the reservation when such a check reveals that his presence would be detrimental to the security of the installation or the accomplishment of the work. The Contracting Officer may require the Contractor to remove any employee for security and misconduct reasons. A listing of all Contractor Employees shall be provided to the Contracting Officer no later than 30 days after contract award and shall be updated as changes occur. The Contractor's failure to ensure their employee's compliance with these requirements may be deemed as compromising the security and safety of the installation. Such conditions fostered by the Contractor or Contractor personnel may be grounds for the Contracting Officer to halt any and all Contractor performance with a commensurate deduction of monies due the Contractor until such unsafe conditions are corrected. The Contractor shall take due caution not to endanger personnel during performance of this contract. C.1.4.1.1. Certification. The Contractor shall submit proof the personnel performing work under this Scope of Work have successfully completed all the requirements for certification as a National Certification Program Construction Code Inspectors (NCPCCI) program. At a minimum, this entails successfully completing 2A-One & Two Family, 2B-General Knowledge. & 2C-Plan Review. In addition to the tests mentioned above employees must successfully complete all other requirements that are imposed by the certification program a NCPCCI-Construction Code Inspector. All inspectors shall be certified thru National Certification Program Construction Code Inspectors (NCPCCI) program. C.1.4.2. Employee Conduct. Contractor employees shall conduct themselves in a professional, courteous manner at all times during the performance of his/her duties. The Contractor shall not allow any employee who has possession of or who is under the influence of alcohol or other illegal substances to perform work. The Contractor shall be responsible for the supervision and conduct of his employees. The Contracting Officer may require that any agent or employee of the Contractor whose conduct creates a disruption or risk to others be removed from the Government Installation. The Contractor shall return - and shall require that all subcontractors and suppliers return - all government access documents, i.e., ID cards or Access Badges, from dismissed personnel immediately upon dismissal. C.1.4.3. Employee Appearance. Contractor's employees shall present a neat, clean, well-groomed appearance at all times and be appropriately dressed in the uniform (paragraph C.1.4.4) for the work to be done. C.1.4.4. Uniforms. All Contractor employees shall wear a professional uniform having quote mark ELECTRICAL INSPECTOR under contract to Fort Campbell, Kentucky quote mark, patch/device permanently affixed to the uniform. Uniform shall consist of shirt, and be consistent in color for all employees. Uniforms shall be furnished by the Contractor, and a sample uniform shall be submitted for approval by the Contracting Officer within 30 days of contract award. Contractor shall also provide a distinctive uniform jacket/coat for wearing in inclement weather so as to easily identify Contractor employees. C.1.4.5. Identification Badges. The contractor shall require that all employees satisfy And comply with all installation security requirements in order to gain access to the installation; included, but not limited to background checks, ID Card management, and maintaining and providing access rosters. The requirements may include furnishing identification cards or badges, with picture, to all employees. The card/badge shall include employee's name, contractor's name, and be of a design approved by the Contracting Officer. Card/badge shall be submitted for approval within 30 days of contract award. Employees shall be required to display the identification badge at all times within the boundaries of this installation. The employee shall have an additional ID badge with picture, contract number, contractor's name, and the title quote mark Electrical Inspector Under Contract to the Fort Campbell DPW quote mark legibly detailed. Card/badge shall be submitted to the Contracting Officer for approval within 30 days of contract award. The Contractor shall return all government access documents upon the termination of the contract. Failure to comply with these requirements may compromise the security and safety of the installation. C.1.4.6. Manpower Reporting Requirement quote mark The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the [NAMED COMPONENT] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website quote mark. C.1.4.7 INSTALLATION ACCESS. Contractor personnel operating a privately owned vehicle (POV) on Fort Campbell shall comply with the installation requirement of registering vehicles operated on post. State registration, proof of insurance and a valid driver's license are required in order to register a POV. Personnel are required to register through the Provost Marshall's Office, Vehicle Registration, Building A5004. Implementation of the AVIDS BAR CODE SYSTEM for entry to the installation is ongoing. Contractors should have a quote mark bar code quote mark either on a card of their choice, or the card Force Protection provides. The bar code when scanned shall display personal information and a photo. If the bar code is quote mark EXPIRED quote mark, the scanner shall reflect that. The new laminated cards are being issued at Gate 4, Vehicle Registration, (270) 798-5047. Contractor employees who are retired military or dependents and have a valid DoD ID card do not need a bar code. Vehicle passes and decals of terminated employees shall be returned to the Provost Marshal within one (1) business day and three (3) business days after completion of this contract, when state license is no longer valid, or upon sale of the vehicle. The contractor shall be responsible for assuring all contractor personnel authorized to perform work under this contract obtain installation access as required by applicable regulations. Government furnished identification shall be returned to the government when the employee no longer performs work for the contractor under this contract. Installation Access: Entry to the installation requires the following: current vehicle registration, proof of insurance, valid driver's license for the vehicle driver, and picture identification for other personnel. Contractors/Subcontractors and their employees requiring access to the installation will be required to comply with the installation access control policy/procedures. The Government will not be responsible for damages due to delay/stoppages caused by failure to comply. Contractors shall be restricted to physically sign in at ACP7. Employees will be required to go through the inspection area and will be subject to the standard access control procedures, security screening, and/or vehicle inspection for entry unless they have a DoD issued ID card or participate in RAPIDGate. Installation access procedures are subject to change at any time during performance. For further information on RAPIDGate please go to http://www.tesoroplans.com/Plans/HR_MACC/SACT_HQ/RG/faq.pdf (costs are involved with registering). Contractor shall include these costs in overhead and no other reimbursement shall be made. NOTE: The method of ID may change during performance of this contract; contractor shall comply with any updated security requirements. C.1.4.8 SECURITY REQUIREMENTS. Contractor personnel and any representative of the contractor entering Fort Campbell shall abide by all security regulations and shall be subject to security checks. The contractor shall provide protection of For Official Use Only information in accordance with established government regulations. Further, the contractor is responsible for ensuring that all employees follow OPSEC requirements established by Fort Campbell during completion of their duties. C.1.4.8.1 PERSONNEL SECURITY. In accordance with the Homeland Security Presidential Directive 12 requirements, contractors shall be subject to a National Agency Check with Inquiries (NACI) or equivalent and a Federal Bureau of Investigation 10 point fingerprint check without adverse findings prior to receiving a Common Access Card (CAC) and access to the Fort Campbell computer network. The contractor shall contact the Fort Campbell Industrial Security Specialist at (270) 798-1194 for NACI processing. The contractor shall apply for NACI within 10 work days after contract award. Applications for background checks shall be made in accordance with the appropriate regulations. Contractors who have not received the required background check shall not be allowed to perform work on unclassified computer systems (i.e. Integrated Facilities System). Contractors must be able to obtain and utilize a CAC. Secretary of the Army Memorandum dated 28 January 2006 on Contractor Verification System (CVS) Implementation provides guidance and instructions for the implementation of the CVS Army-wide. IAW that guidance, the COR, the contractor's sponsor, approves issuance of the CAC through the automated CVS system. C.1.4.8.2 SEARCH AND SEIZURE. Contractor personnel and property shall be subject to search and seizure upon entering the confines of Fort Campbell, and upon leaving the confines of Fort Campbell in accordance with applicable regulations. C.1.4.8.3Contractor personnel shall apply and provide all required information to process security clearances and background investigations required to perform the duties of this contract within 10 days of contract award. Application shall be made to the Provost Marshalls office, currently at building 123 Forrest Road, Fort Campbell, KY 42223. The contractor shall initiate the appropriate security clearance action in accordance with Contract Verification system (CVS) procedures. The contract personnel is required to obtain a common Access Card (CAC) in order to access the Government computer system and input required data. C.1.4.8.4Disclosure of Information: Performance under this contract may require the contractor to access data and information proprietary to a government agency, another government contractor, or of such nature that its dissemination or use other than as specified in this work statement would be adverse to the interests of the government or to others. Neither the contractor, nor contractor personnel, shall divulge nor release data or information developed or obtained under performance of this wok statement, except to authorized government personnel or upon written approval of the Contracting Officer. The contractor shall not use, disclose, or reproduce proprietary data which bears a restrictive legend, other that as specified in this work statement. C.1.4.8.5Disclosure of information regarding operations and services of the activity to persons not entitled to receive it, or failure to safeguard any classified information that may come to the contractor (or any persons under the contractor's control) in connection with work under this work statement, may subject the contractor, contractor's agent, or employees to criminal liability under Title 18, Sections 793 and 798 of the united States Code. Neither the contractor or contractor's employees shall disclose or cause to be disseminated, any information concerning the operations of the activity which could result in, or increase the likelihood of, the possibility of a breach of the activities' security or interrupt the continuity of this operation. C.1.4.8.6 All inquiries, comments, or complaints arising from all matters observed, experienced, or learned as a result of, or in connection with the performance of this contract, the resolution of which may require the dissemination of official information, will be directed to the Contracting officer. C.1.4.8.7 Inquiries received by the contractor for work performed under this contract shall be referred to the Government for evaluation under the Freedom of Information act of 1975, Public Law 93-502, 5 USC., Section 552. The determination of whether records will be released will remain with the government. The contractor shall be responsible for search and submission of records upon request by the government. C.1.4.8.8 The contractor shall not release any information (including photographs, files, public announcements, statement, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program here under without the prior written approval of the Contracting Officer. The contractor shall not release information regarding individuals without prior authority of the contracting officer. All documentation showing individuals' names or other personal information will be controlled and protected. The provisions of the Privacy act of 1974, Public Law 93-5779, 5 USC., Section 552a, shall apply. C.1.4.9 Smoking: The contractor shall comply with the Federal Smoking laws which establishes the uniform policies governing smoking. C.1.4.10 Training: The contractor shall maintain any training required to perform this contract. C.1.4.11 DOD ANTI-TERRORISM STANDARDS: Pursuant to Department of Defense Instruction 2000.16, quote mark DoD Anti-Terrorism Standards, quote mark each contractor employee who needs access to Fort Campbell, Kentucky, must complete Level I anti-terrorism awareness training and receive certificate of training. The training is publicly available at https://atlevel1.dtic.mil/at. Contractor shall provide certificates to the Contracting Officer. If an automated system is not available, contractor may conduct required training (i.e., as part of Quality Control or Safety training) and provide employees' names and evidence of certification to the Contracting Officer. C.1.5. QUALITY CONTROL. Contractor shall be responsible for quality control to ensure services provided meet the requirements of the contract C.1.6 QUALITY ASSURANCE. C.1.6.1 Performance Evaluation Meetings. The Contractor's Representative may be required to meet at least weekly with the Contracting Officer's Representative (COR) and the Contracting Officer during the first month of the contract. Meetings will be as often as necessary thereafter as determined by the Contracting Officer. However, if the Contractor requests, a meeting will be held whenever a Contract Discrepancy Report is issued. The written minutes of these meetings shall be signed by the Contractor's Representative, Contracting Officer and COR. Should the Contractor not concur with the minutes, the Contractor shall so state any areas of non-concurrence in writing to the Contracting Officer within seven calendar days of receipt of the signed minutes. C.1.7 HOURS OF OPERATION C.1.7.1 Normal Working Hours. The Contractor shall provide Electrical Inspection Services from 0730 to 1600 (7:30 A.M. to 4:00 P.M.), Monday through Friday, excluding Federal Holidays. C.1.8 SAFETY REQUIREMENTS. C.1.8.1 The Contractor shall comply with all safety requirements in effect at Fort Campbell, Kentucky. C.1.8.2 In order to provide safety control for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies, and equipment; and for avoidance of work interruptions in the performance of this contract, the Contractor shall comply with EM 385-1-1, Occupational Safety and Health Act (OSHA) and all pertinent provisions of the publications 29 CFR 1910. C.1.9. ACCIDENTS AND INJURIES. C.1.9.1 Upon the occurrence of a job-related injury, the Contractor shall forward a copy of the record of injury through the Contracting Officer to the Installation Safety Officer within five (5) work days after occurrence. Any technical advice and assistance necessary in accident investigating and reporting may be requested from the Installation Safety Officer through the Contracting Officer. If any claims are made by a third party against the Contractor as a result of an accident which occurs in connection with the Contractor's performance, the Contractor shall submit a report, in writing, within seventy-two (72) hours of the initiation of the claim, to the Contracting Officer. C.1.9.2 The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. In addition to this, each crew of workers shall be provided with first aid kits complying with OSHA and other Federal and State requirements to care for minor injuries normally sustained in the industry. C.1.10 ENVIRONMENTAL REQUIREMENTS C..1.10.1 Material Storage. No potential environmental polluting materials, including, but not limited to, hazardous chemicals, oils and other petroleum products shall be stored on the Installation by the Contractor. The contractor has no on-site storage facility. C.1.10.2 Spills. C.1.10.2.1. Spill Response Plan. The Contractor shall submit a Spill Response Plan to the Contracting Officer within fourteen (14) days after contract award. The Plan shall include, but not limited to, a list of spill response material/equipment on hand, spill notification procedures, names and phone numbers of key point of contacts. Upon approval, the plan will be made available to all employees, emergency response teams and local emergency personnel. The Contractor will be required to initiate the cleanup action within 24 hours of the spill. The Fort Campbell Spill Plan Form will be provided at the pre-work conference to the successful bidder. C.1.10.2.2 Spill Responsibility. The Contractor shall be solely responsible for any spills which occur as the result of, or are contributed to by, the actions of its agents, personnel or contractors during the performance of this contract. When possible, emergency response to prevent eminent danger to human health and the environment will be provided by the Fort Campbell Fire Department. The Contractor shall clean such spills to the satisfaction of the Government and in a manner that complies with applicable federal, state and local laws and regulations. The cleanup shall be at no cost to the Government. C.1.10.2.3 Reporting of Spills. Immediately upon discovery, the Contractor shall report spills of petroleum products, solvents, wastes, any regulated substances, or any other material known to have the potential to be hazardous to the environment or human health, regardless of the quantity involved to the Contracting Officer or his authorized representative. C.1.10.2.3.1 Notification procedures for hazardous waste spills will be as stated in 40 CFR302 and/or 40 CFR355. The Contractor shall promptly notify the Fort Campbell Fire Department during or after normal duty hours. C.1.10.2.3.2 Notification procedures for oil and other petroleum products spills will vary depending on quantity. Spills involving an area less than two feet in any direction will not require notification to the Fire Department. The Fire Department shall be notified during normal duty hours only for spills involving an area not over ten feet in any direction or not over fifty square feet or less than ten gallons. The Fire Department shall be promptly notified for spills involving an area in excess of fifty square feet, or greater than ten gallons, or any amount when released into a stream or body of water. C.1.10.2.3.3 OZONE: Upon award The contractor shall contact the Air Quality office at (270) 798-9598 or (270) 798-9603 ASAP to provide information concerning equipment types, hours of operation, number of personnel, etc. (see attached Conformity Rule form to be filled out). The Air Quality Program will then do calculations for estimated emissions. C.1.10.3 Environment and OSHA. The contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. Any apparent conflict between compliance with such local, State and Federal laws, rules, and regulations and compliance with the requirements of the contract shall be immediately brought to the attention of the Contracting Officer or his authorized representative for final resolution. The Contractor shall notify the Contracting Officer or his authorized representative in writing in addition to any verbal notification of such conflicts. The Contractor shall be liable for all fines, penalties, and costs which result from violations of, or failure to comply with, all such local, State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or Contractor personnel may be grounds for the Contracting Officer to halt any and all Contractor performance with a commensurate deduction of monies due the Contractor until such unsafe conditions are corrected. The Contractor shall take due caution not to endanger personnel during performance of this contract. Upon discovery of a serious hazard such as, but not limited to, fire, or large fuel spill, the Contractor shall notify the Contracting Officer or his designated representative. C.1.12 VEHICLE REGISTRATION, LICENSING AND OPERATION C.1.12.1 Proper state registration, proof of insurance, and a valid driver's license are required to operate a privately operated vehicle (POV) on the installation. Registration with the Provost Marshall's Office is required. C.1.12.2 All vehicles operated by the Contractor on this installation shall meet Kentucky and Tennessee safety standards, must be properly licensed and be registered with the Provost Marshall's Office. Payment of all fees shall be borne by the Contractor. C.1.13 VANDALISM/DAMAGE. C.1.13.1 Any acts of vandalism discovered by the Contractor shall immediately be reported to the Military Police and COR. C.1.14 PHASE-IN/PHASE OUT PERIODS. a. (Phase-In) A transition period of thirty (30) calendar days will be available immediately prior to contract startup during which time management personnel of the incoming Contractor may observe current operations of the Government and incumbent contractor pertaining to this contract. The incoming contractor shall ensure that its phase-in operations do not hinder or interfere with normal operations of the phase-out contractor and that maximum effort is made to avoid loss of productivity. During contract phase-in, the incoming contractor shall observe operations of the in -place work force; gather and provide submittals, establish signatory authority for Government forms which require contractor completion, secure insurance, licenses and tax documents needed to accomplish contract tasks. No compensation will be allowed for this period. b. (Phase-Out) During the thirty (30) calendar day period immediately prior to the end of this contract, the incumbent contractor shall permit his successor and the successor's key personnel to observe and become familiar with any and all operations performed under this contract which shall begin on or before the final day of this contract. The contractor shall not defer any requirements for the purpose of avoiding responsibility and transferring such responsibility to the successor Contractor or Government. C.1.15 COMPLIANCE WITH LAWS AND REGULATIONS. Failure to comply with all applicable laws and regulations may subject the Contractor to liabilities imposed by a regulating agency. The Contractor shall be required to reimburse the Government for fines, fees, or penalties assessed against the Government due to the Contractor's performance. C.2 DEFINITIONS/ACRONYMS AND ABBREVIATIONS C.2.1 DEFINITIONS C.2.1.1 Contract Discrepancy Report (CDR). A formal, written documentation of contract nonconformance or lack of performance for contract work. C.2.1.2 Contracting Officer ( quote mark KO quote mark ). means a person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. The term includes certain authorized representatives of the contracting officer acting within the limits of their authority as delegated by the contracting officer C.2.1.3 Contracting Officer's Representative (COR). means an individual designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. C.2.1.4 Contractor's Representative. A managerial employee of the Contractor with the authority to receive and perform work assignments, receive and implement changes to scheduled work, and receive and direct additional work assignments to be accomplished, all as actions of and for the Contractor. Sometimes called Project/Contract/Manager/Supervisor. C.2.1.5 Federal Holidays. Days that civilian Federal Government employees do not normally work. They are: New Year's Day, Martin Luther King's Birthday, President's Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving Day and Christmas Day C.2.1.6 Government-furnished Property. Property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance of a contract C.2.1.7 Prework Conference (PWC). A conference arranged and conducted by the ContractingOfficer (KO) or his designated representative to discuss contract requirements before the contractor starts work on site. Persons participating in this conference are the Contracting Officer or his designated representative, the Contracting Officer's Representative, Inspector, and Contractor personnel. C.2.1.8 Quality Assurance. Various functions, including inspection, performed by the Government to determine whether a contractor has fulfilled the contract obligations pertaining to quality and quantity C.2.1.9 Quality Control. Those actions taken by a contractor to control the procedures and processes for services to ensure that these services meet contract requirements. C.2.2 ABBREVIATIONS AND ACRONYMS C.2.2.1 CDR-Contract Discrepancy Report C.2.2.2 COR - Contracting Officer's Representative C.2.2.3 DPW - Department of Public Works C.2.2.4 FAR-Federal Acquisition Regulation C.2.2.5 FTC-Fort Campbell C.2.2.6 GFP-Government Furnished Property C.2.2.7 IAW-In Accordance With C.2.2.8 MICC - Military Installation Contracting Command C.2.2.9 NLT-No Later Than C.2.2.10 OSHA-Occupational Safety and Health Act C.2.2.11 PWS-Performance Work Statement C.2.2.12 QA-Quality Assurance C.2.2.12 QC-Quality Control C.2.2.13 TE-Technical Exhibit C.3 GOVERNMENT-FURNISHED PROPERTY AND EQUIPMENT AND SERVICES. C.3.1 The Government will provide office space, telephone service, LAN access, electronic mail, voice mail, internet access, technical libraries, printing, and limited GIS/automation support. The Government will provide shared access to printer/plotters for large size maps/drawings. The contractor shall be responsible for any loss or damage to Government provided property. C.3.1.1 Emergency Medical Service. The Government will provide emergency medical care for contractor personnel injured on-the-job or experiencing emergency or illness at Blanchfield Army Community Hospital (BACH). Emergency medical care will be limited to those services necessary to prevent undue suffering or loss of life. Emergency care provided to contractor personnel will be priced at the established Army rate and the contractor shall provide reimbursement to the Government. C.3.1.12 FIRE PREVENTION. The Government will provide routine and emergency fire protection. The contractor is required to have up to date fully maintained portable fire extinguishers in any company vehicles operating on the installation. C.4 CONTRACTOR-FURNISHED ITEMS. C.4.1 VEHICLE REQUIREMENTS. C.4.1.1 Vehicles. Vehicle transportation required in performing the requirements of this contract shall be furnished by the Contractor, and shall meet Kentucky and Tennessee Safety Standards. All vehicles operated by the Contractor and his/her employees on the Fort Campbell military reservation shall be registered at the Provost Marshall's Office, Fort Campbell, Kentucky, and payment of all fees shall be borne by the Contractor. All vehicles used in performance of duties, whether the vehicle is Contractor-owned or privately-owned, shall have Contractor's name, Fort Campbell, Kentucky, visibly displayed on the vehicle doors. In the event of vehicle failure, Contractor shall immediately initiate action for vehicle repair or replacement. Vehicle specified in paragraph 4.1.2 shall be repaired or a temporary replacement vehicle shall be on-site within four (4) hours of vehicle failure. Additionally, Contractor shall immediately notify the Contracting Officer's Representative of vehicle failure and actions initiated to remain in compliance with inspection schedules. C.4.1.2 Vehicle Listing. The Contractor shall provide, at contract performance start date, a listing of all vehicles used in performance of the contract. An updated list shall be provided to the Contracting Officer each time the inventory is changed. Vehicles no longer in service shall be removed from the list, and the registration decal shall be returned to the Contracting Officer. C.4.1.3 Licenses/Permits. The Contractor shall provide, at his expense, all licenses and permits as may be required by the state, county, and municipality where he operates any type of motor vehicles. C.4.1.4 Vehicle Maintenance and Repair. The Contractor shall maintain and repair all vehicles in a safe and serviceable condition. All Contractor vehicles shall be maintained with clean and orderly appearance, free from observable spills, scum, or buildup. Contractor shall not perform vehicle maintenance, washing or cleaning on Government property. Contractor shall not operate vehicles under this contract that are leaking fluids of any type. C.4.2 UNIFORMS AND PERSONAL EQUIPMENT. The Contractor shall provide all badges, uniforms, and personal safety equipment (glasses, shoes, etc.) required for use under the contract C.4.3 Tools. The Contractor shall provide general use hand tools (screwdrivers, wrenches, sockets, toolbox, etc.) and electrical meters and other testing equipment. C.4.3.1 Test equipment - Contractor is expected to have on site a meter to test ground rods such as the IDEAL model 61-290 ground clamp tester or approved equal. The tester shall be capable of testing ground resistance to 1200 Ohms in one-tenth increments. Leakage current to minimum 30amps Ground continuity loop test Resistance accuracy to 1.5% Leakage Current Accuracy to 2.0% C.4.3.2Camera - The contractor shall provide the inspector a digital camera with sufficient quality (pixels) and memory. A means of downloading to electronic media (CD or DVD) shall also be provided. C.5 SPECIFIC TASKS TO BE PERFORMED. C.5.1 Technical Coordination for Construction Designs - Review IAW the National Electric code (NEC), National Electric Safety Code, (NESC), Rural Utility Standards, (RUS) and Cam Reg 420-4 plans/designs/drawings to ensure such documents specify and indicate desired result. Comments will be provided to the appropriate entities within established timelines in Cam Reg. 420-4 with copies provided to the COR. Coordinate with various Government entities, Operations & Maintenance (O&M) personnel, inspections, Fire Department, DPW Master Planning, DPW Engineering and Louisville Corps of Engineers (LCOE) in the development of the Design Guide criteria. C.5.2. Inspection Coordination - Provide onsite inspections of electrical installation for current code compliance to include but not limited to: new construction, additions, heating and air conditioning, rough-in, open ditch, and final project acceptance for both interior and exterior electrical work. Inspection results shall be provided to the COR. Contractor personnel shall work in accordance with the Fort Campbell Electrical Inspection Program complying with the latest CAM Reg 420- 4 and any subsequent modifications and amendments to the CAM Reg and inspect electrical installations, modifications, etc., which were completed by others performing sustainment, restoration, and/or new modernization projects. Inspections shall be performed no later than 3 business days after receipt of request for inspection; written results shall be provided to the appropriate project COR for Government action whether recommended to be approved or disapproved within the same 3 business days. All recommendations for disapproval shall be accompanied with a report indicating the section, paragraph of which code, regulation, etc., disapproval is recommended for. C.5.3Records Management- Maintain records of approved electrical contractor(s) permitted to work on fort Campbell. Maintain records of permit applications and disposition of each. Make available all records to the quote mark Board quote mark for review. C.5.4REPORTS/DELIVERABLES: The Contractor will be required to review certified monthly reports with the COR prior to submittal to Contracting. These reports are due no later than the fifth (5th) of each month to the contracting Officer. The Monthly report shall contain an accurate, up-to-date account of all work completed during the month. Reports shall be no longer than 2 pages. Databases will be updated monthly. Generally, the Contractor shall maintain various logbooks or a filing system to support the work effort of this contract. This information will be the responsibility of the Contractor but shall be subject to inspection or research by Government personnel at any time as properly coordinated through the COR. At the conclusion of this contract, all log books, files, electronic files, etc. shall be neatly boxed and labeled as directed by the COR. C.5.4.1 Design Review comments. Per Paragraph C.5.1, maintain a logbook of all comments. Each set of comments shall be labeled with date of comments, contract/review package number, signature of reviewer, list of technical POC consulted, etc. The logbook shall be updated within 2 weeks after review action is completed. The logbook shall be submitted to the Contracting Officer at the end of each option period. C.5.4.2 Design Guide Coordination. Maintain a logbook of coordination, research, technical publications consulted, etc. in development of new design guidance. Maintain records of meetings to discuss new guidance (development or implementation). The logbook shall be updated weekly. The logbook shall be submitted to the Contracting Officer at the end of each option period. C.5.4.3 Maintain current copies of pertinent regulations/documents (NEC codes, NESC codes, Military Handbooks, Uniform Building Codes, etc.) Updates shall be provided throughout the contract period. C.5.4.4 Meetings. Maintain records of meetings chaired by contractor personnel in the performance of this contract. Meeting notes shall include date of meeting, attendees, subject, major topics discussed, decisions reached, action plans, etc. Generally, these meeting notes shall be organized by the work task identified above in Paragraph 3. Hard copy and computerized (CD) formats shall be provided and updated quarterly throughout the performance period. C.5.4.5 Hard Copy and Electronic Versions. Unless stated otherwise electronic documentation will be included with all hard copy information. Where applicable, the hardcopy will have signatures and dates. Examples are of electronic types of information are spreadsheets, reports, inspection results, meeting minutes, etc. C.5.4.6 Historical Workload Data. Estimated for the period for both interior, exterior and distribution inspection services. 2008/2009: Electrical Permits Issued - 679; Electrical Inspections Performed - 1,132; Electrical Deficiency Reports - 97; Design Reviews Performed - 157. 2009/2010: Electrical Permits Issued - 617; Electrical Inspections Performed - 1,347; Electrical Deficiency Reports - 150; Design Reviews Performed - 153. 2010/2011: Electrical Permits Issued - 525; Electrical Inspections Performed - 1,127; Electrical Deficiency Reports - 166; Design Reviews Performed - 161. C.6 APPLICABLE DOCUMENTS: C.6.1 CAM Regulation 420-4, Quality Assurance (Electrical) inspection Standards - latest edition C.6.2 National Electric Code, (NEC) C.6.3 National Electric Safety Code, (NESC) C.6.4 Rural Utility Standards, (RUS) C.7 PERFORMANCE SUMMARY (PRS) This performance summary is designed to measure the effectiveness of the contractor's performance. This plan provides for evaluating all contract requirements through a combination of methods. These methods are: Periodical Inspections/Observation. The objective of a performance assessment plan is to evaluate how the Contractor is performing in key areas. Primary interest in the final product or service the Contractor is providing and not in the details of how work is performed. The principal methods of evaluation shall be observation and review of documentation, reports, and records. Required ServiceStandardMaximum Allowable Degree of Deviation from Requirement (AGL)Method of Surveillance Provide Monthly Reports NLT 5th of each of each month95% on time 5%Periodical Inspection Observation Provide inspection services95% on time5%Periodical Inspection Observation Maintain Design Guide logbook95% weekly5%Periodical Inspection Observation Performance information shall be documented and captured during assessment and evaluation and later used as past performance information. The Government reserves the right to inspect any/all work performed by the contractor. TECHNICAL EXHIBITS REQUIRED RECORDS TO BE SUBMITTED TO THE GOVERNMENT Paragraph C.1.4.1 Listing of Contractor Employees Paragraph C.1.4.4 Sample Uniform Paragraph C.1.4.5 Sample ID Badge Paragraph C.1.9.1 Record of Job Related Injuries Paragraph C.1.10.2.3.3 Air Emission Conformity Form Paragraph C.4.1.6 Vehicle Listing Point of Contact SFC Safford, 270-798-7881, annette.safford.mil@mail.mil. Contracting Officer Angela Jacobs, 270-798-7815, angela.d.jacobs2.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/224a18e6d8bd8fb5ce8244ff01a4d06f)
- Place of Performance
- Address: MICC - Fort Campbell Directorate of Contracting, Building 6923, 38th & Desert Storm Ave Fort Campbell KY
- Zip Code: 42223-1100
- Zip Code: 42223-1100
- Record
- SN03146166-W 20130814/130812235602-224a18e6d8bd8fb5ce8244ff01a4d06f (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 |