Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 04, 2018 FBO #5886
SOLICITATION NOTICE

S -- Grounds Maintenance for Kunsan AB, Korea

Notice Date
1/2/2018
 
Notice Type
Presolicitation
 
NAICS
561730 — Landscaping Services
 
Contracting Office
Department of the Army, Army Contracting Command, CSBs, 411TH CSB (W91QVN) RCC YONGSAN, UNIT 15289, APO AP, 96205-0062, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W91QVN-18-R-0034
 
Point of Contact
Chin Ok Han, Phone: 82279146560
 
E-Mail Address
chinok.han.ln@mail.mil
(chinok.han.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
PERFORMANCE WORK STATEMENT 1. DESCRIPTION OF SERVICES. The contractor shall provide non-personal services, to include all personnel, equipment, tools, supervision, and other items and services necessary to ensure that grounds maintenance is performed at Kunsan Air Base in a manner that will promote the growth of healthy grass, trees, shrubs, and plants and present a clean, neat, and professional appearance. The contractor's performance will be based on the Contracting Officer's (KO) evaluation and Contracting Officer's Representative (COR) and of the results required by the Service Summary (SS) and not the frequency or method of performance. It is at the contractor's discretion to determine the levels of frequencies to attain the level of service at the best value. The contractor shall comply with applicable laws and commercial standards governing U.S. federal, Korean federal, Honam region, North Jeolla Province, Gunsan Administrative District, and Kunsan Air Base. 1.1. MISSION. The overall Civil Engineer mission at Kunsan Air Base is to plan, maintain, operate, and protect the infrastructure, facilities, and environment for assigned airmen, families, and civilian employees. 1.2. BACKGROUND. Kunsan AB rests on the mid-western coastline facing the Yellow Sea. As such it is subjected to various weather conditions that can range from heavy sea effect snows in the winter to persistent monsoon rain in the summer. As a result, the growing and mowing season generally run for seven months, from 15 March through 15 October. The five non-mowing months are occupied mostly with leaf and pine needle collection, and other debris control and potentially indefinite task orders. 1.3. PERIOD OF PERFORMANCE. Phase-in Period: 16 Jul 2018 thru 31 Jul 2018 (CLIN 0016) Base Year: 1 Aug 2018 thru 15 Jul 2019 (CLINs 0001 - 0015) 1st Option: 16 Jul 2019 thru 15 Jul 2020 (CLINs 1001 - 1015) 2nd Option: 16 Jul 2020 thru 15 Jul 2021 (CLINs 2001 - 2015) 3rd Option: 16 Jul 2021 thru 15 Jul 2022 (CLINs 3001 - 3015) 4th Option: 16 Jul 2022 thru 15 Jul 2023 (CLINs 4001 - 4015) 1.4. SCHEDULE OF PLANNED WORK: The Contractor shall develop a monthly work schedule according to seasonal needs /requirements and submit the schedule within 10 calendar days after contract award and within 5 calendar days prior to each of the following months for Government/ (COR) review and comment. The Contractor's schedule shall include all items of work required by these specifications. It shall set forth the item of work, locations, and the time of beginning and completion. Any changes in the work schedule during performance shall be coordinated with COR. The Contractor shall not deviate from the approved schedule without prior coordination with the COR. 1.4.1. The Contractor shall complete all of the work as indicated in the approved work schedule. In the event that weather or other conditions, over which the Contractor has no control, prevent the Contractor from completing an item of work as required by these specifications, the Contractor shall notify the COR of such conditions as soon as they arise and shall provide a revised schedule to the COR for review. The Contractor shall not be paid for work not completed due to inclement weather. 1.5. STAFFING & EQUIPMENT PLAN: In order to ensure an offeror fully understands the Government's requirements The contractor shall submit a Staffing and Equipment Plan. In preparing Staffing and Equipment Plan the contractor must take into consideration the following information: (a) Kunsan AB has approximately 86 acres of improved grounds that require mowing, edging, and clean-up each week. (b) The areas are a combination of open areas and confined areas with numerous obstacles at every location. (c) There are approximately 100 facilities surrounded by sidewalks, planted shrubs, mulch beds and trees, and there are street islands with shrubs and trees. (d) The growing season is approximately seven months. Based on the acreage, required schedule, and varying landscape layouts, The Offeror shall provide a Staffing and Equipment Plan that demonstrates they have the capability to provide the necessary personnel (labor) and equipment to successfully perform IAW the PWS. At minimum, the management plan will include the following and shall be updated as required during performance: The Offeror shall provide a Staffing and Equipment Plan that demonstrates they will provide the necessary labor and equipment to successfully perform IAW the PWS. At a minimum the Staffing and Equipment Plan must address the following: 1.5.1. STAFFING PLAN STRUCTURE. • Identification of key personnel and any other contract team members. • Management responsibilities and supervisor and responsibilities and methods of supervision • Number of employees. Labor mix and Labor Quantity • Personnel recruiting plan and sources. • Standards of conduct. • Details of force work schedule to include hours per day, per week and per month, • Shift Limit in accordance (IAW) all Korean Labor Laws. • Discuss subcontractor teaming agreements, if applicable • Qualifications of the Prime Contractor and any subcontractors IAW the PWS 1.5.2. EQUIPMENT PLAN: The offerors shall provide an equipment plan that clearly demonstrates how the offeror will provide necessary equipment to perform the magnitude of this ground maintenance requirement. Please see Appendix F for Government's Recommended Equipment to Maintain Kunsan AFB. The offerors shall provide the Government with their equipment list. • Equipment List: Description and Quantity Manufacturer name, Model No. /Serial Number. • Pictures (showing the equipment is in good condition ) • The ability to secure required equipment. (Owned or rented) The offeror's actual proposed equipment shall be inspected by technical evaluator for verification prior to award. The Government can also request the offeror to submit/show all necessary document regarding equipment if needed five (5) days after contract is awarded. 1.5.3. SUB-CONTRACTOR PLAN: If sub-contractors are used, the contractor shall provide the sub-contractor plan to the KO with contractor's proposal. At minimum, the sub-contractor plan will include the following: • List of each sub-contractor by name. • Purpose/scope of each sub-contractor. • Sub-contractor Agreement signed by both the prime contractor and sub-contractors. 1.6. MAINTAIN IMPROVED GROUNDS Improved grounds are identified in Appendix B 1.6.1. Mow. The contractor shall mow all improved grounds to look well-manicured, with a neat and professional appearance at all times. Maintain grass height between 2 and 4 inches uniform in appearance, free of skips, gaps, rutting, or scalping. The contractor shall be required to pick up debris, natural and manmade, prior to mowing any area. The contractor shall remove grass clippings when visible after mowing, before leaving work area. 1.6.2. Edge. The contractor shall edge sidewalks, driveways, street edges, curbs, and other hard surfaced areas located within the improved grounds so that grass height matches surrounding area grasses. Edging shall include removal of vegetation from expansion joints and cracks in sidewalks, driveways, curbs and other hard surfaces. Grass, vegetation and weeds shall be cut back no more than ½-inch from the surface edged, maintaining an even contour with the edged surface, uniform in appearance and free of scalping, rutting, and uneven or rough cutting. 1.6.3. Trim. The contractor shall trim grass and weeds around trees, shrubs, buildings, fences, poles, fire hydrants, parking lots bumper blocks, boulders, and other fixed obstacles and temporary obstacles/objects on improved grounds. Trimming height shall match surrounding area grass height. All areas shall be trimmed concurrent with mowing. The contractor shall remove grass clippings when visible after trimming, before leaving work area. 1.6.4. Remove Debris/Police Grounds. The contractor shall perform weekly general litter patrol in all areas of improved grounds and additional areas identified in Appendix B. Remove and dispose of natural debris, (tree limbs, pine cones, dry brush, rodent habitats, dead animals, etc.), and man-made debris. Police areas to maintain a neat and professional appearance. 1.6.5. Leaf Removal. The contractor shall remove leaves and pine needles in improved grounds to maintain a neat and professional appearance. Leaf removal shall be completed 3 times per year at the discretion of the COR's. Leaf removal must be completed within 5 business days upon notification from the COR. At other times remove leaves as a part of the litter patrol to maintain a neat and professional appearance. 1.6.6. Lawn Renovation. The contractor shall renovate lawns in improved grounds as identified by the COR or designated representative. This work will be completed via individual task orders. Renovate deteriorated lawn area to match surrounding areas. 1.6.7. Prune Shrubs, Hedges and Other Plants. The contractor shall prune/trim shrubs and other plants to maintain their natural growth characteristics to enhance the beauty and health of the plant. This will be completed each month in the growing season. Hedges shall be maintained to their natural mature height and shape. Shrubs, plants, hedges, decorative trees and ground cover/vines shall be pruned/trimmed 3 inches away from buildings, fences, curbing, sidewalks, and other fixed obstacles. All ground cover and plants shall be kept within the bed borders. All plants around landscape and ground lights shall be pruned/trimmed to allow light usage for its intended purpose. Shrubs and hedges located on street corners, curb easements, etc. shall be pruned/trimmed to keep from vegetation, and debris. Unwanted tree growth seedlings shall be removed at no additional cost to the government. 1.7. MAINTAIN SEMI-IMPROVED GROUNDS Semi-improved grounds are identified in Appendix B. 1.7.1. Mow. The contractor shall maintain grass height between 4 and 10 inches in all semi-improved grounds areas except in airfield areas designated as Bird Aircraft Strike Hazard (BASH) areas. Maintain grass height between 7 and 14 inches in BASH areas when required. Cutting of grass on airfield grounds shall be accomplished only after Airfield Management has approved scheduled times. Maintain a uniform appearance in all areas. Where possible, maintain adjacent areas at or near the same grass heights. For a clear diagram of which part of the airfield will be maintained by contractors, please refer to Appendix B map. 1.7.2. Trim. The contractor shall trim grass and weeds around trees, shrubs, buildings, fences, poles, fire hydrants, parking lots bumper blocks, boulders, and other fixed obstacles and temporary obstacles/objects on improved grounds. Trimming height shall match surrounding area grass height. All areas shall be trimmed concurrent with mowing. The contractor shall remove grass clippings when visible after trimming, before leaving work area. 1.7.3. Prune Shrubs, Hedges and Other Plants. The contractor shall prune/trim shrubs and other plants to maintain their natural growth characteristics to enhance the beauty and health of the plant. This will be completed each month in the growing season. Hedges shall be maintained to their natural mature height and shape. Shrubs, plants, hedges, decorative trees and ground cover/vines shall be pruned/trimmed 3 inches away from buildings, fences, curbing, sidewalks, and other fixed obstacles. All ground cover and plants shall be kept within the bed borders. All plants around landscape and ground lights shall be pruned/trimmed to allow light usage for its intended purpose. Shrubs and hedges located on street corners, curb easements, etc. shall be pruned/trimmed to keep from obstructing view of oncoming traffic. Areas beneath shrubs and hedges shall be kept free (clean) of all grass, weeds, vegetation, and debris. Unwanted tree growth seedlings shall be removed at no additional cost to the government. 1.8. MAINTAIN AIRFIELD Airfield is identified in Appendix B. 1.8.1. Mow. The contractor shall maintain grass height between 7 and 14 inches in all designated as Bird Aircraft Strike Hazard (BASH) areas. Cutting of grass on airfield grounds shall be accomplished only after Airfield Management has approved scheduled times. Maintain a uniform appearance in all areas. Where possible, maintain adjacent areas at or near the same grass heights. For a clear diagram of which part of the airfield will be maintained by contractors, please refer to Appendix B map. 1.8.2. Trim. The contractor shall trim grass and weeds around trees, shrubs, buildings, fences, poles, fire hydrants, parking lots bumper blocks, boulders, and other fixed obstacles and temporary obstacles/objects on improved grounds. Trimming height shall match surrounding area grass height. All areas shall be trimmed concurrent with mowing. The contractor shall remove grass clippings when visible after trimming, before leaving work area. 1.8.3. Airfield Coordination. The contractor shall coordinate all activities on the airfield at least 7 days before the scheduled work by contacting Airfield Management either in person at Building 2858 or by calling 782-4097 (Ms. So). Work will be accomplished only after Airfield Management has approved scheduled times. 1.8.4. Flight-line Drivers. Upon proper coordination with Airfield Management Flight-line Driver's Training must be completed (may take 30-60 minutes) prior to operating vehicles or mowers on the flight line. This training shall be completed within 8 calendar days of contract award and within 5 calendar days of new employees commencing performance. All employees working on airfield grounds shall be required to have an AF Form 483, Certificate of Competency (flight line driver's license) with them at all times. Vehicles must have a valid POV pass issued by Airfield Management prior to operating on the flight line. No equipment will be left unattended while working in these areas. The contractor shall be responsible for insuring that all foreign objects and debris produced by grounds maintenance is cleared off of all taxiways, runways, and aircraft parking aprons before leaving the work area. 1.8.5. Airfield Tower Communication. With a coordination through the COR, the government will provide personnel who will effectively communicate with the Control Tower and Airfield management when contractor is operating near runways, overruns, and taxiways. 1.8.6. Airfield Light Fixtures. The contractor shall cut a 10 foot wide path between 4" and 6" in height around the perimeter of the airfield pavement to include trimming around runway and taxiway lights and other fixed obstacles and temporary obstacles/objects in accordance with improved grounds standards. This service also includes the requirement grass, vegetation and weeds shall not extend over the edge of concrete, pads, taxiways, runways, and paved or asphalt areas. 1.8.7. Task Completion. A task order for the airfield must be completed within 7 days upon notification from the COR. 1.9. MAINTAIN UNIMPROVED GROUNDS Un-improved grounds are identified in Appendix B. The contractor shall maintain grass and vegetation in un- improved grounds to prevent woody encroachment. The contractor shall mow un-improved grounds twice per year in Jun & Sep during growing season to a height not to exceed 14" 1.10. MAINTAIN VEGETATIVE BEDS, INERT BEDS AND RELATED AREAS. The contractor shall maintain vegetative beds, inert beds, and related areas which are located within the improved grounds area to present a neat and professional appearance. Maintenance activities will include but are not limited to fertilizing, watering, weeding, mulching, and repairing or replacing of damaged plants and shrubs. When replacing plants, shrubs, and performing repairs, conform to good Xeriscaping (decorative plant beds) practices for the areas with high priority such as, • DV Pad at Base Ops • Marquee at the Front Gate • Flag Area by 1305 • Bldg 1305 (Wing HQ) • Bldg 755 (MSG HQ) • Bldg 501 (Base Chapel) • Bldg 1102 (Mini Mall) • Bldg 1027 (Rec Center) • Bldg 1051 (Library) • Bldg 1051 (Education Center) • Bldg 1300 (Dorm Area) 1.11. MAINTAIN SURFACE DRAINAGE DITCHES The contractor shall maintain surface drainage ditches to be free of shrubs, trees, silt and trash to prevent erosion and ensure continuous flow of water. This work shall be performed during all growing seasons. Areas to be maintained are outlined on Appendix Map B. All drainage ditches on Appendix Map B linear footage total as 174,721.1 linear feet. Each month, the part of the requirement portion is equal to 14,560.1 linear feet 1.12. SPECIAL REQUIREMENTS 1.12.1. Trees. The contractor shall prune or trim all trees as necessary. The contractor shall be responsible for identifying all trees that require pruning or trimming. Pruning or trimming shall be accomplished in accordance with the American National Standards Institute ANSI A300 Part 1 industry standards. Pruning shall be required to lift, remove, and/or cutback branches that conflict with normal traffic or safety. In addition, the contractor shall prune or trim trees that pose public safety hazards. Minimum safety clearances are: 14 feet over streets, 12 feet over driveways, 8 feet over walk areas, 4 feet over buildings, and 1 foot from buildings. Trees that pose threats to structures or buildings shall be removed. Topping and de-horning are not permitted. Trimming or pruning of trees that touch or hang over energized utility poles or power lines is the responsibility of the contractor. Minimum clearance from primary lines (over 600 volts) shall be 8 feet. Minimum clearance from secondary lines (under 600 volts, i.e. electric service drops, telephone, and cable TV) shall be 4 feet. Contractor shall be responsible for removing all debris generated from trimming or pruning operations. This service is issued as a task order and must be completed within five (5) workdays from notification. 1.12.2. Tree Care. The contractor shall brace, cable, guy (to keep tree vertical), and deep water all damaged trees after identification. The contractor shall remove all guy wires, cables, straps, and stakes when the trees remain vertical (normally, after one growing season). The contractor shall adjust wires, cables, and straps as required, to prevent girdling. The contractor shall remove the respective bracing, cable, or any guy attached that was left behind by the previous contractor. 1.12.3. Tree Standards. The contractor shall perform all tree work in accordance with contract specifications and the following tree care standards, latest addition, unless otherwise directed by the COR. ANSI A300 - Standard Practices for Tree Care Operations including referenced Combined Federal Regulations (Utility Pruning and Emergency Service Restoration) ANSI A300 (Part 1) - Tree Pruning "http://www.tcia.org/business/business-resources/ansi-a300/part-1" ANSI A300 (Part 3) - Tree Support Systems (Cabling, Bracing, and Guying) "http://www.tcia.org/business/business-resources/ansi-a300/part-3" ANSI Z60.1 - American Standards for Nursery Stock "http://hort.ifas.ufl.edu/woody/american-standard.shtml" ANSI Z133.1 - Safety Requirements for Tree Care Operations http://www.nysarborists.com/index.php/store/product/47-ansi-z133-1-safety-standard/category_pathway-13 1.12.4. Emergency Spot Pruning/Trimming. Emergency spot pruning/trimming shall only be accomplished through issuance of a task order by the KO or COR. The contractor shall complete an emergency spot pruning/trimming within one (1) workday from the task order date. Typically, emergency spot pruning/trimming includes removal of dead and/or broken limbs or removal of limbs for required clearances, including typhoon recovery. 1.12.5. Tree and Stump Removal. Tree and stump removal shall only be accomplished through issuance of a task order by the KO or COR. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and grinding all growth to a minimum of eight (8) inches below grade. Stumps shall be ground (pulverized) within one (1) workday of the tree removal date. Stump-grinding debris shall be removed the same day grinding is performed. In areas where a lawn sprinkler system exists, the contractor shall backfill with topsoil, and lay sod to match the existing ground grade. In areas where no lawn sprinkler system exists, the contractor shall backfill with topsoil and compact to match existing grades. Trees identified for removal shall be considered within the following categories, Large, Medium, Small and Sapling, as based on their diameter. The diameter of the tree shall be determined by measuring 4.5 feet above the ground. Trees with multiple trunks shall be measured as follows: All trunk diameters shall be measured. The largest trunk diameter shall be recorded. Each remaining trunk diameter shall be halved. All values will then be added together to obtain the final tree diameter. Large Trees: Diameter 36" and above, remove within 10 workdays from the task order date. Medium Trees: Diameter 24" to less than 36", remove within 10 workdays from the work order date. Small Trees: Diameter 3" to less than 24", remove within five (5) work days from the work order date. Saplings: Diameter 3" and smaller, remove within two (2) workdays from the work order date. 1.12.6. Emergency Tree and Stump Removal. The contractor shall perform emergency tree and stump removal only after the issuance of a verbal notification by the KO or COR. Large Trees: Remove within two (2) workdays from the task order date Medium Trees: Remove within two (2) workdays from the task order date Small Trees: Remove within one (1) working day from the task order date Saplings: Not required 1.12.7. Emergency and Special Event Services. The contractor shall upon notification by the KO through the issuance of a verbal or written notification, perform emergency or special event grounds maintenance service. Upon notification of an emergency, the contract manager shall respond within four (4) hours to meet with the KO and government evaluator and initiate emergency services. Upon receiving direction by the contracting officer, contractor personnel shall begin emergency work within three hours. Verbal notifications for emergency services to minimize damages or mitigate hazardous conditions will be confirmed with written work orders. The contracting officer will notify the contractor as soon as a special event requirement is known, such as tree trimming due to a Distinguish Visitor coming in, a special event at sports field and a tree removal due to a typhoon or any other weather-related issue, but no less than 24 hours prior to the event. 1.12.8. Special Cuts. The contractor shall upon notification by the KO through the issuance of a task order, perform special cuts. All special cuts will be executed via a task order within five (5) days of delivery of the task order. The contractor shall provide a bid based off 10 acres of improved grounds. The cost of the special cut will be based off this number. Special cuts will be completed in accordance with the specified areas requirements or as specified in the task order. Special cuts cover all cuts not encompassed or in excess of the improved, semi-improved and unimproved are classified as a special cut. Areas in this classification include, but are not limited to, weapon ranges, road shoulders in undeveloped areas, forestlands and grazing lands, lakes, ponds, wetlands and areas in airfields beyond safety zones. 1.12.9. Planting trees, shrubs, and vegetative beds. Upon notification by the KO or COR through the issuance of a written notification, the contractor shall perform planting of shrubs, and vegetative beds to include removal and disposal of shrubs, or vegetative beds being replaced; and performance of maintenance after planting to include watering, pruning, and insect and disease prevention to promote survivability. Only low maintenance, indigenous shrubs/trees shall be acceptable candidates for planting. Unit pricing for these activities should be submitted by the contractor as shown in Appendix D. 1.13. SERVICES SUMMARY (SS) -PERFORMANCE REQUIREMENT SUMMARY (PRS) The contract service requirements are summarized in performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimally acceptable levels of service required for each requirement. The Services Summary (SS) and the contractor's Quality Control Plan provide information on contract requirements, the expected level of contractor performance and the expected method of government validation and confirmation of services provided. These thresholds are critical to mission success. Procedures as set forth in the FAR 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance, will be used to remedy all deficiencies. The COR or designated representative will evaluate the contractor's inspection, and any deficiencies are to be provided to the contractor in writing. To account for a Phase-in Period: during the initial 15 days of the contract, two additional valid discrepancies on each performance objective shall be allowed in an effort to identify normal phase-in problems and both will be documented. After the first 15 days, one (1) additional valid defect shall be allowed and documented. The PRS that follows provides the following information: a) Required Service. Lists the Contract requirements which are considered necessary for acceptable Contract performance (see Column 1). The absence from this PRS of any Contract requirement, however, shall not detract from its enforceability or limit the rights or remedies of the Government under any provision of the Contract. b) Standard. Contains reference paragraph number (this includes all subsequent subparagraphs) that describes the standards that each Contract requirement must meet or exceed (see Column 2). c) Maximum Allowable Degree of Deviation from Requirement (AQL). Sets forth the maximum allowable deviation from perfect performance for each listed service, acceptable quality level (AQL) that may occur before the Contractor will receive less than 100 percent of the maximum payment for the listed service (see Column 3). d) Method of Surveillance. Sets forth the primary surveillance methods the Government will use to evaluate the Contractor's performance in meeting the Contract requirements (see Column 3). Various other methods exist to monitor performance. The COR will use surveillance methods including, but not limited to, 100% inspection, random sampling, planned sampling, and validated customer complaints. Regardless of the surveillance method, the COR shall always contact the CM when a defect is identified and inform the manager of the specifics of the problem. The COR will be responsible for monitoring the contractor's performance in meeting a specific performance standard/AQL. Surveillance results may be used as the basis for actions against the Contractor. Services shall be measured against the above objectives and monitored with the Government's QASP. Discrepancies shall be recorded and reported on the 5th day of each month on a Contractor's Discrepancy Report (CDR). The Contractor shall acknowledge the report and make corrections before the next report period. Required Services (Tasks) Performance Standard PWS Para Acceptable Quality Level (AQL) Remedy Method of Surveillance SS-1 Maintain Improved Grounds a. Mow b. Edge c. Trim d. Irrigation Systems e. Leaf Removal 1.6, inclusive No more than 5 valid defects per month Re-performance within 8 hours of notification Random Sampling Validated Customer Complaint SS-2 Maintain Semi-Improved Grounds a. Mow Non-Airfield semi-improved areas b. Trim Non-Airfield semi-improved areas c. Mow Airfield semi-improved areas d. Trim Airfield semi-improved areas e. Mow Taxiway, Runway Edge, Lights and Signs 1.7, Inclusive No more than 5 valid defects per month Re-performance within 8 hours of notification Random Sampling Validated Customer Complaint SS-3 Maintain Airfield Grounds a. Mow Airfield b. Trim Airfield c. Mow Taxiway, Runway Edge Lights and Signs 1.8, Inclusive No more than 5 valid defects per month Re-performance within 8 hours of notification Random Sampling Validated Customer Complaint SS-4 Debris, Trash and Litter Policing Para. 1.6.4 No more than 3 valid defects per month Re-performance within 4 hours of notification Random Sampling Validated Customer Complaint SS-5 Maintain Un-Improved Grounds 1.9, inclusive No more than 5 valid defects per performance Re-performance within 1 day of notification or a mutually acceptable timeframe to the KO or COR and contractor. Periodic Validation SS-6 Maintain Vegetative Beds, Inert Beds and Related Areas 1.10, inclusive No more than 3 valid defects per month Re-performance within 4 hours of notification Periodic Validation SS-7 Special Requirements (Tree Pruning) 1.12, inclusive No more than 3 valid defects per month Re-performance within 4 hours of notification Periodic Validation 2.1. PHASE-IN SUMMARY The contractor shall assume responsibility for all functions, identified in the PWS, within fifteen (15) days after contract award date. The government leaves to the discretion of the follow on contractor to determine how to successfully transition in its full work force into operations. It is the full responsibility of the follow on contractor to determine how to successfully transition in its full work force into operations. The approach must be designed to ensure successful transition to full performance of work by the conclusion of thephase in period. If unable to meet any task timeline, you will notify the KO and COR. 2.1.1. Prepare for assumption on first date of full performance; assume full responsibility for all areas of operation. 2.1.2. Ensure that phase-in operations do not interfere with Government performance of essential services. 2.1.3. Train, orient and in-process (base pass paperwork, vehicle registration, procedure for commercial vehicle access, speed limits, identification cards, licensing, etc.) the work force. 2.1.4. Identify personnel to receive flight-line drivers training for personnel working on airfield grounds; Familiarize certain areas on airfield grounds to be covered by the grounds contract; daily operations reporting; 2.1.5. Three (3) days after contract award, the Contractor will provide the Staffing and Equipment list identify all personnel during phase-in, by position, functional area labor category, and certifications, if and as applicable. And one (1) day prior to full performance, the Contractor will provide the final Staffing and Equipment list to the COR. 2.1.6. Attend the pre-performance orientation and port security briefings and on-site tour of facilities. 2.1.7. Provide all Quality Control Plan (QCP) to the COR for review and comment on acceptability 10 days after the contract award. 2.2. TASK DESCRIPTION AND TIMELINE TASK DESCRIPTION DAYS after CONTRACT award Workers' ENTRY AUTHORIZATION LETTER (EAL) paperwork 1 day CM base pass paperwork 1 day Provide update to KO/COR on timeline issues/concerns 1 day Staffing and Equipment plan 5 days Flight-line Driver's Training 8 days The Safety Plan 10 days Quality Control Program Plan 10 days Schedule of Planned Work 10 days Contractors base pass paperwork 14 days All are Calendar days. 2.3. QUALITY CONTROL 2.3.1. Quality Control Plan (QCP): The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which the contractor assures that the work complies with the requirements of the contract. An electronic copy of a comprehensive written QCP shall be submitted to the Contracting Officer and COR with contractor proposal. The QCP will be review and shall be approved by the COR 10 days after contract award. If changes to the QCP are required, the contractor shall submit a copy to COR for approval before changes are implemented. 2.3.1.1. The contractor's QCP shall contain, as a minimum, the following items: • A description of the inspection system to cover all services. • Description shall include specifies as to the areas to be inspected on a scheduled and unscheduled basis, frequently of inspections, and the title and organizational placement of the inspector(s). • A description of the methods to be used for identifying and preventing defects in the quality of service performed. • A description of how the records will be kept. Records must document all inspections and corrective or preventive actions taken. 2.3.1.2. Records of inspections shall be kept and made available to the Government throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract. 2.4. QUALITY ASSURANCE. The government shall evaluate the contractor's performance to ensure services are received in accordance with requirements set forth in this contract. The COR shall evaluate by validating actual work performance, physically checking the work performed, checking a management information report, investigating customer complaints, conferring with facility managers, or otherwise inspecting the task or its results to determine whether or not performance meets the standards contained in this PWS. The COR will use the contractor's work schedule or modified version thereof, to record work performance. Results of the validation then become the official Air Force record of the Contractor's performance. When a performance threshold has not been met or contractor performance has not been accomplished, the COR will initiate and provide the Contracting Officer a Contract Discrepancy Report (CDR) DD Form 5479 for issuance to the contractor. The contractor shall respond to the CDR IAW instructions provided and return it to the Contracting Officer within 10 calendar days of receipt or as per specific instructions by the KO. 2.4.1. The Contractor's performance rating will be based on the Officer's designated Representative (COR) evaluation and other (Quality Assurance Personnel) and of the results required by the Service Summary (SS) and not the frequency or method of performance. 2.4.2. The evaluation of results will be based on COR performance assessments, validated tenant satisfaction, and validated customer complaints. Final results of the evaluations will be the determining factor for the success or failure of this contract. 2.5. PERFORMANCE ASSESSMENT 2.5.1. Periodic Validations. Using an excel spreadsheet that shows all buildings and areas on the contract is how the COR will employ a "spot check" style of evaluation based on the contractor's schedule. • Periodic validations will be conducted on a scheduled basis (daily, weekly, monthly, quarterly, semi-annual or annually) and may be adjusted, based on quality trends. This will be based on contractors QCP that is submitted that describe work performed (daily, weekly, monthly, quarterly, semi-annual or annually) that is required no later than 30 days of start of phase-in. • Any unsatisfactory inspection (defect) result shall be recorded within that day, and the Contractor shall re-perform the service after notification by the KO or COR. • Failing to meet the performance threshold as outlined in the SS for any of these performance objectives in any period depends on the criticality of performance failure may result in a warning or letter of concern from the KO. • Failing to meet the performance threshold as outlined in the SS of these performance objectives in any combination for any two, or more consecutive or non-consecutive months during a contract period shall constitute an immediate Progress Meeting with the Multi-functional Team. • All remedies shall be in accordance with the FAR 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance. 2.6. PERIODIC PROGRESS MEETINGS. The KO, Functional Commander, COR, other government personnel as appropriate, and the Contractor shall periodically meet to discuss the Contractor's performance. The following issues shall be discussed, opportunities to improve the contract, any modifications required of the contract, unsatisfactory inspections and trends against each performance objective observed, positive performance and steps taken by the Contractor to prevent unsatisfactory occurrences in the future. The Contractor shall provide a summation of unsatisfactory inspections and customer complaints and provide insight into any identified trends. The minutes of these meetings will be reduced to writing, signed by the KO and any other signatures as deemed appropriate, distributed to the functional area and the contractor. Should the contractor not concur with the minutes, the contractor shall provide a written notification to the KO identifying areas of non-concurrence for resolution. 3. FURNISHED PROPERTY AND SERVICES 3.1. GOVERNMENT FURNISHED SERVICES The Government will provide the services identified below for contractor use in support of the requirements of this contract. 3.1.1. MATERIALS- None 3.1.2. SECURITY, FIRE AND MEDICAL SERVICES: The Government will provide police and fire protection. In the event of a medical emergency, base ambulance service for transporting an injured employee to a local hospital is available on a cost reimbursement basis. 3.1.3. TELEPHONE- None. The Government will not provide a telephone line in the Government provided facility, therefore, the Contract Manager shall have an available mobile telephone with them at all times. 3.1.4. SOLID WASTE COLLECTION AND DISPOSAL. The Contractor shall use existing bulk containers to dispose of trash or solid waste generated from accomplishment of services detailed in this PWS. The contractor shall adhere to all base level recycling programs to include disposal of yard/tree waste in specified dumpster collection stations or at the recycling collection center on base. The Contractor shall inform the COR for proper disposal of recyclable materials. The contractor shall dump any man-made debris through dumpsters and it is the Contractor's responsibility to take any natural debris to a dump site off-base at his expense where it is appropriate. 3.2. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES 3.2.1. GENERAL: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 1 of this PWS. 3.2.2. MATERIALS: The Contractor shall furnish materials, and supplies necessary to meet the requirements under this PWS. 3.2.3. FERTILIZER. The Contractor shall apply fertilizer and provide commercial fertilizer conforming to Federal Specification O-F-241 (or approved equal), uniform in composition, free flowing and suitable for application with approved equipment or by hand. 3.2.4. EQUIPMENT: The Contractor shall furnish all of equipment tool and, etc. to meet the requirements under this PWS. 3.2.4.1. Stored of Equipment, when equipment is not in use, it shall be stored in proper areas. The Contractor shall maintain the equipment storage area in an orderly manner, substantially free from grease, oil and other lubricants. Oil spills could possibly contaminate the ground and may require special remediation at no additional cost to the Government. The Contractor shall maintain inventory of oil products in the storage area; not more than two (2) 55-gallon drums. In the storage area, the Contractor is allowed to repair on any part of lawn mowers except for engine component. The Contractor is responsible for ensuring that all equipment utilized during the performance of this contract is in good working condition and is used in a safe manner. 4. GENERAL INFORMATION 4.1. DAMAGES TO GOVERNMENT BUILDINGS, EQUIPMENT, OR VEGETATION Damages to Government buildings, equipment, or vegetation are addressed in clause 52.237-2 - "Protection of Government Buildings, Equipment, and Vegetation." 4.2. ENVIRONMENTAL REQUIREMENTS. The Contractor shall comply with all federal, state, Korean local and installation environmental laws, rules and plans. The Contractor shall use and store all materials, chemicals, and equipment used in the performance of services on the installation in accordance with industry standards, local, federal and state laws, and according to manufactures' recommendations. 4.2.1. Hazardous Materials. The Contractor shall make all environmental and hazardous material records available at the beginning of the next duty day after the Government's request to view the records. The COR shall approve all hazardous materials brought on-site by the contractor prior to use. The contractor shall obtain approval using the application requirements of the AF Form 3952. Once the process is implemented and contractor is trained, the contractor may submit the AF Form 3952 electronically. The COR has the right to prohibit the use of hazardous materials it deems to be especially hazardous to human health and environment. In the event the COR does not approve a hazardous material for use, the COR may provide the contractor a list of suitable substitutes; however, the contractor shall retain responsibility for finding an acceptable substitute. The contractor shall take appropriate actions to comply with waste minimization and pollution prevention practices and policies. 4.2.2. Spill Control Materials. The contractor shall maintain spill control material on hand at all times sufficient to contain hazardous spill, both volume and hazard level. The contractor shall review Material Safety Data Sheet (MSDS), Safety Data Sheet (SDS) or equivalent for recommended spill clean-up methods and materials. A spill containment kit must be available in case a spill occurs. A 20 gallon spill kit contains absorbent socks, universal mat pads, absorbent pillows, temporary disposal bags with ties, tamperproof labels and spills warning signs. 4.2.3. Hazardous Materials Inventory. The contractor shall maintain an up-to-date hazardous material inventory with copies of MSDS(s) for all materials used on the job site. The contractor shall maintain a complete copy of all approved MSDS and AF Form 3952s. The Contractor will submit Material Safety Data Sheets (MSDS) for approval on all materials 15 days prior to use. 4.2.4. Hazardous Materials Management. The contractor shall remove all hazardous materials by the end of each workday. Contractor shall not conduct process treatments (e.g. paint thinner solvent recycling) on base. 4.2.5. Final Report. The contractor shall submit a final inventory, not later than ten working days following termination/completion of this contract, of all hazardous materials used since the last hazardous usage report to the KO or COR. The final inventory will list all hazardous materials used, total amount of each used, and a description of the disposition of any remaining hazardous material. 4.3. PERMITS, LICENSES AND CERTIFICATIONS Unless otherwise specified in this contract, obtain necessary permits, licenses, and certifications; give all required notices; and comply with applicable laws, codes, and regulations, and commercial standards governing U.S. federal, Korean federal, Honam region, North Jeolla Province, Gunsan Administrative District, and Kunsan Air Base in performance of the requirements of this contract. Maintain records of such requirements and make the documentation available to the Government for review. All herbicide application (See Appendix A for clearer definition) will be made by a certified applicator as prescribed in DoDM 4150.07, Vol 1. A copy of certification and/or license permitting the application of herbicides will be provided to Kunsan Air Base's Pest Management craft lead (the current craft lead as of the date of the writing of this contract, it is TSgt Jason Gatiss, 782-4139; and the Entomology NCOIC can be reached at 782-5295). 4.4. HOURS OF OPERATION. Perform grounds maintenance services during normal duty hours which are 0730 through 1630, Monday through Friday, excluding Korean holidays, unless otherwise required in the contract or approved by the KO. Do not perform services in residential areas, housing and dormitories, before 0730. There may be situations that require the contractor to work at times other than normal working hours. When the contractor's work schedule conflicts with an Air Force mission requirement, advise the COR and reschedule the work to minimize disruption. 4.4.1. Observed Holidays. Unless specifically authorized in writing by the COR, no services will be provided and no charges will be incurred and/or billed to any order on this contract on any of the holidays listed below: 4.4.1.1. ROK legal holidays - 1 and 2 January (New Year) - Lunar New Year (31 December, 1 and 2 January on the Lunar Calendar) - 1 March (Independence Movement Day) - 1 May (Labor Day) - 5 May (Children's Day) - Buddha's Birthday (8 April on the Lunar calendar) - 6 June (Memorial Day) - 17 July (Constitution Day) - 15 August (Liberation Day) - Chu-Suk (14, 15 and 16 August on the Lunar Calendar) - 3 October (national Foundation Day) - 25 December (Christmas Day) 4.5. BASE CLOSURES. Work scheduled but not accomplished because of base closure due to weather, exercises, or actual alert, will be accomplished as soon as possible after reopening the base. Work not accomplished due to harsh weather will be documented by the contractor and submitted to the COR on the day that they return to work. The contractor must address how the standards will be met during holidays and base closure due to inclement weather, base exercise or real world alert. 4.6. SECURITY REQUIREMENTS. The contractor shall comply with all installation security requirements. These regulations are available for review in the Contracting Office. Security and base access requirements are contained in clause 5352.242-9000 "Contractor Access to Air Force Installations." Contractor employees will be required to obtain and display identification badges. Anticipate delays in getting commercial vehicles on base and allow time for commercial vehicles to reach their destination by driving designated routes at posted speed limits throughout the base. Procedures for commercial vehicle access to the base are subject to change without prior notice. 4.6.1. ESCORT OF CONTRACT PERSONNEL. A COR can escort up to 4 personnel or one vehicle at a time. This will only be done if written notification 10 business days in advance is submitted. This is to ensure that equipment deliveries and personnel requirements are met if the EAL is not processed in time or equipment needs to be moved using off base trucks. 4.6.2. PERMANENT BASE PASS. KUNSAN AIR BASE is a closed base. All personnel entering must have specific permission of the installation commander for entry. This permission is granted when a Contractor and/or his employees are issued a DOD identification card or base pass. Each CM shall complete a listing of all personnel needing regular access to Kunsan AB in association with his contract on company letterhead in three copies. Each CM shall also complete USFK Form 82, Application for Post Pass, for all individuals. Vehicle registration can be completed on USFK Form 195, Application For DOD Vehicle Registration Decal. All forms shall be completed and forwarded to Security Police, Pass and Registration Section, for review and approval. After review and approval, which may take up to 90 days, those listed personnel being authorized entry to Kunsan AB will proceed to Bldg 590, Pass and Registration for issuance of their Civilian Employee identification card. In addition, all Contractor vehicles must also be registered. 4.6.2.1. Names must be listed alphabetically on each form. The following information must be listed for each individual, directly opposite his name: • ROK identification number. • Duty title. 4.6.2.2. For vehicle passes, the contractor shall provide the following information for all vehicles registered in three copies: • Date of manufacture. • Manufacturer. • Type of vehicle • Color. • License number. 4.6.2.3. Changes to the list must be submitted as they occur. Additions must meet the same requirements as the original list. For deletions, only the name of the individual/vehicle license number and a reference to the date and contract number of the original list is needed. Contractors must ensure the pass for any individual/vehicle deleted from the list is returned to the Pass and Registration Section. The list shall be updated quarterly omitting all previously deleted names/vehicles. The Contractor shall ensure that employees have a current and valid driver's license before allowing the employee to operate a Contractor-owned vehicle on the base. The Contractor and its employees shall comply with all security requirements imposed by the local installation commander at all times while on the military installation. Any Contractor traffic violations may result in the denial of driving privileges on the installations. A copy of all licenses shall be provided to the COR within three (3) days after contract award. 4.6.3. ENTRY AUTHORIZATION LETTER. Access to the base shall be provided by the COR using an EAL if permanent base passes are not already issued, and this is only to get initial entry into the base and for workers that join the contract after award. The Contractor is required to present names of personnel and a copy of ROK ID 10 business days before their first day of work to be added to an EAL. These number of days are to ensure that the COR can route the information through the channels to get the EAL processed. When bidding on contract, it is required to present names of attentive workers and ROK ID number with physical address of employees in paper and Microsoft word format using digital means. Final list will be provide to COR three (3) days after contract award. 4.6.4. ENTRY AUTHORIZATION LETTER FOR RESTRICTED AREAS. The Contract manager shall identify all personnel and equipment used inside restricted area on the organizational chart for the company. A second EAL shall be processed to meet this objective until the time in which the contractor has permanent base passes for all workers in that area and line badge for each worker in that area. The Contractor is required to present names of personnel and a copy of ROK ID 10 business days before their first day of work to be added to an EAL. This will prevent delays in the ability for the contractor to perform work in accordance with the contract objectives. 4.7. PERFORMANCE OF SERVICE DURING CRISIS OR HEIGHTENED SECURITY. In the event of crisis or heightened security caused by a national emergency, natural disaster, or other causes, continue performance as necessary in support of the Air Force mission. The contract price and delivery schedule may be adjusted to reflect any change of work that may be directed by the KO because of natural disaster, or other causes. 4.8. SPECIAL QUALIFICATIONS. 4.8.1. Contractor Qualification. The Contractor shall continuously meet or exceed the minimum qualifications for this requirement that were established in the solicitation evaluation criteria during the entire performance of this contract. 4.8.1.1. Prime Contractor's Business Registration: The prime contractor shall have a Special Construction Registration (Business Type: Landscaping and Planting) (전문건설업중 조경식재공사업) or "Comprehensive Landscaping Construction Registration (종합건설업중 조경공사업)" issued by the Republic of Korea (ROK) Government to provide grounds maintenance services. 4.8.1.2. Prime Contractor's Prior Experiences: Prior Experience as Prime Contractor: The offerors shall provide evidence of at least two (2) years' experience during the last five (5) years in the grounds maintenance services. The experience of a subcontractor cannot substitute for the prime contractor's experience. The offeror shall provide evidence of prior experience as required below: • The title of the contract/project • A brief description of work completed • Length of contract/project (year/month/date - year/month/date) • Value of contract/project • Complete name and phone number of point of contact at Client Organization 4.8.2. Key Personnel/Personnel. 4.8.2.1. Definition: "Key Personnel" means employees of the Prime Contractor that are considered to be essential to the work being performed under this contract. Key Personnel are as follows: Contract Manager. 4.8.2.2. Before removing, replacing, or diverting any of the listed or specified key personnel, the Contractor shall: (1) Notify the Contracting Officer reasonably in advance (30 calendar days is considered reasonable); (2) Submit justification (including proposed substitutions with resumes of equal qualifications) in sufficient detail to permit evaluation of the impact on this contract; and (3) Obtain the Contracting Officer's written approval. Notwithstanding the foregoing, if the Contractor deems immediate removal or suspension of any member of its management team is necessary to fulfill its obligation to maintain satisfactory standards of employee competency, conduct, and integrity under the clause at 48 CFR 970.5203-3, Contractor's Organization, the Contractor may remove or suspend such person at once, although the Contractor shall notify the Contracting Officer prior to or concurrently with such action. 4.8.2.3. The list of key personnel may, with the consent of the contracting parties, be amended from time to time during the course of the contract to add or delete personnel so long as the aforementioned items are addressed. 4.8.2.4. Contract Manager (CM): The contractor shall provide a qualified CM who shall be responsible for supervising the overall performance of the work. The CM shall have the authority to make on-site decisions on behalf of the contractor on contract matters. 4.8.2.4.1. The CM shall be available during normal duty hours to meet on the installation with Government personnel designated by the Contracting Officer (KO) to discuss problem areas. 4.8.2.4.2. The CM shall have at least two (2) years' experience during the last five (5) years as CM in grounds maintenance services, and CM shall have valid Engineering Landscape Architecture Class I (조경기사) license issued by the ROK Government. Resume for CM must identify in the following format: • Position title held • A clear description of qualifying work experience • Length of work experience (Year/Month/Date ~ Year/Month/Date) • Complete point of contact of employer (Including name, e-mail, phone number) and validating POC. 4.8.2.4.3. The CM must be able to communicate in English with COR to effectively meet the ground maintenance service. 4.8.2.5. Contractor appearance: personnel shall present a neat appearance and be easily recognized. All contractor personnel shall be identifiable by wearing a clearly readable identification badge and vest with reflective material, furnished by the contractor, made of durable material or plastic, which consists of the contractor's company name, employee's name. These badges shall be consecutively numbered and made accountable by the contractor. The contractor shall provide a list of badge numbers and personnel to the Contracting Officer and his or her designated representative no later than thirty (30) days after contract award and must be completed prior to phase in completion. 4.8.3. Contractor Personnel Conduct: Contractor personnel's conduct shall not reflect discredit upon the Government. The Contractor shall ensure that personnel present a professional appearance. The Contractor's employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor is responsible for ensuring that any contractor employees providing services under this contract conduct themselves and perform services in a professional, safe, and responsible manner. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering a Government reservation, shall abide by all regulations of the installation, which may be in effect during the contract period. 4.8.4. Misconduct: The Contractor shall remove from the job site any employee for reasons of misconduct or security. In accordance with DOD Directive 5500.7-R, "Joint Ethics Regulation", Contractor employees must avoid improperly influenced in the execution of their duties under the contract. Particular attention should be paid to acceptance of gifts/ gratuities, and on non-disclosure of sensitive or classified information. The Contractor shall ensure employee conduct complies with 41 U.S. C 423 relative to release of acquisition related information or actions or discussions which may prejudice future competitions. The Contractor shall ensure no contractor employees conduct political related activities or events on the installation. 4.9. INTERFERANCES Do not unduly interfere with regularly scheduled Government operational activities in the performance of contract requirements. If a person so requests have any interference in performance, it must be coordinated with the COR to temporarily cease work in the area and report the instructions to the COR immediately. Notify the COR verbally of disputes with customers or other base contractors and follow-up in writing. 4.10. CONTRACTING OFFICER REPRESENTATIVE The COR will be identified by separate letter. An appointment letter 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 additional work outside the PWS, 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. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: 4.10.1. Assure that the Contractor performs the technical requirements of the contract. 4.10.2. Perform inspections and other surveillance activities necessary in connection with contract performance. 4.10.3. Maintain written and oral communications with the Contractor concerning technical aspects of the contract. 4.10.4. Issue written interpretations of technical requirements, including Government drawings, designs and specifications. 4.10.5. Monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies. 4.10.6. Coordinate availability of government furnished property, and provide site entry of Contractor personnel. 4.11. WORK CLEARANCE requests The contractor shall obtain an approved Work Clearance Request for all work which involves excavation including minor digging. The contractor shall obtain, initiate, complete and have in his or her possession an approved AF Form 103 (Digging Permit Form), prior to any digging or driving an object into the ground on Kunsan AB. The contractor shall allow up to five (5) workdays to process. The contractor is responsible for coordinating with Air Force personnel or other contractors on AF Form 103. 4.12. SAFETY REQUIREMENTS AND REPORTS The Contractor shall exercise safety and health precautions as necessary to prevent safety hazards to personnel, materials, and equipment. As required by Occupational Safety and Health Administration Safety and Health Requirements. Notify and provide a verbal report to the COR immediately of each occurrence of damage to Government property or an accident resulting in death, injury, occupational disease, or adverse environmental impact. Provide a completed copy of required Accident Investigation Reports to the COR within the same day of each occurrence. The https://www.osha.gov/dcsp/vpp/index.htlm, Web-site for Occupational Safety and Health Administration. Unsafe practices and/or conditions will be immediately called to the attention of the Project Manager for remedial or corrective action. Conditions beyond the Contractor's responsibility will be referred to the COR for corrective action. Contractor's employees shall be thoroughly indoctrinated on safe operating procedures and precautions essential to the accomplishment of their tasks. Safety measures shall be implemented and adhered to by the Contractor. 4.13. SAFETY PLAN. The Safety Plan shall be submitted no later than 10 days after contract award for review and approval by COR/KO. The Contractor shall at a minimum identifying the hazards associated with grounds maintenance and the mitigating measures emplaced to ensure public safety. The Contractor shall take measures to protect pedestrians from flying debris during grass cutting, edging, trimming, and sweeping (blowers) operations. 4.13.1. The Contractor shall immediately correct all safety deficiencies upon notification of the deficiencies by the COR and shall notify the COR of the corrective action to be taken. The Contractor shall be responsible for ensuring that all equipment that is utilized during the performance of this contract is functional and is used in a safe manner. 4.14. EMERGENCY SERVICES FOR CONTRACTOR EMPLOYEES The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. The Contractor of their employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor shall, in turn, notify the KO or COR within 30 minutes of the incident. 4.14.1. Emergency medical treatment and services for Contractor personnel is the responsibility of the Contractor. 5. CONTRACTOR MANPOWER REPORTING (CMR) REQUIREMENT. Contractor manpower Reporting (CMR) Requirement UIC: W91J4B, 19th ESC DCP SPO, APO AP 96218-5015. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Generator, ATS & HVAC Maintenance and Repair. 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 "Department of the Army CMRA" 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 2017. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website". APPENDIX A - DEFINITIONS 1. Xeriscaping - a landscaping method that employs drought-resistant plants in an effort to conserve resources, especially water, and reduce yard trimmings. Xeriscaping uses decorative brick, lava rock, mulch and low water vegetation such as bougainvillea, hibiscus, cactus, and evergreen ground covering plants to eliminate the high costs of maintaining 2"-4" grass fields and reduce the cost of watering. 2. Rutting - visible marks left on the grounds from the wheels of mowing and edging equipment. 3. Topping - The reduction of a tree's size using heading cuts that shorten limbs or branches back to a predetermined crown limit. Topping is not an acceptable pruning practice. 4. Lion's Tailing - The removal of an excessive number of inner, lateral branches from parent branches. Lion's tailing is not an acceptable pruning practice. 5. Types of Pruning: a. Cleaning - Selective pruning to remove to remove one or more of the following parts: dead, diseased, and/or broken branches. b. Thinning - Selective pruning to reduce density of live branches. c. Raising - Selective pruning to provide vertical clearance. d. Reduction - Selective pruning to decrease the height and/or spread. 6. Caliper - The diameter of a tree measured at a point 6 inches above the ground line if the resulting measurement is no more than 4 inches. If the resulting measurement is more than 4 inches, the measurement is made at a point 12 inches above the ground line. 7. Diameter Breast Height (dbh) - The diameter of a tree measured at a point 4.5 feet above the ground line. 8. Trimming - Cutting of grass and other vegetation around grounds obstacles that prevent mowing. 9. Special Cut - Grass cutting in high profile areas of the base such as ceremonial areas, ornamental areas, distinguished visitor routes, quarters, and entrances. A DV cut is generally performed more frequently than other cuttings and the height range specified is usually smaller. Grass clippings are removed from the area and the end result is uniform in appearance, well-manicured, and complete. 10. Herbicides--a substance or preparation for killing plants, especially weeds. 11. Acceptable Quality Level (AQL). The AQL is the maximum percent defective (or the number of defects per hundred units) that, for the purpose of sampling inspection, can be considered satisfactory 12. 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. 13. 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. 14. 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. 15. Customer Complaint. A means of documenting certain kinds of contract service problems. A Government program that is explained to every organization that receives service under this contract, which is used to evaluate the Contractor's performance. 16. Defective Service. A service output that does not meet the standard of performance associated with it in the Performance Requirements Summary 17. Debris: Includes, but is not limited to paper, cans, bottles, limbs and branches, pine straw and pine cones, leaves, rocks, and other similar items. 18. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement. 19. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 20. Equipment. A tangible item that is functionally complete for its intended purpose, durable, nonexpendable, and needed for the performance of a contract. Equipment is not intended for sale, and does not ordinarily lose its identity or become a component part of another article when put into use. Equipment does not include material, real property, special test equipment or special tooling. 21. 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. Government-furnished property includes, but is not limited to, spares and property furnished for repair, maintenance, overhaul, or modification. Government-furnished property also includes contractor-acquired property if the contractor-acquired property is a deliverable under a cost contract when accepted by the Government for continued use under the contract. 22. Government Property. All property owned or leased by the Government. Government property includes both Government-furnished property and contractor-acquired property. Government property includes material, equipment, special tooling, special test equipment, and real property. Government property does not include intellectual property and software. 23. 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, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 24. Loss of Government Property. Unintended, unforeseen or accidental loss, damage, or destruction of Government property that reduces the Government's expected economic benefits of the property. Loss of Government property does not include occurrences such as purposeful destructive testing, obsolescence, normal wear and tear, or manufacturing defects. Loss of Government property includes, but is not limited to:- (1) Items that cannot be found after a reasonable search; (2) Theft: (3) Damage resulting in unexpected harm to property requiring repair to restore the item to usable condition; or (4) Destruction resulting from incidents that render the item useless for its intended purpose or beyond economical repair. 25. Material. Property that may be consumed or expended during the performance of a contract, component parts of a higher assembly, or items that lose their individual identity through incorporation into an end-item. Material does not include equipment, special tooling, and special test equipment or real property. 26. Performance Requirement. The point that divides acceptable and unacceptable performance. In the case of surveillance by random sampling, the performance requirement is the maximum number of defectives in the random sampling chosen that may occur before the government will affect the price computation system in accordance with the performance requirements summary and the inspection of services clause. When the method of surveillance is other than random sampling, the performance requirement is the number of defectives or maximum percent defective in the lot before the government will affect the price computation system in accordance with the PRS and the Inspection of Services clause 27. Performance Requirements Summary (PRS). Identifies the key service outputs of the contract that will be evaluated by the Government to assure contract performance standards are met by the Contractor. 28. Physical Security. Actions that prevent the loss or damage of Government property. 29. Property. All tangible property, both real and personal. 30. Provide. To furnish, as in Government-furnished property, or to acquire, as in contractor-acquired property. 31. Pruning: Pruning is selectively removing unwanted growth to make a plant or tree grow or respond in a desired manner. 32. Quality Assurance. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 33. Quality Assurance Surveillance Plan. An organized document written by the government specifying the surveillance methodology used for surveillance of contractor performance. 34. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 35. Wide Area Work Flow (WAWF): A secure web based system for electronic invoicing, receipt, and acceptance. WAWF allows government vendors to submit and track invoices and receipt/acceptance documents over the web and allows government personnel to process those invoices in a real-time, paperless environment. 36. Work Day. The number of hours per day the Contractor provides services in accordance with the contract. 37. Work Week. Monday through Friday, unless specified otherwise. 38. Vegetation: 6 inches or over height of grass and bush and tree shoots. APPENDIX B -AREA MAPS OR SITE PLANS Improved, Semi-improved, BASH, Mow Airfield, Un-Improved Grounds and ditches NOTE: COLOR CODED AREA MAPS WILL BE ATTACHED AS A THECHNICAL EXHIBIT B. APPENDIX C - DATA REQUIREMENTS Provide the data as indicated below to the COR. All reports, submittals, logs, and information provided to the Government shall be electronic and compatible with Microsoft Office 2007 TM such as Excel TM, Word TM, and others. "Compatible" means the document can be opened using the appropriate Microsoft Office TM component without any discernible effect on the text (e.g., loss of data) or the formatting of the document: Item No. Description Format Frequency 1. Services Summary Contractor Format Original and changes as occurring 2. Quality Management System Description Contractor Format Original and changes as occurring 3. Work Performed Mutually agreed upon format Monthly (by the 10th of the month) 4. Damage and Injury Reports As required by law Each occurrence within 5 days of incident 5. Schedule of planned work Contractor Format Daily and monthly prior to the start of work and as changes occur. 6. Complete list of personnel needing regular access to Kunsan AB in association with his contract or company 3 copies in letterhead Upon initial contract award & changes in personnel 7. Complete Application for Post Pass forms USFK Form 82 Initial application for each worker 8. Register vehicles through the base giving the following information: a. Date of Manufacture b. Manufacturer c. Type of Vehicle d. Color e. License number 3 copies of USFK Form 195 for each vehicle 10 working days prior to initial entry onto base and annually at Pass & ID at 8 SFS, bldg 590. 9. ROK identification number and duty title much be listed for each individual once a pass is given Photocopy or digitally scanned copy of ROK ID Must be carried at all times while in the installation 10. Provide names and a copy of ROK ID of employees requiring access to base via an Entry Authorization Letter (EAL) English in Contractor Format 10 business days before first working day on base 11. Provide names and a copy of ROK ID of employees requiring access to Restricted Areas via an Entry Authorization Letter (EAL) English in Contractor Format 10 business days before first working day in Restricted Areas 12. Qualified Contract Manager (CM) who has a minimum of 2 years' experience as a manager on the same or similar projects with valid documentation. Contractor Format Prior to start of contract and if CM changes 13. Employee's name/company identification Contractor Format Worn by employee daily 14. Contractor shall provide a list of badge numbers and personnel to the Contracting Officer Contractor Format No later than 10 days after contract has been awarded and shall be updated as changes occurs 15. Approval of any work involving digging and excavation AF Form 103 At least 5 workdays prior to digging 16. Hazardous materials brought on-site once approved by COR. AF Form 3952 Prior to bringing materials on base 17. Updated hazardous material inventory with copies of MSDS's for all materials used. Contractor Format Inventory must be updated at the end of the day 18. The Contractor shall submit a final inventory of all hazardous materials used Contractor Format No later than 10 working days after contract termination/completion APPENDIX D: Unit Pricing for Para 1.9.4 - Planting trees, shrubs and vegetative beds (CLINs X013AM) Transplant local shrubs / decorative tree; Aucuba japonica; common name: gold dust plant; EA Transplant local shrubs / decorative tree; Azalea species; common name: azalea; EA Transplant local shrubs / decorative tree; Buxux microphylla; common name: boxwood; Japanese or Korean EA Transplant local shrubs / decorative tree; Hibiscus althea; common name: althea; Korean national flower EA Transplant local shrubs / decorative tree; Juniperus chinensis; common name: Chinese Juniper; EA Transplant local shrubs / decorative tree; Lagerstroema indica; common name: crape myrtle; EA Transplant local shrubs / decorative tree; Nandina domestica; common name: heavenly bamboo; EA Transplant local shrubs / decorative tree; Pinus mugo mugo; common name: mugo pine; EA Transplant local shrubs / decorative tree; Rosea species; common name: rose; EA Transplant local shrubs / decorative tree; Spirea trichocarpa; common name: spirea; EA Transplant local shrubs / decorative tree; Taxus cuspidate; common name: yew; EA Transplant local Medium trees up to 4.5 meters; Acer rubra; common name: crimson maple; EA Transplant local Medium trees up to 4.5 meters; Acer takesimense; common name: green maple; EA Transplant local Medium trees up to 4.5 meters; Cercis chinensis; common name: redbud; EA Transplant local Medium trees up to 4.5 meters; Juniperus chinensis; common name: Chinese juniper; EA Transplant local Medium trees up to 4.5 meters; Malus baccata: common name: flowering crabapple; EA Transplant local Large trees from 4.5 meters up to 12 meters; Betula platyphylla; common name: birch; EA Transplant local Large trees from 4.5 meters up to 12 meters; Magnolia obovata: common name: magnolia EA Transplant local Large trees from 4.5 meters up to 12 meters; Metaseuquoia flyptostroboides: common name: redwood: EA Transplant local Large trees from 4.5 meters up to 12 meters; Prunus armeniaca; common name: flowering pear; EA Transplant local Large trees from 4.5 meters up to 12 meters; Prunus chimensis; common name: kwanzan cherry; EA Transplant local Large trees from 4.5 meters up to 12 meters; Pinus negra; common name: black pine; EA Transplant local Large trees from 4.5 meters up to 12 meters; Pinus thunbergii; common name: Japanese black pine; EA Transplant local Large trees from 4.5 meters up to 12 meters; Salix koreensis; common name: Korean willow; EA Transplant local Large trees from 4.5 meters up to 12 meters; Zelkova serrata; common name: zelkova; EA APPENDIX E - HISTORICAL WORK LOAD ESTIMATE ITEM DESCRIPTION ESTIMATED QUANTITIES ESTIMATED WORKLOAD (times per year) Quantity Unit Growing Season Non-Growing Season 1 Improved Grounds 86 Acres 28 5 2 Edging 200,000 Linear Feet 16 0 3 Trimming 5,500 Square Feet 16 3 4 Debris Removal and Policing 86 Acres 52 5 Leaf Removal 86 Acres 4 6 * Renovate Lawns 1 Acres 1 7 Prune Shrubs and Other Plants 2,500 (shrubs) Each 2 8 Semi-improved Grounds 219.6 Acres 15 3 9 Flight line loops area 211.9 Acres 15 3 10 Mow Un-Improved Grounds 204 Acres 1 11 ** Maintain Airfield, Flight line 421 Acres 3 1 12 Surface Drainage Ditches 8,000 Linear Feet 13 * Tree Pruning 400 (trees) Each 50 20 14 * Special Cuts 5 (avg 10 acres per cut) Each 5 (avg 10 acres per cut 15 Shrubs, Vegetative Beds 1.7 acres 28 16 Tree removal* 30 Ea 20 10 17 Maintain surface drainage ditches 174721.1 sq ft Ea 87360.55 87360.55 All work is to be completed as discussed in the PWS. Items marked with an asterisk (*) were NOT previously a part of the Firm Fixed Price (FFP) portion of the contract, they were included with a Requirements Portion. ** Note: Maintain Airfield, Flight Line was previously a part of the FFP portion but is included in Requirements portion for current solicitation. APPENDIX F - Government Recommended Equipment to Maintain Kunsan AFB • A tractor with rotary cutter (at least upper 80 Horse Power, rotary cutter's width 3m) • A tractor with rotary cutter (at least upper 50 Horse Power, rotary cutter's width 1.2m) • A Lawn Tractor (at least upper 35 Horse Power, cutter's width 4.5m) • 4 EA Riding Mowers (at least 25 Horse Power, cutter's width 50") • 16 EA Weed Eaters • A Lawn Edger • 3 EA Air Blowers • 3 EA Cargo Trucks • 4 EA Hedge Trimmers • 2 EA Chain Saws
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0e78edfdc5b8520d5e5f8199f5cce8f7)
 
Place of Performance
Address: Kunsan Air Base, Korea, South
 
Record
SN04778710-W 20180104/180102230458-0e78edfdc5b8520d5e5f8199f5cce8f7 (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.