Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

F -- Development of a Start-up, Shut-down, Malfunction Plan (SSMP) and training at Simmons Army Airfield, Fort Bragg, NC

Notice Date
8/22/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Agency, South Region, ACA, Fort Bragg, ACA, Fort Bragg, Directorate of Contracting, ATTN: SFCA-SR-BR, Building 1-1333, Armistead & Macomb Streets, Fort Bragg, NC 28310-5000
 
ZIP Code
28310-5000
 
Solicitation Number
W9124708T0233
 
Response Due
9/5/2008
 
Archive Date
11/4/2008
 
Point of Contact
Heather Clifton, 910-907-4748<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation number is W9124708T0233, and is issued as a Request for Quotation (RFQ). The Aviation Logistics Management Branch is seeking quotes for a Firm Fixed Price contract for the development of a Start-up, Shut-down, Malfunction Plan (SSMP) and training at Simmons Army Airfield, Fort Bragg, NC. This RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-24, effective February 28, 2008. This solicitation is 100% set-aside for small business. The North American Industry Classification System (NAICS) code is 541620 with small business standard of $7.0 million or less annual gross revenue. This requirement is to develop a Start-up, Shut-down, Malfunction Plan (SSMP) in accordance with the Code of Federal Regulations. The plan must be able to pass the Air Quality Review at Fort Bragg, NC. In addition to the SSMP, the development of training is required; which includes a training plan, and training of the required recording and reporting procedures per the National Emission Standards for Hazardous Air Pollutants (NESHAP) for the Munters VOC abatement device. The contractor shall provide all personnel, equipment, supplies, services and materials, except medical treatment. Medical services for Contractor personnel are the responsibility of the Contractor. However, the Government will provide, on an emergency basis, medical services for job related injuries while performing under contract. Emergency medical care is available to the Contractor employees at Womack Army Medical Center. For Emergency ambulance service, call 911. Such emergency medical care will be limited to those services necessary to prevent undue suffering or loss of life and will be provided only during the period of emergency. In such circumstances, action shall be taken to transfer employees of the Contractor to a civilian health care provider as soon as the emergency period ends. The Contractor shall reimburse the Government for emergency medical services provided upon receipt of an invoice from Womack Army Medical Center, Fort Bragg, North Carolina, at the Congressional mandated rates in effect at the time services are rendered in accordance with AR 40-3, Medical, Dental, Veterinary Care Facilities, 15 February 1985. If the invoice is not paid, cost may be set-off by the Contracting Officer against future payments to the Contractor. Specific tasks include, but are not limited to, installing and developing the SSMP required by 40 CFR 63, Subpart GG, subsection 63.6(e), and subsection 63.743(b); which includes specifying operations and maintenance criteria for each pollutant device (paint booth(s)), a checklist for documentation, systematic procedures for identifying and reporting malfunctions, procedures to ensure equipment or process malfunctions are not due to poor maintenance or other conditions, and the development of NESHA Operational training. The contractor shall provide the Government with a training plan for review and approval prior to conducting the training sessions. The contractor must provide two (2) draft SSMPs for the Government to review, after the review and approval the contractor shall provide the Government with four (4) hard copies of the final product along with an electronic version in Microsoft Word. Upon the contractors submission of the draft SSMPs the Government will review and return the drafts within five (5) working days with any changes or additions. The contractor shall provide the Government with a final draft incorporating any changes or additions within ten (10) working days. The contractor shall provide three (3) sessions of NESHAP Operational training for 4-6 personnel each. The contractor shall furnish one (1) copy of the finalized as-built drawings to the Contracting Officer Representative (COR). The contractor shall provide any manufacturer provided manuals and warranty materials to the COR upon completion of work. The contractor shall provide warranty work on equipment installed for the length of the manufactures warranty. The contractor must demonstrate functionality of items installed to the COR, who will then determine if the requirements have been fully satisfied and are acceptable to the Government. The contractor shall furnish supervision and labor necessary to perform all the services required. All contractor employees shall have available, an English reading, speaking and writing employee at all times. The contractor shall not hire off duty Quality Assurance Evaluators (QAE), or any other person whose employment would result in a conflict with the Department of the Army (DA) Standards of Ethical Conduct Rules. Any personnel appearing to be under the influence of alcohol or drugs or using abusive language shall be replaced with qualified personnel for completion of services being performed. Should the need arise to replace one of the contractors employees this change will have no effect on the contractors ability to perform. Contractor is required to perform a background check on all personnel before hiring to ensure persons accepted for employment do not have a serious misdemeanor or felony conviction such as sex offense, drug offense, larceny, robbery or any other crime of violence as defined by the State of North Carolina. All work performed shall be completed by contractor personnel (or subcontractors) who are fully trained and qualified. Such workers shall not receive on the job training. The Contractor shall be responsible for the conduct of their employees. Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing distinctive clothing bearing the name of the company or by wearing appropriate badges that contain the company name and employee name. Personnel shall not wear garments with language that may be offensive to anyone. Contractor personnel shall not wear outer garments that are torn and allow undergarments to show. The Contractor shall fully comply with the vehicle registration requirements regarding Contractor-owned and Contractor employee privately owned vehicles (POVs) as set forth in Fort Bragg Regulation 190-5. Any questions regarding the regulation can be directed to (910)-432-8193. Contractor vehicles and Contractor employee POVs will be searched if the appropriate passes/decals are not displayed when entering Fort Bragg Access Control Points (ACPs). All vehicles, including those with passes/decals, are subject to random search at any time. The Fort Bragg Regulation 190-5 is available for download at the following website: http://www.bragg.army.mil/psbc-pm/Information/VehicleRegistation.htm. On 6 April 2007 Fort Bragg began using RAPID Gate. The RAPID Gate Program is voluntary and uses innovative technology to provide a complete identification and access management solution for Contractors, vendors, suppliers, and service providers who require routine access to the installation. For more information about Eid Passport, the RAPID Gate Program or to enroll your company, please go to www.RAPIDGate.com or call (877) 727-4342. The Contractor is required to notify the Contracting Officer in writing if subcontractors will be used under this contract, and to include the names of such subcontractors. All work is required to meet minimum OSHA standards. The contractor shall be responsible for the following: (a) an examination and/or testing system covering the services stated in the specific tasks previously mentioned. It shall specify areas to be checked on both a scheduled or unscheduled basis and title of the individuals who shall perform the examination and/or testing; (b) a method for identifying deficiencies in the quality of services performed before the level of performance is unacceptable; (c) a file of all examinations/tests conducted by the contractor and when required the corrective action taken when discrepancies have been found. This documentation shall be made available to the Government for review anytime during the term of the contract. The Government will evaluate the Contractors performance and all surveillance observations will be recorded. Contracts for commercial items shall rely on contractors' existing quality assurance systems as a substitute for Government inspection and testing before tender for acceptance unless customary market practices for the commercial item being acquired include in-process inspection. Any in-process inspection by the Government shall be conducted in a manner consistent with commercial practice. The contractor shall meet with the Project Officer, Quality Assurance Evaluator, Contracting Officer Representative (COR), and contracting officer as required. Meetings will be conducted as necessary or whenever a discrepancy shall arise. A mutual effort shall be made to resolve all problems identified. The rights and obligations of the parties to the Performance Work Statement (PWS) shall be subject to and governed by the provisions of the PWS and the requirements and services contained therein. To the extent of any inconsistency between the PWS and other military service regulations, the provisions of the PWS shall take precedence. Compliance with this PWS is mandatory. This PWS contains basic instructions for the work to be performed and the specifications by which performance should be based upon. The requirements of this PWS shall be followed by the contractor. This PWS applies to an upgrade of an existing facility. All required services will take place at Building P-3354 at Simmons Army Airfield, Fort Bragg, North Carolina. The Contractor shall perform the services required during the hours of 7:30 a.m. to 4:00 p.m., Monday through Friday (except holidays). The following provisions and clauses apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.237-1, Site Visit; FAR 52.237-1, Solicitation Provisions Incorporated by Reference (website provided http://farsite.hill.af.mil); FAR 52.212-2, Evaluation-Commercial Items. (a) The Government will evaluate offers in response to this request and award a purchase order/contract to the responsible offeror whose offer conforming to this request, will be most advantageous to the Government considering price and other factors. The following factor shall be used to evaluate offers: (i) price. Award will be made based upon the best value to the Government in accordance with procedures in FAR 13.106-2(b). A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offers specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are to include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. Invoices (See paragraph (a) below); FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Or Executive Orders-Commercial Items; 52.204-7, Central Contractor Registration Alternate A; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.209-6, Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.217-8, Option To Extend Services; FAR 52.237-2, Protection Of Government Buildings, Equipment, And Vegetation; FAR 52.252-2, Clauses Incorporated by Reference (website provided http://farsite.hill.af.mil); DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.204-7003, Control Of Government Personnel Work Product; DFARS 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; DFARS 252.243-7001, Pricing Of Contract Modifications; DFARS 252.204-7004, Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. a)(a) Electronic invoicing is mandatory in accordance with DFARS 252.232-7003. The Contractor shall submit payment request using the following electronic method: upon completion of this purchase order the contractor shall submit original invoice to the Government COR. An additional copy shall be furnished to Ms. Heather Clifton at the Mission & Installation Contracting Command (MICC) Center Fort Bragg, Bldg 2-1105 Macomb Street, Fort Bragg, NC 28310-5000, (910) 907-4748/ Fax (910) 396-7872 or heather.clifton@us.army.mil. The invoice shall be prepared, dated, and mailed or faxed after the services have been provided. b) Payment will be made via Government Purchase Card (GPC) Applicable clauses under FAR 52.212-5: 52.219-6, Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-21, Prohibition of segregated facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.225-13, Restrictions on Certain Foreign Purchases, 52.232-33, Payment be Electronic Funds Transfer Central Contractor Registration; 52.222-41, Service contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires. Applicable clauses under DFARS 252.212-7001: 252.225-7036, Buy America Act-Free Trade Agreements-Balance of Payments Program. ACCOUNTING FOR CONTRACT SERVICES: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. APPLICABLE WAGE DETERMINATION: The following U.S. Department of Labor Wage Determination is applicable to this procurement: Wage Determination No: 2005-2393 (Rev 7) dated 5/29/2008. A copy of this Wage Determination can be found at http://www.wdol.gov. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRE. In accordance with FAR Clause 52.222-42 Statement of Equivalent Rates for Federal Hire, incorporated into this contract by reference at paragraph (c) of FAR Clause 52.212-5, the following information is furnished: THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION. Employee Class, Wage: Code 30090 Environmental Technician $19.53 GS 7 Step 4 $20.03. SITE VISIT ARRANGEMENTS. A site visit will be available to inspect the site where services for the SSMP and training sessions are to be performed. The site visit will be located at building P-3354 at Simmons Army Airfield, Fort Bragg, NC on Thursday, August 28, 2008 from 1:00 p.m. to 2:30 p.m. local standard time. Anyone wishing to visit the site should make arrangements prior to August 28, 2008 by contacting Heather Clifton at (910) 907-4748, or by e-mail at heather.clifton@us.army.mil, between the hours of 9:00 a.m. and 3:00 p.m. local standard time Monday thru Friday. Quote submission shall be forwarded by Friday, September 5, 2008, 12:00 noon local standard time using either facsimile at (910) 396-7872, e-mail at heather.clifton@us.army.mil, or mail to Mission & Installation Contracting Command (MICC) Center, Fort Bragg, Bldg. 2-1105/C Macomb St, Fort Bragg, NC 28310-5000.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8786b4319f932fcbf2346f140ed584ab&tab=core&_cview=1)
 
Place of Performance
Address: Mission & Installation Contracting Command (MICC) Center - Fort Bragg MICC Center - Fort Bragg, ATTN: SFCA-SR-BR, Building 2-1105 Macomb Street Fort Bragg NC<br />
Zip Code: 28310-5000<br />
 
Record
SN01648650-W 20080824/080822222453-8786b4319f932fcbf2346f140ed584ab (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  © 1994-2020, Loren Data Corp.