Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

99 -- The Contractor shall provide professional, administrative, technical services and materials to finish the exteriors of shipping containers configured as an Iraqi village.

Notice Date
9/9/2010
 
Notice Type
Presolicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
RCO Hawaii (PARC Pacific, 413th CSB), Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street, Fort Shafter, HI 96858-5025
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN10R0115
 
Response Due
9/20/2010
 
Archive Date
11/19/2010
 
Point of Contact
Isaac Torres, 808-655-3042
 
E-Mail Address
RCO Hawaii (PARC Pacific, 413th CSB)
(isaac.torres@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK FOR Tactical Site Exploitation Exterior Finish USAG-HI, DPTMS, Range Division, Hawaii Schofield Barracks, Hawaii 1. SCOPE OF WORK. The contractor shall provide support to the USAG-HI, DPTMS (Directorate of Plans Training Mobilization and Security) in their mission to design and develop multiple configurations of simulated Afghani/Iraqi villages. The Contractor shall provide professional, administrative, technical services and materials to finish the exteriors of shipping containers configured as an Iraqi village located at 5.104 South Range of Schofield Barracks, Hawaii. Contractor will perform tasks during the period of 1 October 2010 through 31 December 2010. 1.1. SPECIFIC TASKS: The Contractor shall provide the necessary resources (except those identified as Government furnished property or assistance) to finish the exteriors of shipping containers to be used in training military personnel: 1.1.1 The Contractor will supply material necessary to finish the exteriors of the shipping containers. * The exteriors will be finished to simulate an Iraqi village. The simulation should be as realistic as possible including finishing walls, windows, doors (which will be kicked in), balcony areas, and other external embellishments. Language appropriate signage is required. * The simulated faade must be able to withstand climate conditions in Hawaii at Schofield Barracks. This includes excessive rainfall, high humidity, and prolonged tropical heat exposure. Faade must be able to withstand rust and salt air exposure. * The faade must also be able to withstand the wear and tear caused by military training. * There are four (4) shipping container configurations to be finished. Each configuration consists of seven (7) steel shipping containers. Each shipping container is forty (40) feet long by eight (8) feet wide by eight (8) feet high. There are four (4) containers side-by-side for the base and three (3) containers stacked side-by-side on top of the four (4) base containers. The open area serves as a balcony. Estimated area of coverage is eleven thousand two hundred and fifty (11,250) square feet. See attachment 1. 1.1.2 The Contractor must install exterior finish to container configurations. * The Contractor must supply personnel, equipment and supplies to apply exterior finishes to the container configurations. * The Contractor is responsible to dispose of all rubbish and unused materials when tasks are completed. This includes proper disposal of all materials and chemicals used on the exteriors. All unused materials are the property of the U.S. Army and will be stored per the Technical Point of Contact (TPOC). The Contractor is responsible for the removal and return of all equipment. * The Contractor must comply with all environmental requirements while on Range at Schofield Barracks. All vehicles must have Contractor supplied drip pans while not in use and stored at Range site. If a spill occurs, the Contractor is responsible to contact the Range Environmental Coordinator at 808-655-0945 or the DPW Environmental Division Spill Notification & Response Hot Line at 656-1111. * All supplies and work must be preapproved by the Range Planner to meet JIEDDO requirements. Contractor must be able to deliver within a ninety (90) day period of contract acceptance. 1.1.3 Applicable Documents. The Contractor shall comply with AR 350-19 when developing and providing services and products required under this task order. Additionally, understand and will comply with standards and procedures in other publications including, but not limited to: ?? Army Sustainable Range Program Plan, 14 July 2003; ?? AR 2001, Environmental Protection and Enhancement; ?? AR 2002, Environmental Effects of Army Actions; ?? AR 200-3, Natural Resources Land, Forest and Wildlife Management; ?? AR 3501, Army Training; ?? TC 25-1, Training Lands; ?? TC 25-8, Training Ranges; ?? Army Policy Guidance for Management and Control of Invasive Species (June 2001); ?? LRAM Maneuver Trail Guide June 2007. ?? Maps of South Range and Schofield Barracks. 1.1.4 Reports 1.1.4.1. All reports will be submitted in programs consistent with Microsoft Office Products. Scanned documents will be submitted as an Adobe PDF format. Contractor shall provide an execution plan with timelines depicting key events to complete the project. 1.1.4.2 Quality Control and Work Schedule submitted within five (5) business days of contract award. 1.1.4.3 Risk Assessment Plan and Safety Plan submitted within five (5) business days of contract award. 1.1.4.4 Hazards Information. There is no requirement for the Contractor to handle any hazardous material. If any hazardous material is discovered, it is to be reported to the TPOC immediately. 1.2. BUSINESS RELATIONS. The contractor shall partner with the Government to resolve all issues and conflicts in a timely and expeditious manner. 2. SERVICE PERFORMANCE SUMMARY: Contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective SOW/Para Performance Threshold Materials meet technical requirements of simulated appearance and durability 1.1.1 100% of materials meet contract requirements Exteriors are applied appropriately and in a timely manner 1.1.1. & 1.1.2. Contractor demonstrates assembly of 100% of materials Clean up and Equipment Removal completed 1.1.2 Contractor meets requirements of clean work area 95% of the time 3. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES. The government will provide the following: 3.1. USAG-HI, DPTMS will provide copies of, or access to, all data files, maps, aerial photography, satellite imagery, studies and reports that are relevant to the contract work. 3.2. Supply, staging, storage, and parking areas. 3.3 The government will have unlimited rights in works first produced, created, or generated and required to be delivered under this contract. 4. SPECIAL PROVISIONS: 4.1. Quality Control. Contractor shall employ its commercial quality control procedures in the performance of the requirement of this contract. 4.2. Performance Assessment. Government will periodically evaluate the contractors performance in accordance with the Performance Assessment Plan. 4.3. Hours of Operation: Work shall be performed during normal duty hours, 7:30 a.m. to 4:30 p.m., Monday through Friday, excluding Federal holidays. 4.4. Contractor Employees 4.4.1. Special Qualifications. The Contractor shall speak, read and write English fluently. The Contractor shall have thorough knowledge with the repair procedures and tasks as described in this scope of work (SOW). The Contractor shall have demonstrated the skills and experience of researching, developing and compiling reports, assessments, and findings. The Contractor should have experience in the last eighteen (18) months of performing such environmental remediation. The contractor shall have experience in building and maintaining effective working relationships with a wide array of government personnel and organizations. The Contractor shall be responsible to identify the applicable Federal, State, local, and DOD regulations and to apply accordingly. All work under this contract will comply with the most current Federal, State and local environmental statutes and regulations. The Contractor will make no public disclosure relative to information developed from this contract. All requests for information shall be directed to the Contracting Officer Representative. The Contractor shall be responsible for a complete set of project records including correspondence, memoranda, trip reports, confirmation notices, photos, submittals, and any other records generated as the result of this contract. The Contractor shall be responsible for obtaining entrance clearances to all DOD installations and facilities. All employees operating a vehicle must have a current Drivers License. 4.4.2. Security Requirements. In accordance with the US Army Garrison Hawaii, security situation and the local force protection requirements, only approved contractors personnel are granted access to the installation and allowed to perform services. Contractor employees are required to have in their possession a valid drivers license or picture identification, keys to all compartments and or containers on the vehicle, and the associated bill of lading for delivery vehicles. Please ensure that only equipment and materials necessary for performance are brought in, no weapons or other incendiary materials will be allowed. 4.4.3. Identification of Contract Employees: 4.4.3.1 Contractor shall provide each employee with an identification (ID) badge made of non metallic material, easily readable and including employee's name, service provider's name, functional area of assignment, and recent color photograph of the employee. 4.4.3.2. Personnel shall wear the ID badge at all times when performing work under this contract at a Government site, including while attending Government meetings and conferences that may take place outside the Government facility. 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. Contractor shall identify themselves as contractors on all correspondence (includes email) and when answering the telephone. When the Contractor personnel send e-mail messages as a part of contract performance (or otherwise relating to contract matters), each sender will include his/her name (both first and last names), e-mail address and the name of the individuals employer. 4.5 Contractor Manpower Reporting Application (CMRA). The CMRA is a business process that has been approved by the Army as a means for collecting information on contracts that provide services to the Department of the Army. Contractors are required to register and report information via the CMRA website located at https://cmra.army.mil/. Additional information such as links to user guides, frequently asked question and help desk information is available via the CMRA website. Reporting is required on an annual basis and shall be entered via the CMRA website. Reporting may be done at any time during the period of performance but not later than the completion of the contract or the Government Fiscal Year (FY), 1 October through 30 September, whichever occurs first. The report must be submitted NLT 30 Oct of each year. Data must be accurate and complete and shall be reported separately for each FY that falls within the period of performance. 5. Technical Point of Contact (TPOC): Name: Mr. Frank Raby, Range Operations Manager Address: Range Division Hawaii, Bldg 1150, Beaver Road, Stop #214, Schofield Barracks, HI 96857 Phone # 808-655-5243 (DSN 314-455-5243) Fax # 808-655-8259 (DSN 314-455-8259) Email Address: Frank.Raby @us.army.mil 6. Contracting Officer Representative (COR): Name: Sukanya Fyfe, Contract Performance Evaluator Address: Range Division-Hawaii, Bldg 1150 Beaver Road, Stop#214, Schofield Barracks, HI 96857 Phone# 808-655-8463 Fax# 808-655-8259 Email Address: Sukanya.Fyfe@us.army.mil 7. Payment 7.1 The Contractor shall bill the Government on a monthly basis. A copy of the invoice and DD Form 250 shall be sent in electronically or mailed to the TPOC identified in paragraph 17.0 and the COR not later than the 18th of the following month. The final invoice will include a Release of Claims. 7.2 Upon receipt of a Wide Area Workflow Approved DD 250, submit the invoice, DD 250 and other pertinent modification documents to the following: DFAS INDIANAPOLIS, Department 3800, Indianapolis, IN 46249-3800. Toll free 1-888-332-7366 8. ALL DATES ARE ESTIMATES AND SUBJECT TO CHANGE
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bea14b5bd7dfabb4333066062f27af1c)
 
Place of Performance
Address: RCO Hawaii (PARC Pacific, 413th CSB) Regional Contracting Office, Hawaii, ATTN: SFCA-POH-H, Building 520, Pierce Street Fort Shafter HI
Zip Code: 96858-5025
 
Record
SN02274833-W 20100911/100909235853-bea14b5bd7dfabb4333066062f27af1c (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.