Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2008 FBO #2495
SOLICITATION NOTICE

J -- Hood and Duct Cleaning

Notice Date
9/23/2008
 
Notice Type
Modification/Amendment
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
 
ZIP Code
80912-2116
 
Solicitation Number
FA2550-08-T-1012
 
Response Due
9/30/2008 3:00:00 PM
 
Archive Date
10/15/2008
 
Point of Contact
Denise B Wright, Phone: 719-567-3888
 
E-Mail Address
denise.wright@schriever.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Combined Synopsis / Solicitation Solicitation Number: FA2550-08-T-1012 (Inspection and Cleaning of Hood and Ducts on Schriever AFB, CO) Classification Code: J - Maintenance, Repair and Rebuilding of Equipment-Base Civil Engineering Services at Schriever AFB, CO NAICS Code: 561790 - Other Services to Buildings and Dwellings Contracting Office Address Department of the Air Force, Air Force Space Command, 50CONS, Base Infrastructure Flight, 210 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116, UNITED STATES Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (ii) This solicitation is issued as a Request for Proposal (RFP) against solicitation number FA2550-08-T-1012 for Inspection and Cleaning of Hood and Ducts on Schriever AFB, CO for one base year and four option years. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-026 effective June 12, 2008. (iv) The North American Industrial Classification System (NAICS) number is 561790 - Other Services to Buildings and Dwellings. The Size Standard for this proposed acquisition is $6.5 million. This proposed acquisition is set-aside for small business concerns. (v) The proposed acquisition consists of the following Contract Line Items Numbers (CLINs): CLIN 0001 Firm Fixed Price (FFP) Inspection and Cleaning of 5 (five) exhaust systems: $ __________ CLIN 1001 (Option Year 1) Firm Fixed Price (FFP) Inspection and Cleaning of 5 (five) exhaust systems: $ __________ CLIN 2001 (Option Year 2) Firm Fixed Price (FFP) Inspection and Cleaning of 5 (five) exhaust systems: $ __________ CLIN 3001 (Option Year 3) Firm Fixed Price (FFP) Inspection and Cleaning of 5 (five) exhaust systems: $ __________ CLIN 4001 (Option Year 4) Firm Fixed Price (FFP) Inspection and Cleaning of 5 (five) exhaust systems: $ __________ TOTAL FFP $ _______________ (vi) Description of requirements for the items to be acquired. Performance Work Statement for Hood and Duct Cleaning Services Schriever AFB, CO SEE Attached Performance Work Statement Wage Determination No. 2005-2059 Revision No. 7 Date of Revision: 05/29/2008 (vii) Date(s) 1 October 2008 - 30 September 2009 with four option years. Place of delivery and acceptance: 50 CES/CE: FOB point is Schriever AFB, CO. (viii) Provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-1 is supplemented per following addenda: Contractor shall submit their quotation on company letterhead stationery, provide solicitation number, the time specified in the solicitation for receipt of offers, name, address, and telephone number of the offeror, unit price, and overall total price, a technical description of the item being offered in sufficient detail to evaluate compliance with the requirements in the solicitation, terms of any expressed warranty, price, any discount terms, cage code, DUNS number, size of business, acknowledgement of solicitation Amendments. (ix)Provision at 52.212-2, Evaluation -- Commercial Items shall be used. The Evaluation as Commercial Items applies to this acquisition and that the Government will award a contract resulting from this solicitation to the responsive responsible quoter whose technically acceptable quote conforming to the solicitation will be the most advantageous to the government, price and other factors considered. (x) Provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items applies and to that end offerors must ensure that the representations and certifications have been completed in accordance with FAR 52.212-3 Offeror Representations and Certifications--Commercial Items on the ORCA website (http://orca.bpn.gov/publicsearch.aspx). (xi) Clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) Clause at 52.212-5, FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUN 2008) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause. (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d) (2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965, (Nov 2007), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.) (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements `` (Nov 2007)'' (41 U.S.C. 351, et seq.) (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements " (Nov 2007)" (41 U.S.C. 351, et seq.) (x) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64, (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) (xiii) Clauses Incorporated by Reference 52.204-7 Central Contractor RegistrationAPR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.217-5 Evaluation Of Options JUL 1990 52.217-8 Option to Extend Services NOV 1999 52.217-9 Option to Extend the Term of the Contract MAR 2000 52.219-6 Notice of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor - Cooperation with Authorities and Remedies FEB 2008 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.223-12 Refrigeration Equipment and Air Conditioners MAY 1995 52.232-18 Availability Of Funds APR 1984 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-1 Site Visit APR 1984 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation APR 1984 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 5352.242-9000 Contractor Access to Air Force Installations AUG 2007 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Headquarters Air Force Space Command A7K, 150 Vandenburg Street, Suite 1105, Peterson AFB, CO 80914-4230. Phone: 719-554-5250, Fax: 719-554-5299. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS) and assigned rating will not apply. (xv) Date, time and place offers are due: Quotes must be received NLT 3:00 p.m. 30 September 2008 (Mountain Daylight Time (MDT), 50CONS/LGCA, 216 Falcon Parkway, STE 2116, Schriever AFB, CO 80912-2116. Quotes received after this date and time will be considered late in accordance with 52.212-1(f), Late Submission, Modifications, Revisions, and Withdrawal of Offers and will not be evaluated. Proposals SHALL remain valid until 2400 hours 30 Sep 2008. (xvi) Individuals to contact for information regarding this solicitation: 2Lt Denise Wright, Contract Specialist, Phone 719-567-3888, Fax 719-567-3438, Email denise.wright@schriever.af.mil Robert Heinrich, Contracting Officer, Phone 719-567-3442, Fax 719-567-3809, Email robert.heinrich@schriever.af.mil Place of Performance: Schriever AFB, CO Postal Code: 80912 Country: UNITED STATES STATEMENT OF WORK FOR HOODS AND DUCTS CLEANING SERVICES 1. DESCRIPTION OF SERVICES. The contractor shall provide all management, tools, supplies, equipment and labor necessary to ensure that hood and duct services are performed at Schriever Air Force Base (SAFB) in a satisfactory manner. 1.1. BASIC SERVICES. The contractor shall inspect and clean hoods and duct systems in accordance with National Fire Prevention Association (NFPA) Standard 96 and other local, state, and federal rules and procedures. The contractor and the Quality Assurance Evaluator (QAE) shall review the current inspection and cleaning status of all hood, duct, and exhaust systems included in this contract. The contractor shall submit a planned work schedule to the QAE for approval no later than 10 calendar days after contract award. The contractor shall submit a documented report to the QAE on all hood, duct, and exhaust system's inspection and cleaning, noting discrepancies, system impairments and recommendations, within 10 calendar days after inspection. Type system Manufacturer Building Exhaust System Gaylord 300 Dining Hall Exhaust System Gaylord 300 Dining Hall Exhaust System Gaylord 300 Basement of Dining Hall Exhaust System Captive Air 60 CDC Exhaust System Larkin 717 Fire Station 1.1.1. Review the current inspection and cleaning records of all hood and duct exhaust systems and develop a planned work schedule. 1.1.2. Inspect each hood and duct exhaust system IAW National Fire Prevention Agency (NFPA) Standard 96 and the manufacturer's instructions. 1.1.3. Perform all work in strict accordance with the highest safety standards and applicable codes in order to eliminate the possibility of damage to installed machinery, equipment and building structures. 1.1.4. Submit a report of all hood and duct exhaust system tests, inspections, and maintenance accomplished. Reports shall include a record of conditions, completed tests, inspection results, and preventive or corrective maintenance performed on a system. 2. SERVICE DELIVERY SUMMARY. Performance Objective SOW Para Performance Threshold Perform Inspection and Cleaning on Hoods and Duct System. Systems are inspected as specified. Hoods perform properly and efficiently. Ducts are clean. Accurate reports submitted timely. 1.1.1 - 1.1.4. No more than 1 customer complaint per month. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. The Government does not intend to provide any property or services to the Contractor in the performance of this contract. The Government does reserve the right to incorporate property, equipment or supplies, as it deems necessary. 4. GENERAL INFORMATION. 4.1. QUALITY CONTROL. The contractor shall develop and implement procedures to identify and prevent defective services from reoccurring. As a minimum, the contractor shall develop quality control procedures that address the areas identified in paragraph 2, Service Delivery Summary. The government evaluator must have a specific quality control inspector to notify in case of customer complaints. 4.2. QUALITY ASSURANCE. The government will periodically evaluate the contractor's performance in accordance with the Quality Assurance Surveillance Plan. 4.3. HOURS OF OPERATION. Normal Hours of Operation: The Contractor shall perform routine services required under this contract during the following hours: 4: p.m. through 4:00 a.m. Monday through Friday, except Federal Holidays. Weekends and government holidays shall not be worked except by agreement with the government QAE. 4.4. SECURITY REQUIREMENTS. The Contractor shall comply with all SAFB security requirements. SAFB is a controlled (restricted) area and special security procedures are utilized to deter espionage, sabotage, and theft of Air Force resources. The Contractor shall be responsible for security of his work areas in cooperation with applicable base agencies. 4.4.1 DELIVERIES, VENDORS, AND PART TIME (ON CALL) CONTRACTORS IN THE RESTRICTED AREA: Deliveries, vendors and on call contractors will submit required information to Security Forces Administration, through the QAE and Civil Engineering Security Manager in order to process the requirements for temporary passes. These individuals will require a National Agency Check (NAC) before being considered. 4.4.2. VEHICLE REQUIREMENTS: The Contractor shall request, obtain, and properly use vehicle passes for all vehicles used in the performance of this contract. 4.4.3. NATIONAL AGENCY CHECK (NAC) CHECKS: To qualify for unescorted entry to SAFB an employee must obtain a favorable NAC. The NAC will be initiated by completion of a Standard Form 85P using the latest version of the Electronic Personnel Security Questionnaire (EPSQ) program (available for download at Website www.dss.mil). The NAC requires the employee to authorize an "employment," "residence," and "criminal" history records check, and submit to fingerprinting. Upon favorable adjudication of the records check results, interim unescorted entry may be granted pending completion of NAC. Unescorted entry based on a favorable records check will be limited to Area 7 (main base portion of SAFB) with no internally controlled area access and no designated escort official authority. These record checks will be accomplished as long as the program is approved and funded by the Government. 4.4.4. AF FORM 2586: The Contractor shall direct each eligible employee to personally report to the 50 CES Security Manager for completion of the AF Form 2586, Unescorted Entry Authorization Certificate. Contractor employees shall not be allowed unescorted entry to SAFB until these procedures have been completed. 4.4.5. TERMS OF VALIDITY: Employees without unescorted entry authority will be continuously escorted while in a restricted area by an escort official. 4.4.6. DISPLAY OF AREA BADGE: While inside restricted area, Contractor personnel shall, at all times, display restricted/controlled area badges on their outer garments above the waist. Contractor personnel shall remove and secure the restricted/controlled area badges immediately upon departure from the restricted area to prevent loss. Incidents of a person not properly displaying badges or violating escort procedures shall be treated as a breach of security and that person shall be susceptible to apprehension, search and detainment. Any person inside a restricted area without a restricted/controlled area badge will be detained or apprehended, searched, removed, and turned over to appropriate authorities for disposition. 4.4.7. CLASSIFIED INFORMATION: Access to classified information by Contractor personnel during performance of this contract is prohibited. However, Contractor performance shall be within controlled areas which shall require Contractor compliance with various levels of security and require certain established personnel security entry control procedures. 4.4.8. ACCESS DENIAL: The installation commander reserves the right to deny entry to SAFB to any person whose NAC is unfavorable or upon disclosure of information that indicates the individual's continued entry to SAFB is not in the best interest of the USAF. Additionally, the violation of, or deviation from established security procedures by the Contractor's employees may result in the confiscation of restricted/controlled area badges and the denial of future entry to SAFB. 4.4.9. SECURITY INSPECTION: Daily entry procedures: 50th SFS personnel will verify the identity and entry authorization of each Contractor employee and vehicle, and may conduct a search of any baggage, articles, or vehicles on SAFB. 4.4.10. ESCORTED ENTRY: Contractor employees requiring entry, but not requiring unescorted entry, will be issued a visitor badge and will be under direct surveillance, at all times, of a person possessing a restricted/controlled area badge with escort authority. Contractor employees entering SAFB will obtain their visitor badge from the 50 SFS Entry Control Facility, Building 15. The visitor badge will be returned to the entry controller each time the employee departs SAFB controlled area. While within SAFB controlled area, Contractor personnel will display the visitor badge on their outer garment above the waist and must remain at all times within view of the escort official. 4.4.11. LOST BADGES: The Contractor shall immediately report the occurrence of lost badge(s) to the QAE, who will in turn report to 50th SFS. If the QAE is not available, the loss shall be reported directly to 50th SFS within one duty day of loss. Replacement badge will not be issued until reporting procedures are satisfactorily completed. 4.4.12 SECURITY COSTS: All costs incurred by the Contractor associated with security requirements, including routine entry/exit delays, and operational delays due to contingencies or exercises, are to be anticipated by the Contractor and shall be included in the price of the contract. 4.4.13. PARTIAL BASE CLOSURE. Approximately twelve times per year, for four hours in duration, small portions of SAFB will be closed to non-essential personnel due to disaster, emergency, and contingency responses or exercises. This does not relieve the Contractor from responsibilities of performing work in a timely manner. 4.5. PERFORMANCE OF SERVICES DURING CRISIS DECLARED BY THE NATIONAL COMMAND AUTHORITY OR OVERSEAS COMBATANT COMMANDER. All services to be performed under this contract have been determined to be essential for performance during crisis and, according to Department of Defense Instruction (DODI) 3020.37 and Air Force implementation thereof, it is determined that the contractor will be required to perform during crisis, unless otherwise directed by an authorized government representative. 4.6. SPECIAL QUALIFICATIONS. Contractor personnel shall be certified by appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance and cleaning of exhaust systems. A copy of the Company's or persons certification shall be made available to the CO and QAE on or before the contract start date and as changes occur. 4.7. PARTNERING AGREEMENT. The contracting officer may require a partnering agreement between the government and the contractor to ensure joint cooperation and a sound partnership of all parties involved in the execution of this contract. Partnering is the creation of a government-contractor relationship that promotes achievement of mutually beneficial goals. It involves an agreement in principle to share the risks involved in completing the project and to establish and promote a nurturing partnership environment. Representatives from each organization are encouraged to participate in developing the partnering agreement. Suggested representation is the civil engineer manager, the government inspector, the government contract administrator, the contractor's manager and the contractor's quality control person. All costs for the partnership agreement should be shared equally between the government and contractor. This group is responsible for developing a formal partnering agreement that should be signed by all parties involved. The agreement should contain as a minimum: specific goals to be reached and a list of objectives to reach the goals, a set of metrics to evaluate the objectives, a frequency for meetings to review the metrics, and a statement of cooperation to execute the terms of the agreement. 4.8. ENVIRONMENTAL AND HAZARDOUS MATERIALS HANDLING. The Contractor shall furnish an AF Form 3952 or equivalent electronic worksheet to the Base HAZMART, through the CO, for anticipated quantities, application of use, and method of disposal for all materials to be used under this SOW. The listing shall include, but not be limited to, lubricants, spray cleaning solvents, and any known hazardous materials. 4.8.1. The Contractor's attention is directed to Hazardous Chemical Reporting (40 C.F.R. Part 370), Toxic Chemical Release Reporting: Community Right to Know (40 C.F.R. Part 372), which includes the following: Chemicals with special characteristics which in the opinion of the manufacturer can cause harm to people, plants, or animals when released by spilling, leaking, pouring, emitting, emptying, discharging, injecting, escaping, leaching, dumping or disposing into the environment (including the abandonment or discarding of barrels, containers, and other receptacles). 4.8.2. The Contractor shall notify the base Hazardous Materials Pharmacy whenever it transports hazardous materials onto the installation. The Contractor shall cooperate with the Hazardous Materials Pharmacy so that the pharmacy can inspect the materials within one day of transportation. The pharmacy will place bar code labels on the hazardous material containers for inventory and consumption reporting purposes; the Contractor shall maintain possession and responsibility of the hazardous materials. 4.8.3. The Contractor shall cooperate with the Hazardous Material Pharmacy to allow the Pharmacy, at their discretion, to conduct monthly inventory of the hazardous materials maintained or stored by the Contractor. These inspections shall be performed during normal duty hours at the Contractor's storage locations. 4.9. PERFORMANCE EVALUATION MEETINGS. The CO may require the Contract Manager to meet with the Contract Administrator, QAE, and other government personnel as deemed necessary. The Contractor may request a meeting with the CO when they believe such a meeting is necessary. Written minutes of any such meetings shall be recorded in the contract and signed by the Contract Manager and the CO or Contract Administrator. If the Contractor does not concur with any portion of the minutes, such non-concurrence shall be provided in writing to the CO within 5 calendar days following receipt of the minutes. 4.10. PHYSICAL SECURITY. The Contractor shall be responsible for safeguarding all Government property. At the close of each workday, Government facilities, equipment and materials shall be secured. The Contractor shall establish and implement key control methods to ensure keys issued to them by the government are not lost, misplaced or issued to unauthorized persons. Government keys shall not be duplicated. The Contractor shall prevent any unauthorized use of keys. 4.10.1. The Contractor shall immediately report occurrences of lost or duplicated keys to the CO and QAE. In the event keys are lost or duplicated by the Contractor or their employees, upon written direction by the CO, the contractor shall re-key or replace the affected lock(s) without cost to the government. 4.11. SAFETY. The Contractor shall instruct his employees in appropriate safety measures concerning equipment, materials, etc. and inform them of their obligation to obey existing regulations. The Contractor shall comply with all Air Force and applicable base Safety Regulations also OSHA Standards. The Contractor shall provide MSDS's for Contractor employees for any hazardous materials used. 4.12. PROTECTION OF REAL PROPERTY. The Contractor shall take all necessary precautions to insure against damage to Government real property. All damaged real property shall be repaired or replaced as approved by the CO through the QAE at no additional cost to the Government. 4.13. TELEPHONE SERVICE. The Contractor shall provide telephone numbers for 24-hour per day contact. Telephone numbers shall be made available to the CO and QAE on or before the contract start date and as changes occur. 5. APPENDICES. A. Estimated Workload Data APPENDIX A ESTIMATED WORKLOAD DATA ITEM NAME ESTIMATED QUANTITY 1 General inspection and cleaning of hood and duct systems ___5___ Units 2 Monthly cleaning service. Systems using solid cooking fuels or 24 hour high volume frying, char broiling, or Oriental cooking. ___0___ Systems 3 Quarterly cleaning service. Systems using high volumes of fast food frying, char broiling, or Oriental cooking. ___2___ Systems 4 Semi-annual cleaning service. Systems using normal volumes of commercial cooking of baking. ___3___ System 5 Annual cleaning service. Systems using low vapor producing cooking (pizza ovens, steam tables, etc.). ___0___ System A. Applicable Publications and Forms B. HAZMART Instructions A. APPLICABLE PUBLICATIONS AND FORMS 1. Publications and forms applicable to this Statement of Work (SOW) are listed below. The Contractor is obligated to follow those publications and use those forms coded as mandatory to the extent specified in other sections of this SOW. The Contractor shall be guided by those publications or use those forms coded advisory to the extent necessary to accomplish requirements in this SOW. Where government specifications are not directed, the contractor shall perform work to meet commercial standards and manufacturers recommendations. All publications annotated are mandatory. All of the following publications, directives and forms can be obtained from the World Wide Web (WWW) at the following internet address: http://afpubs.hq.af.mil, or as specified, with exception of those identified with an asterisk "*" shall be provided by the Government upon request. At the start of the contract, the Government will provide all publications, directives, and forms unavailable on the WWW upon request. The Government may issue supplements or amendments to listed publications from any organizational level during the life of the contract. The contractor shall keep all issued publications up-to-date. The contractor shall immediately implement those changes in publications that result in a decrease or no change in the contract price. Before implementing any such revision, supplement, or amendment that will result in an increase in contract price, the contractor shall submit to the administrative contracting officer (ACO) a price proposal for approval. Price proposals shall be submitted within 30 calendar days from the date the contractor receives notice of the revision, supplement, or amendment giving rise to the increase in cost of performance. The Government will consider changes in the contract price due to supplements and amendments under the Changes clause of this contract. The Government will continue to supply the Government forms needed for daily operations. Upon completion of the contract, the contractor shall return to the Government all issued publications and unused forms. PUBLICATION NO. TITLE DATE MANDATORY ADVISORY NFPA Standard 96 National Fire Protection Current M - All Sections Association Issue AFI 31-204 Motor Vehicle Traffic Current M - Chapters Supervision (PA) Issue 2, 3, 5 and 6 *50 SWI 32-2001 The Fire Protection Operations Current M - All Sections and Fire Prevention Program Issue 29 CFR Hazard Communication Current M - Part, 1910.1200 Program Issue 40 CFR Hazardous Chemical Current M - Parts, 370& 372 Reporting Issue 49 CFR Hazardous Waste Operations Current and Emergency Response Issue M - Part, 1910.120 AF Form 2586 Unescorted Entry Current M Authorization Certificate Issue AF Form 3000 Material Approval Submittal Current M Issue AF Form 3952 Chemical Hazardous Material Current M Request/Authorization Issue SF Form 85P Questionnaire For Public Current M Trust Positions Issue B. Special Instructions: Attachment: Special Instructions: HAZMART PARTICIPATION (Reference: AFI32-7086/50SWSUP-13 JANUARY 2000): 1. If in the performance of this Purchase Order/Delivery Order/Contract, there is "Any Hazardous Material" brought onto Schriever Air Force Base (SAFB), the contractor SHALL comply with the following as it applies to the Hazardous Material in question and to the degree necessary to be in fact compliant. 2. The contractor shall provide trained personnel to perform environmentally related duties. The contractor shall report to 50 CES/CEV any act or omission that will violate environmental law. The contractor shall participate in the SAFB Pollution Prevention Program. The contractor shall comply with all applicable Environmental Protection Agency (EPA), Occupational Safety and Health Administration (OSHA), state/local regulatory guidance on pesticide storage, disposal and applications, DoDI 4150.7, DoD Pest Management Program, 22 April 1996, and AFI 32-1053, Pest Management Program, 1 April 1999. 3. The contractor shall implement measures to achieve reductions in hazardous materials/waste generation, use of ozone depleting chemicals and solid waste volumes. The contractor shall turn in all Hazardous Waste (HAZWASTE) generated from its operations for disposal in accordance with federal, state and local environmental laws and regulations. 4. Hazardous Material Pharmacy (HAZMART) Enrollment: The Contracting Officer (CO) (after coordinating with the HAZMART and 50 CES/CEV) will direct the contractor's method of reporting of Hazardous Materials (HAZMAT) on a material by material basis. To this end the contractor shall provide the CO a comprehensive list of ALL Hazardous Material to be brought onto SAFB within ten (10) business days of award of this contract, unless otherwise authorized by the CO. A. Fourteen (14) days prior to transporting HAZMAT onto SAFB property, the contractor shall forward to the HAZMART a completed AF Form 3952 and Material Safety Data Sheet (MSDS) for each HAZMAT the contractor anticipates using during the contract performance period. The contractor must receive government approval, prior to transporting any HAZMAT onto SAFB property. B. If the contractor wants to procure a new potentially hazardous material not previously identified and/or approved, the contractor shall request this material by completing an AF Form 3952 (See AFI-32-7086 / AFSPC supplement 1) and forwarding it and the MSDS to the HAZMART. After review of the contractor's material request, the government will, within ten (10) working days of receipt, document on the AF Form 3952 the procurement classification. After the government's initial procurement classification for a specific chemical, the contractor shall make all future procurements of the same material according to the initial procurement classification. The contractor is not required to submit an AF Form 3952 and MSDS for a chemical that has previously received a procurement classification from the government. C. Exceptions: There may be times when the HAZMART cannot obtain a material designated "Through the HAZMART" by the required delivery date. If this is the case, 50 CES/CEV will authorize the contractor "in writing" to procure materials designated "Through the HAZMART" from a commercial vendor. This authorization will only be valid for material purchases associated with the specific project and will expire when the project is complete whereby the contractor shall provide to the HAZMART the quantity of the material and its MSDS within one business day of transporting it onto SAFB property. D. Consumption reporting: The contractor will call the HAZMART, 567-7490 or 567-3476 as needed to report empty containers.. 5. Solid Waste: The contractor is responsible for handling and disposal of all solid waste generated at the job site. The contractor shall make all arrangements for disposal of any wastes including wastes requiring special handling such as asbestos, rubble, etc. The contractor is responsible for all required laboratory testing/sampling and any documentation submittals required by the landfill owner. Colorado State Department of Public Health and Environment written approval is required for any non-inert materials such as asphalt containing materials, asphalt roofing materials, steel containing materials, etc., that are to be disposed of in a Class III landfill site. A. The contractor shall dispose of all non-recoverable construction/demolition and related solid wastes, garbage, and refuse at an off-site solid waste disposal facility possessing the appropriate City or County Certificate of Designation unless otherwise specified. B. No waste or materials shall be left on the installation after completion of any project under this contract. C. All non-hazardous wastes shall be properly disposed of through a licensed landfill site unless specific provision at the installation allows for disposal on the installation property. Demolition rubble shall not be buried anywhere on base or at the work site without permission from the CO. Any cleanups and the costs of these cleanups of improper waste disposals or removals of improperly placed hazardous or landfill restricted waste materials shall be the responsibility of the contractor. D. The contractor shall participate in the base recycling program or develop a contractor recycling program. In any event, coordination must be accomplished with the installation environmental office (50 CES/CEV). The Base Recycling Coordinator, 567-4242, will provide assistance on current recycling procedures. E. The contractor shall strive to meet a 40% diversion of solid waste from landfills. F. New paint shall not contain lead or chromium, and shall be water based paint. G. No paints or epoxies may contain isocyanates (an ingredient of polyurethane). 6. HAZARDOUS MATERIALS/WASTE: All hazardous or toxic material used, removed or handled and wastes generated by the contractor shall be managed in accordance with Federal, State and local laws and Air Force regulations. 7. Hazardous Materials: Pre-construction/installation hazardous material reporting requirements. All hazardous materials to be brought on-site by the contractor shall be subject to pre-approval by the installation environmental office (50 CES/CEV). The approval process application requirements are at the discretion of the installation environmental office utilizing the AF form 3952 process. A. The installation reserves the right to prohibit the use of hazardous materials it deems to be especially hazardous to human health and/or the environment. B. The installation also reserves the right to prohibit the use of hazardous materials due to the type and/or quantity of hazardous wastes potentially generated from the materials. In the event a hazardous material is not approved for use on installation, the installation may provide the contractor a list of suitable substitutes; however, the contractor shall retain responsibility for finding an acceptable substitute. All installations promote waste minimization and pollution prevention practices and the contractor shall take appropriate actions to comply with this policy. C. A minimum of ten (10) business days prior to commencement of work on site, the contractor shall submit to the CO a listing of hazardous materials that shall be brought on site during the performance of the contract. The listing shall include estimated usage and estimated quantities for each hazardous material. D. The contractor shall identify any "extremely hazardous substances" to be used during the execution of the contract and indicate if the amount of the chemical exceeds the threshold planning quantity. The contractor shall also supply a Material Safety Data Sheet (MSDS) for each hazardous material and the contractor shall give a brief description of how the hazardous material shall be used and disposed. E. The contractor shall, at all times, maintain an up-to-date hazardous material inventory with copies of MSDSs for all materials used on the job site. F. Hazardous Waste: (1) The contractor shall coordinate all hazardous waste (HAZWASTE) disposals with the installation environmental office. (2) If there is any question about whether or not a substance is classified as hazardous, the Contractor shall contact the installation environmental office. (3) It shall be the responsibility of the contractor to pay for the disposal of hazardous waste unless otherwise specified. (4) The contractor shall handle, accumulate, and manage hazardous waste in accordance with all regulatory requirements. Questions regarding the proper storage, handling and disposal may be directed to the environmental office (50 CES/CEV) through the CO. (5) Hazardous Wastes manifested for disposal must be reviewed and authorized through the environmental office (50 CES/CEV). 8. The contractor shall, when applicable, have a HAZCOM program required by CFR 29 (OSHA) regulation. 9. Questions pertaining to these requirements can be addressed to 50 CES/CEV, 719-567-4242.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8deb4446cdd7cd8a04d8368593525fa2&tab=core&_cview=1)
 
Place of Performance
Address: Schriever AFB, CO, Schriever AFB, Colorado, 80912, United States
Zip Code: 80912
 
Record
SN01678990-W 20080925/080923220437-8deb4446cdd7cd8a04d8368593525fa2 (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.