Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2016 FBO #5292
SOURCES SOUGHT

R -- Oil and Water Recovery - Source Sought

Notice Date
5/18/2016
 
Notice Type
Sources Sought
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Belvoir, 9410 Jackson Loop, Fort Belvoir, Virginia, 22060-5134, United States
 
ZIP Code
22060-5134
 
Solicitation Number
W91QV1-16-T-0090
 
Archive Date
6/8/2016
 
Point of Contact
Archina Terenshia Twitty, Phone: 7038064609
 
E-Mail Address
archina.t.twitty.mil@mail.mil
(archina.t.twitty.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Mission and Installation Contracting Command – Fort Belvoir, Virginia PERFORMANCE WORK STATEMENT (PWS) for Petrochemical Removal, Disposal and Recycling Services Fort Detrick, Maryland Part 1 General Information 1. GENERAL: This is a non-personal services contract to provide petrochemical removal, disposal and recycling services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform petrochemical removal, disposal and recycling services as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Background: Fort Detrick has various used and waste petroleum collection equipment located throughout the installation. Used and waste petroleum must be removed periodically to ensure there is no impacts to the environment. Petroleum collection equipment can consist of used oil storage tanks and drums, oil-water separators, and grease traps. Waste petroleum may also accumulate in fuel tanks associated with various equipment due to unforeseen contamination. Periodic inspection, maintenance and servicing of parts washer equipment must also be accomplished to ensure proper operations and minimize impacts to the environment. 1.3. Objectives: The objective of this task is to provide petrochemical removal, disposal and recycling services as required at Fort Detrick-Frederick and Fort Detrick-Silver Spring (Forest Glen) locations. 1.4. Scope: The contractor shall provide petrochemical removal, disposal and recycling services as required at Fort Detrick-Frederick and Fort Detrick-Silver Spring (Forest Glen) locations. Services include: removal of used oil and waste fuel; removal of waste petroleum from oil-water separation equipment; removal of waste grease from grease- trap collection equipment; and parts washer maintenance. All waste fluids collected as part of this task shall be recycled to the maximum extent possible. 1.5. Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. 1.6. General Information 1.6.1. Quality Control: N/A 1.6.2. Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3. Recognized Holidays: The contractor is not required to perform services on recognized holidays listed below. New Year's Day Labor Day Martin Luther King Jr.'s Birthday Columbus Day President's Day Veteran's Day Memorial Day Thanksgiving Day Independence Day Christmas Day 1.6.4. Hours of Operation: The contractor is responsible for conducting business, between the hours of 0700 through 1600, Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5. Place of Performance: Work under this contract will be performed at Fort Detrick-Frederick and Fort Detrick-Silver Spring (Forest Glen), Maryland. 1.6.6. Type of Contract: The government will award a firm-fixed price contract. 1.6.7. SECURITY REQUIREMENTS. 1.6.7.1. Information Security: IAW AR 380-5, if this is a classified contract, contractor personnel will execute the Non-Disclosure Agreement (NDA) through their company and not through the sponsoring DA command. Non-U.S. Government personnel, who have been hired under Civil Service procedures as consultants to the Department of the Army(DA), and granted a DA security clearance or access authorization, in accordance with AR 380-67, will follow the same procedure, for execution of the SF 312, as civilian personnel. Classified or Unclassified contract all information will be protected at all times, IAW DoD 5200. 01, Vol 1-4, and AR 380-5 either by storage in an approved security container, or having it under the personal observation and physical control of an authorized individual. 1.6.7.2. Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. No photography is allowed. 1.6.7.3. Gate Access Requirements: IAW Army Directive 2014-05 all personnel desiring unescorted access to Fort Detrick will enter the installation through an authorized Access Control Point (ACP) and be vetted using the National Crime Information Center (NCIC) interstate Identification Index (III). The Installation Commander will, in the absence of a waiver deny uncleared contractor, subcontractor and visitors unescorted access to the installation based on the results of the NCIC-III check that contains credible derogatory information. Such derogatory information includes, but is not limited to the following: • The NCIC III contains criminal arrest information about the individual that causes the installation Commander to determine that individual present a potential threat to the good order, discipline, or health and safety on the installation. • The Installation is unable to verify the individual's claimed identity in the attempt to gain access. • The individual has a current arrest warrant in NCIC, regardless of the offense or violation. • The individual is currently barred from entry or access to a federal installation or facility. • The individual has been convicted of crimes encompassing sexual assault, armed robbery, rape, child molestation, production or possession of child pornography trafficking in humans, drug possession with the intent to sell or drug distribution. • The individual has a US conviction for espionage, sabotage, treason, terrorism or murder. • The individual is a registered sex offender. • The individual has a felony conviction within the past 10 years, regardless of the offense or violation. • The individual has been convicted of a felony firearms or explosives violation. • The individual has engaged in acts or activities designed to overthrow the U.S. Government by force. • The individual is identified in the Terrorist Screening Database (TSDB) as known to be or suspected of being a terrorist or belonging to an organization with known links to terrorism or support of terrorist activity. • Individual is barred from Fort Detrick. 1.6.7.3.1. Access Denial Waiver Process: In case where unclear contractor, subcontractor is denied access based on derogatory information obtained from an NCIC or NCIC III check, the contractor shall submit an Access Denial Waiver to the COR for the Installation Commander consideration. 1.6.7.4. Access to Secure Facilities: Special requirements are required to gain access to a secure facility including but not limited to being a US Citizen or documented legal resident alien. Access to secure facilities on Fort Detrick requires coordination with the Contracting Officer's Representative. Requests for access must be filed 15 days in advance in order to obtain necessary clearances. The Contractor shall provide all required personal data on personnel requiring access with the application. Upon completion of work the contractor shall surrender all issued security passes. Final contract payment will be withheld until all passes have been returned. The contractor is required to work with the Contracting Officer's Representative to meet the individual security requirements for that facility in order to gain access. The normal processing time for access is approximately 14 calendar days from the receipt of a complete vetting form (FD 190-13). Vetting forms must be legible. Incomplete or illegible forms will be returned to the contractor for resubmission and will delay access to the installation. 1.6.7.4.1. Key Control: N/A 1.6.7.4.2. Lock Combinations: N/A 1.6.7.5. Anti-terrorism Security Requirements: The contractor and all associated subcontractors' employees shall comply with applicable installation, facility, and area commander installation and facility access and local security policies and procedures (provided by the Government COR). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. The 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. 1.6.7.5.1. Anti-Terrorism Level (1) One Training. All contractor employees, including subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date. All contractor employees must complete annual AT Level 1 awareness training. Annual training is to be conducted in the anniversary month it was initially completed. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR within 15 calendar days after completion of training by all employees and subcontractor personnel. AT Level I training is now conducted on the Joint Knowledge Online (JKO) site. For those that have a CAC, AT Level I can be accessed via https://jkodirect.jten.mil For those personnel that do not have a CAC they can utilize the below instructions to complete, i.e. contractors etc. 1. Google JKO and begin the process from there. http://jko.jten.mil Clicks: 2. No DOD CAC. 3. I am a US mil, government civil servant or contract employee. 4. I've been directed to take required training on JKO. 5. Courses. 6. I do not have a.MIL,.GOV, or.NDU.EDU address or I am a Multi-National Student. 7. Fill out the contact sheet and email to sponsor (In my opinion this is the COR) 8. Sponsor will email to the JKO help desk. (Again in my opinion this is the COR) Approval 1) Help desk sends non-CAC user an email with User ID. 2) Help desk will send a separate email with an electronic token to register a new password (token is good for 24 hours). 3) New User follows the instructions in the email and enters a new password. 4) User will need to enroll in Course # JS-US007-14 (User has up to 1 year to complete the course) (Contractors need to follow the requirements outlined in the AT/OPSEC cover sheet and complete it in 30 days). If training is required in a non-English language, please contact Fort Detrick ATO at usarmy.detrick.usag.mbx.dptms-antiterrorism@mail.mil. 1.6.7.5.2. iWatch Awareness Training. The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided in this PWS by the Fort Detrick ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report on suspicious activity to the COR. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees' commencing performance, with the results reported to the COR no later than 5 calendar days after completion. All training materials can be found at http://www.detrick.army.mil/ready/iwatch.cfm. 1.6.7.6. Operational Security (OPSEC) Requirements. Personal information or information considered critical to the installation's operations released intentionally or unintentionally could have direct consequences for military and government personnel as well as our critical operations. Therefore, the contractor shall be responsible for safeguarding personal information and information considered critical to the Fort Detrick's operations. Per AR 530- 1, Operations Security (OPSEC), new contractor employees must complete Annual OPSEC training within 30 calendar days of reporting for duty. All contractor employees must complete annual OPSEC awareness training. All contractor employees shall adhere to USAG Fort Detrick OPSEC policies, regulations, and guidance. OPSEC awareness training is required when working with personal information (Social Security Number, date of birth, etc) or on government systems that are considered critical to the installation's operations. Contractor personnel shall not release any personal or operational information to the general public, press, or any other personnel or organizations without prior approval from the USAG Command. 1.6.7.6.1. OPSEC Awareness Training. New contractor employees and subcontractor employees must complete Level I OPSEC awareness training within 30 calendar days of reporting for duty. All contractor employees must complete annual OPSEC awareness training. Annual training is to be conducted in the anniversary month it was initially completed. 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 by all employees and subcontractor personnel. (http://www.detrick.army.mil/dptms/pdf/OPSECTrainingContractors.pdf) 1.6.7.6.2. OPSEC SOP. N/A 1.6.7.7. Industrial Personnel Security: IAW AR 380-67, AR 380-49 and DOD 5200.2-R, all contracts, classified, sensitive but unclassified and unclassified are required to contain a security clause. IAW Army Regulations 380- 67, 380-5 and 380-49, the Contractor shall ensure all personnel performing under this contract have a completed National Agency Check with Local Checks (NACLC) or Unclassified contracts require a NACI and that it contain no unfavorable information and has been completed by Office of Personnel Management and/or adjudicated by Defense Industrial Security Clearance Office (DISCO) prior to the start of the contract. The security requirements must be maintained for the life of the contract, and citizenship will be verified by presenting an original birth certificate or a valid US Passport or the original Naturalization Certificate to the USAG Security Office at the time of in processing for all contract personnel assigned to the contract. In order to maintain the security requirements any derogatory information, to include law enforcement issues, mental health issues, or alcohol/drug related issues discovered during the performance of this contract must be reported to the USAG Security Office. 1.6.7.8. Information Assurance Requirements. No IA Requirements. 1.6.8. Special Qualifications: The contractor shall have at least five (5) years of documented experience in a similar type of operations which required similar technical knowledge and management skills described in this PWS. The Contactor shall be responsible for ensuring that all appropriate certifications and licenses are maintained to conduct services detailed in this PWS. 1.6.9. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.10. Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance, maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.11. Key Personnel: The following contractor personnel are considered key personnel by the government: The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer by the contract start date. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 0700 to 1600, Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.6.12. Identification of Contractor Employees: When contractor personnel perform the services required in this contract on a Government installation they are required to possess and wear an identification badge that displays his or her name and the name of the Company. The contractor shall ensure that contractor personnel identify themselves as contractors when attending meetings, answering Government telephones, providing any type of written correspondence, or working in situations where their actions could be construed as official Government acts. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13. Contractor Travel: N/A 1.6.14. Other Direct Costs: N/A 1.6.15. Data Rights: N/A 1.6.16. Organizational Conflict of Interest: N/A 1.6.17. PHASE IN /PHASE OUT PERIOD: N/A 1.6.18. Safety & Health Requirements. Contractor shall provide a Safety and Health Plan to the COR 15 days prior to commencement of physical on-site work at Fort Detrick. The Government will review the contractor's proposed Safety and Health Plan, and the contractor shall promptly resolve any comments arising from Government review. Upon the contracting officer's determination that the Government's comments (if any) have been satisfactorily resolved, the Government shall approve the Safety and Health Plan in writing, and the approved Safety and Health Plan will be considered part of this contract. Unless approved in writing by the contracting officer, the contractor shall not commence physical on-site work at Fort Detrick prior to approval of the Safety and Health Plan. At a minimum, the Safety and Health Plan must include the provisions specified in EM 385-1-1 Appendix A (Section 11) for an Abbreviated Accident Prevention Plan. 1.6.19. Environmental Requirements: The Contractor shall comply with all local, state, and Federal environmental 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 KO and/or the COR final resolution. The Contractor shall notify the KO and COR 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. 1.6.20. Spill Plan: Call "911" to report spills that have impacted the environment or have the potential to harm people or property. Call the Forest Glen Emergency Services at 301-295-7543 or the Fort Detrick-Frederick Emergency Services at 310-619-2528 to report spills that can be easily cleaned up and will not cause immediate impact to the environment. The COR must be immediately notified of any petroleum or chemical spills. 1.6.21. Green Procurement: Federal Agencies are required to purchase items designated under the U.S. Environmental Protection Agency's (EPA) Comprehensive Procurement Guidelines (CPG) and items designated under the U.S. Department of Agriculture's (USDA) Biopreferred program. The items listed under the CPG contain recycled content and the items listed under the Biopreferred program are biobased. Procurement of the above listed types of sustainable products is required by statute, Executive Order, and/or Federal Acquisition Regulations. EPA's CPG is located at: http://www.epa.gov/epawaste/conserve/tools/cpg/index.htm. USDA's Biopreferred program is located at: http://www.biopreferred.gov/. 1.6.22. Executive Order (EO) 13693: (Planning for Federal Sustainability in the Next Decade). The contractor shall assist in compliance with this EO through the: (a) Use of products with post-consumer recycled content (b) Use of products that are recyclable (c) Use of low toxicity or non-toxic products (d) Use and installation of low-maintenance products 1.6.23 Sustainable Materials Management: Section 6002 of the Resource Conservation and Recovery Act of 1976 (RCRA) and Executive Order 13101 requires the use of recycled and recovered products identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines. The contractor shall use these recycled or recovered products unless they cannot be procured within a reasonable period of time; at reasonable prices; or the product(s) do not meet technical or performance standards. EPA Guidelines are the minimum requirement. The contractor is encouraged to use other materials and products not listed but commonly used in industry. The contractor shall maintain records and submit an annual report to the Contracting Officer along with the annual certification required by FAR 52.223-9 Certification and Estimate of Percentage of Recovered Material Content for EPA Designated Items upon completion of the basic year and each option year. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 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. 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 appointed by the contracting officer to administer the contract. 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, but may include 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: ACP Access Control Point AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation AT Antiterrorism ATO Antiterrorism Officer CAC Common Access Card CFR Code of Federal Regulations CMR Contractor Manpower Reporting CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTR Contracting Officer's Technical Representative CPG Comprehensive Procurement Guidelines DA Department of the Army DOD Department of Defense EPA Environmental Protection Agency FAR Federal Acquisition Regulation FSC Federal Service Code FY Fiscal Year IAW In Accordance With III Interstate Identification Index JKO Joint Knowledge Online KO Contracting Officer NCIC National Crime Information Center NDA Non-disclosure Agreement OCI Organizational Conflict of Interest ODC Other Direct Costs OPSEC Operations Security PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Plan RCRA Resource Conservation and Recovery Act SF Standard Form SOP Standard Operating Procedure TE Technical Exhibit TSDB Terrorist Screening Database UIC Unit Identification Code USDA U.S. Department of Agriculture PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide information on the locations of equipment to be serviced as part of the tasks associated with this PWS. 3.2. Facilities: N/A 3.3. Utilities: N/A 3.4. Equipment: N/A 3.5. Materials: N/A PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1. General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2. Materials: The Contractor shall furnish all materials and services required to perform all activities detailed in this PWS. 4.3. Equipment: The Contractor shall furnish all equipment and personnel required to perform all activities detailed in this PWS. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform petrochemical removal, disposal and recycling services. Services shall include removal, disposal and recycling of the following: used oil from storage tanks; waste fuel from various containers; waste petroleum from oil-water separation equipment; waste grease from grease traps; and parts washer maintenance. Equipment locations detailed in Technical Exhibit 3 are estimated and may not be inclusive. Monetary value of recycled materials should be considered when determining costs for activities detailed in this PWS. Petrochemical services shall be conducted at Fort Detrick-Frederick and Fort Detrick-Silver Spring (Forest Glen) locations. 5.2. Used Oil and Waste Fuel Removal and Disposal. The contractor shall remove used oil and waste fuel from storage tanks. The used oil and waste fuel must be recycled to the maximum extent possible. The government will notify the contractor when a pick up is required. The contractor shall provide removal services at the location within 5 business days of request. 5.3. Oil-Water Separator Waste Petroleum Removal and Disposal. The contractor shall remove waste petroleum from various oil-water separators located throughout Fort Detrick. Oil-water separator waste removal services shall be conducted on a semi-annual (2-times per year). The contractor shall provide removal services at the location within 5 business days of request. The waste petroleum must be recycled to the extent possible. 5.4. Grease-Trap Waste Removal and Disposal. The contractor shall remove waste grease from grease-trap collection equipment detailed in the following table. Grease-trap waste removal services shall be conducted on a semi-annual (2-times per year). The contractor shall provide removal services at the location within 5 business days of request. The waste grease must be recycled to the extent possible. 5.5. Parts Washer Maintenance. The contractor shall inspect, perform routine maintenance and service parts washer equipment on a quarterly. Parts washer maintenance and servicing activities shall include equipment cleaning and routine maintenance. If parts washer degreasing solution has reached its serviceable life then solvent shall be removed and replaced with new cleaning solution. Parts washer solution must be compatible with equipment. All service on parts washer equipment shall be performed in accordance with manufacturers' specifications. Successful performance of this task will ensure parts washers are in good working order. 5.6. Reporting. All reports shall be submitted to the COR electronically by email as attached documents. 5.6.1. The contractor shall provide quarterly written reports detailing all services provided as part of this contract. The reports shall detail the services provided including date, location, volume of material removed, volume of material added and description of maintenance performed for each service provided. The report shall also contain certification of volume of material recycled including current market value of the material. Quarterly reports shall be submitted to the COR no later than the 10th day of January, April, July and October. 5.6.2. The contractor shall provide a schedule of semi-annual oil-water separator and grease trap services for approval by the COR. The schedule of services shall be submitted 15 days prior to commencement of work and 15 days after option year awards. 5.7. CONTRACTOR MANPOWER REPORTING (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Fort Detrick U.S. Army Garrison 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/ The required information includes: (1) Contracting Office, Contracting Officer, 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 inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1through September 30. While inputs may be reported anytime 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 at help desk at: http://www.ecmra.mil/. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS): The Contractor must abide by all applicable regulations, publications, forms, manuals, and local policies and procedures, to include: 6.1. STANDARD FORMS FORM NUMBER FORM NAME LINK / LOCATION FD 190-13 Fort Detrick Non-DOD and Non-Federal Employee Visitor's Vetting Form Form will be provided by COR 6.2. REGULATIONS, PUBLICATIONS, MANUALS, AND LOCAL POLICIES & PROCEDURES REFERENCE MANDATORY / ADVISORY LINK OR PRINT AR 530-1, Operations Security (OPSEC) Mandatory AR 530-1, Operations Security COE EM-385-1-1 Safety and Health Requirements Manual Mandatory EM 385-1-1 Safety and Health AR 380-5, Security Mandatory AR 380-5, Security AR 380-67, Personnel Security Program Mandatory AR 380-67, Personnel Security Program FAR Subpart 9.5 Mandatory FAR Subpart 9.5 Oil Pollution Act Mandatory Oil Pollution Act Purchasing of any certifications or documentation for the accomplishment of the tasks in the PWS is at the expense of the contractor. PART 7 TECHNICAL EXHIBIT LISTING 7. Technical Exhibit List: 7.1. Technical Exhibit 1 - Performance Requirements Summary 7.2. Technical Exhibit 2 - Deliverables Schedule 7.3. Technical Exhibit 3 - Estimated Workload Data TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective Standard Performance Threshold Method of Surveillance PRS # 1. 5.2. Used Oil and Waste Fuel Removal and Disposal The contractor shall provide used oil and waste fuel removal within 5 business days of request. 100% compliance Periodic Surveillance PRS # 2 5.3. Oil-Water Separator Waste Petroleum Removal and Disposal The contractor shall provide oil-water separator waste removal services per semi- annual schedule or within 5 business days of request. 100% compliance Periodic Surveillance PRS # 3 5.4. Grease-Trap Waste Removal and Disposal The contractor shall provide grease-trap waste removal services per semi-annual schedule or within 5 business days of request. 100% compliance Periodic Surveillance PRS # 4 5.5. Parts Washer Maintenance The contractor shall provide parts washer maintenance services per quarterly schedule or within 5 business days of request. 100% compliance Periodic Surveillance PRS # 5 5.6. Reporting The contractor shall provide quarterly written report no later than 10th day of Jan, April, July and Oct. The recurring schedule of services shall be submitted 15 days prior to commencement of work and 15 days after option year awards. 100% compliance 100% Inspection TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE Deliverable Frequency # of Copies Medium/Format Submit To 1.6.7. Vetting Form 190-13 15 Days in advance of need 2 Copies Fort Detrick Form 190-13, March 2010 COR 1.6.7.5.1 Anti- Terrorism Level One Training Certificates Annually; within 15 calendar days upon completion 1 Copy Attachment via email in MS Word or PDF format COR 1.6.7.6.1. OPSEC Awareness Training Certificates Annually; within 15 calendar days upon completion 1 Copy Attachment via email in MS Word or PDF format COR 1.6.11. Key Contract Personnel Contract Start Date 1 Copy Email COR 1.6.18. Safety & Health Requirements Plan 15 Days prior to commencement of work 1 Copy Attachment via email in MS Word or PDF format COR 5.6. Reporting Quarterly reports due 10th day of Jan, April, July and Oct. Schedule of services shall be submitted 15 days prior to commencement of work and 15 days after option year awards. 1 Copy Attachment via email in MS Word or PDF format COR 5.7. Contractor Manpower Reporting Due by 31 October One Enter data on website: cmra.army.mil CMRA website TECHNICAL EXHIBIT 3 ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY 1 5.2. Used Oil and Waste Fuel Removal and Disposal Annual 5,000-gallons 2 5.3. Oil-Water Separator Waste Petroleum Removal and Disposal Semi- Annually 200-gallons (ea) 3 5.4. Grease-Trap Waste Removal and Disposal Semi- Annually 200-gallons (ea) 4 5.5. Parts Washer Maintenance Quarterly 2 hours (ea)- equipment service 40-gallons (ea) solvent removal & replacement Equipment Location 5.3. Oil-Water Separators 5.4. Grease Traps 5.5. Parts Washers Location (Building No.) 190 1405 (1) 190 201 1430 (1) 199 832 1520 (3) 263 1246 1776 (1) 290 (2) 1277 (1) 1054 1419 (1) 1228 1431 (3) 1240 1504 (1) 1241 9200 (1) 1425 9250 (2) 1431 609* (2) 1435 (1) 1667 (4) 9250 All equipment is located at Fort Detrick Frederick unless noted. * Forest Glen (Silver Spring)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/db7b5627b2936e5b205fcd591b199468)
 
Place of Performance
Address: Fort Detrick, Maryland, United States
 
Record
SN04121194-W 20160520/160518234742-db7b5627b2936e5b205fcd591b199468 (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.