SOURCES SOUGHT
S -- Refuse Management
- Notice Date
- 9/5/2023 7:05:50 AM
- Notice Type
- Sources Sought
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- W6QM MICC-FT MOORE FORT MOORE GA 31905-5182 USA
- ZIP Code
- 31905-5182
- Solicitation Number
- PANMCC23P0000012165
- Response Due
- 9/18/2023 2:00:00 PM
- Archive Date
- 10/03/2023
- Point of Contact
- Christopher Kimble, Phone: 7065453080
- E-Mail Address
-
christopher.l.kimble.civ@army.mil
(christopher.l.kimble.civ@army.mil)
- Description
- PERFORMANCE WORK STATEMENT DESCRIPTION/SPECIFICATIONS REFUSE COLLECTION AND DISPOSAL, CAMP MERRILL, GEORGIA PART 1 GENERAL INFORMATION GENERAL: This is a non-personal services contract to provide all labor, supervision, facilities, tools, materials, equipment, containers, and vehicles as required and necessary for the performance of all operations incidental to the collection, transportation, and disposal, of refuse and waste generated at Camp Merrill, Dahlonega, Georgia. Areas which regularly generate solid waste which include, but are not necessarily limited to: Barracks, administrative / headquarters warehouses and other office buildings, dining facility, medical facility, training facilities, training areas, and other buildings as required and as ordered. This contract includes all functions, tasks and responsibilities normally inherent to a refuse collection activity. All work under this contract shall be performed in accordance with the standards as contained or referenced herein. Description of Services/ Introduction: All operations incidental to the collection, transportation, and disposal, of refuse and waste generated at Camp Merrill, Dahlonega, Georgia. Background: This contract will be for a base year and four options years to provide collection of refuse and waste generated at Camp Merrill, Dahlonega, Georgia �?Scope: The Contractor shall furnish all labor, supervision, facilities, tools, materials, equipment, containers, and vehicles as required and necessary for the performance of all operations incidental to the collection, transportation, and disposal, of refuse and waste generated at Camp Merrill, Dahlonega, Georgia. Areas which regularly generate solid waste which include, but are not necessarily limited to: Barracks, administrative/headquarters/warehouses and other office buildings, dining facility, medical facility, training facilities, training areas, and other buildings as required and as ordered. �Period of Performance. The period of performance shall be for one (1) Base Year of 12 months and four (4) Option periods of 12 months each. The Period of Performance is as follows: ����������������������������������������������������������������� 1 1.5 Base Year 12/01/2023-11/30/2024 Option Year I 12/01/2024-11/30/2025 Option Year II 12/01/2025-11/30/2026 Option Year III 12/01/2026-11/30/2027 Option Year IV 12/01/2027-11/30/2028 Federal Observed Holidays: The Contractor will only perform service on holidays in Emergency situations. 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 Juneteenth Hours of Operation: The Contractor is responsible for conducting business, between the hours of 0700-1630, Monday through 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. Place of Performance: The work to be performed under this contract will be performed at Camp Merrill in Dahlonega, GA. Quality Control Program (QCP): The Contractor shall develop and maintain an effective QCP to ensure services are performed in accordance with (IAW) this PWS. The QCP must be forwarded to and accepted by the KO. The Contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of deficiencies. The Contractor�s QCP is the means by which the Contractor assures that the work complies with the requirement of the contract. The contractor�s quality control program (QCP) shall be provided to the contracting officer for approval within 30 days after contract award, prior to work under the contract. Changes to the QCP must be provided to the contracting officer prior to the effective date of changes. Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). 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). Type of Contract: The Government will award a Firm Fix Price contract. Anti-Terrorism / Operations Security (AT/OPSEC) Requirements The Contractor shall comply with Government personal identity verification procedures implemented in Homeland Security Presidential Directive (HSPD) � 12, Office of Management and Budget (OMB) Guidance M-05-24, and Federal Information Processing Standards Publication (FISP PUB) number 201. Contractor and all associated subcontractor employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures provided by government representative. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce shall comply with all personal identity verification requirements as directed by Department of Defense (DoD), Headquarters Department of the Army (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. AT Level I Training: All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. 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 30 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil. AT Level I training is an annual requirement if option years are exercised. Access and General Protection/Security Policy and Procedures: Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) 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. 1.12.2a Contractors Requiring a Common Access Card (CAC): N/A. b Contractors that do not Require CAC, but Require Access to a DoD Facility or �Installation: Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. AT Awareness Training for Contractor Personnel Traveling Overseas: N/A. iWATCH Training: The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. 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 NLT 30 calendar days after contract award. Army Training Certification Tracking System (ATCTS) Registration for Contractor �Employees who Require Access to Government Information Systems: N/A. OPSEC Standing Operating Procedure/Plan: The contractor shall adhere to the Government's Operations Security (OPSEC) Standard Operating Procedure (SOP)/Plan during the entire period of performance. Operations Security (OPSEC) Training: N/A. Information Assurance (IA)/Information Technology (IT) Training: N/A. Information Assurance (IA)/Information Technology (IT) certification: N/A. Contractors Authorized to Accompany the Force: N/A. Performance or Delivery in a Foreign Country: N/A. Handling or Access to Classified Information: N/A. Threat Awareness Reporting Program: N/A. Additionally, the contractor shall adhere and conform to all safety, security and attendance requirements that apply to the supported office. The contractor is required to attend and participate in all organizational meetings, training, and emergency preparedness events and is required to vacate the Government office work site when no sufficient Government oversight is available. Physical Security. The contractor shall be responsible for safeguarding all government property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. Conservation of Utilities. The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities which includes turning off the water faucets or valves after using the required amount to accomplish the necessary cleaning. COR: The COR for this contract is the Project Manager, located at 6650 Meloy Drive , BLDG 6 Suite 313, Fort Benning, Georgia. The COR shall monitor all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions. Assure 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, monitor contractor�s performance and notify both the Contracting Officer and contractor of any deficiencies; coordinate availability of government- furnished property; and provide site-entry for contractor personnel. A letter of designation will be issued to the COR, a copy of which will be sent to the contractor detailing the responsibilities and limitations of the COR. The COR is not authorized to change any of the terms and conditions of the contract. Reserved. Telephone Usage: Contractor employees shall not use Government telephones at the work site for personal reasons or make any toll or long-distance calls. BACKGROUND CHECK REQUIREMENTS: Contractor/Sub-Contractor employees providing services under contracts are subject to the following process: Background checks will be initiated and paid for by the Government. The cost for the pre- employment screening is the responsibility of the Contractor. The Commander Designated Entity (CDE) at the Installation supports IMCOM by coordinating, submitting, tracking child related background checks, and reviewing and compiling the results to identify whether they contain derogatory information to be passed on for a suitability determination. The CDE will advise and assist CONTRACTOR andsub- CONTRACTOR employees completing all required documents required for the background check process. CDE contact information will be provided upon contract award. The following is a list of the required screenings per the Army Directive 2014-23. Additional information on the background check process can be found at: http://www.opm.gov/investigations/background-investigations. Re-verification, Installations Records Check (IRC and FBI fingerprint check) is required every 5 years. The Contractor shall provide all information required for background checks to meet installation access requirements, to be accomplished by the installation Provost Marshall Office, Director of Emergency Services, or Security Office, and COR. Physical Security: The Contractor shall safeguard all Government equipment information and property provided for Contractor use. The Contractor shall maintain a physical security checklist/log (e.g., Army Standard Form (SF) 701 Activity Security Checklist), which will be forwarded to the COR, not later than (NLT) the 10th of each month, following the month of surveillance At the close of each work period, Government facilities, equipment, and materials shall be secured by the Contractor.) Special Qualifications: Contractor Managers and Crew Leaders shall have permission to work in the United States. Contractor personnel operating a vehicle in performance of this contract shall have current, valid driver�s licenses for the type of equipment being operated. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5. The KO and Contracting Officer�s Representative (COR) shall meet periodically with the contractor to review the contractor's performance. At these meetings the KO will apprise the Contractor of how the Government views the contractor's performance and the contractor 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. Contracting Officer�s Representative (COR): The COR Management System Tool (Virtual Contracting Enterprise (VCE)-Acquisition Resource Center (ARC) https://arc.army.mil/COR) for nomination, tracking, documentation, and management of CORs will be used. 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, and specifications; monitor Contractor's performance and notifies both the KO 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. Key Personnel: NA Project Manager: The Contractor shall provide a Project Manager who shall be responsible for the overall management, coordination, and performance of work under this contract. The name of this person, and alternate(s) who shall act for the contractor when the manager is absent, shall be designated in writing to the KO within ten (10) days of the contract award date. At least one of the foregoing managers will be telephonically available from 0700 through 1630 hours (EST), Monday through Friday and 0700-1200 (EST) on Saturday, except Legal Public Holidays. The Contractor's management personnel shall have authority to make decisions regarding contract performance in the day-to-day operations. The Contractor shall provide a communications system which will enable the Contracting Officer or quality assurance personnel to contact the Project Manager or his alternate during the aforementioned hours of operation. Identification of Contractor Employees: All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. 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. The Contractor shall provide a roster of personnel who will perform services under this contract to the COR, no later than ten (10) workdays prior to commencing work. Personnel roster shall include the employee�s full name and position to be held. Personnel roster shall be updated and provided to the COR within ten (10) calendar days if personnel changes occur. Display of ID Badges. Contractor personnel shall wear the ID badge at all times when performing work under this contract to include attending Government meetings and conferences. Unless otherwise specified in the contract, each Contractor employee shall wear the ID badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit such placement. Contract Manager (Project Manager): The contractor shall manage the contract. or 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 during absences shall be designated in writing and provided to the Contracting Officer. 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. 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. The Contractor shall remove from the job site any employee for reasons of misconduct or security. 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 US Army Facilities. All persons performing under this contract shall remain employees of the Contractor at all times, and not employees of the Government. All such persons shall be under the control and supervision of the Contractor at all times. The Contractor is responsible for furnishing sufficient personnel who meet the standards established herein. Contractor personnel shall perform in accordance with all standards and provisions contained herein. The Contractor shall assure that all employees are competent, qualified and adequately trained to perform assigned duties. The Contractor's operator personnel must possess a valid state driver's license appropriate for the type and size of vehicle prior to operating any vehicle. The Contractor shall assure that all personnel, whose duties involve the operation of vehicles or equipment of any kind, are qualified and capable to safely operate such vehicles or equipment. TONNAGE: Tonnage will be negotiated with Prime Contractor as no scales are available near the vicinity of Camp Merrill. The negotiated rate will be discussed and determined by the Contracting Officer and the Prime Contractor prior to the beginning of the base year of the contract. Emergency Services The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. The Contractor or their employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor will, in turn, notify the KO or COR within 30 minutes of the incident. Emergency medical treatment and services for Contractor personnel is the responsibility of the Contractor. PART 2 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS DEFINITIONS AND ACRONYMS: Definitions: Contractor. A supplier or vendor awarded a contract to provide specific supplies or services to the government. The term used in this contract refers to the prime. Contractor Acquired Property. Property acquired, fabricated, or otherwise provided by the contractor for performing a contract and to which the Government has title. 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. 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. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 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. 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. 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. 2.1.11. 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. The prime contractor is responsible for the performance of all subcontractors. 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: Items that cannot be found after a reasonable search; Damage resulting in unexpected harm to property requiring repair to restore the item to usable condition; or Destruction resulting from incidents that render the item useless for its intended purpose or beyond economical repair. 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. Non-Personal Services. The personnel rendering the services are not subject; either by the contract�s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships be-tween the government and its employees. Non personal service contracts are authorized by the government in accordance with FAR 37.012, under general contracting authority, and do not require specific statutory authorization. 2.1.15. Physical Security. Actions that prevent the loss or damage of Government property. Property. All tangible property, both real and personal. Property Administrator. An authorized representative of the KO appointed in accordance with agency procedures, responsible for administering the contract requirements and obligations relating to Government property in the possession of a contractor. Property Records. Records created and maintained by the contractor in support of its stewardship responsibilities for the management of Government property. Provide. To furnish, as in Government-furnished property, or to acquire, as in contractor- acquired property. Quality Assurance. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. Quality Assurance Surveillance Plan. An organized document written by the government specifying the surveillance methodology used for surveillance of contractor performance. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. Real Property. See Federal Management Regulation 102-71.20 (41 CFR 102-71.20). Sensitive Property means property potentially dangerous to the public safety or security if stolen, lost, or misplaced, or that shall be subject to exceptional physical security, protection, control, and accountability. Examples include weapons, ammunition, explosives, controlled substances, radioactive materials, hazardous materials or wastes, or precious metals. Subcontractor. One that enters into a contract with a prime contractor. The Government does not have privities of contract with the subcontractor. Unit Acquisition Cost means� For Government-furnished property, the dollar value assigned by the Government and identified in the contract; and For contractor-acquired property, the cost derived from the contractor�s records that reflect consistently applied generally accepted accounting principles. 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. Work Day. The number of hours per day the Contractor provides services in accordance with the contract. Work Week. Monday through Friday, unless specified otherwise. Acronyms: AR Army Regulation Bulk Waste COR Contracting Officer Representative DA Department of the Army DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation GFP Government-Furnished Property Installation Records Check KO Contracting Officer OCI Organizational Conflict of Interest PA Property Administrator PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit WAWF Wide Area Work Flow PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES Government Furnished Property- N/A Government Property Requirements. The Contractor shall comply with the Government property requirements as outlined in the FAR subpart 45-5. In addition, the Government shall provide Government property in accordance with the same paragraph. All property acquired under this task order is government property. Property transfers are the responsibility of the Contractor. The Contractor shall maintain physical security of all government-owned material or equipment in the Contractor�s custody or in the Contractor�s use whether at the primary work site or when used in another location. The Contractor shall be the hand-receipt holder for all assigned government equipment in use by the Contractor. Upon the request of the government, the Contractor shall complete an inventory of government-furnished material and property to ensure accountability is maintained. The Contractor shall ensure compliance with government regulations, policy, and instructions when inventorying and surveying equipment. All equipment, supplies, and property acquired by the Contractor or government under this contract is property of the government. PART 4 CONTRACTOR FURNISHED ITEMS General. Except for those services or supplies specifically stated above to be Government furnished, the Contractor shall furnish all items necessary to perform work under this contract. Security Clearance. Contractor Personnel must pass a NCIC-III Background check. This is a requirement to gain access to Camp Merrill. PART 5 SPECIFIC TASKS Refuse Collection and Disposal: Collection shall be as described herein, and transportation and disposal shall be at a State approved solid waste management facility off-post. All other items shall be disposed of at a State approved solid waste management facility off-post. Refuse will be collected from areas which regularly generate solid waste which include, but are not necessarily limited to: Barracks, administrative/headquarters/warehouses and other office buildings, dining facility, medical facility, training facilities, training areas, and other buildings as required and as ordered. This contract does not include recycling. Facilities Collection: All refuse containers will be serviced, emptied, and cleaned by the contractor to include the installation of drain plugs. Schedule of Sanitation Services: The Contractor shall plan his work to maintain an efficient collection and disposal schedule. The frequencies and days of refuse collection required by the Government shall be as set forth in this document. The Contractor shall establish regular working hours between 0700 and 1630 hrs (EST), Monday thru Friday, and shall schedule all collections during such hours. The Contractor, however, is not prohibite...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3e8d30d0c41c4a42848fdd533c698b91/view)
- Place of Performance
- Address: Fort Moore, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN06819205-F 20230907/230905230058 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |