Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2011 FBO #3578
MODIFICATION

Z -- Hangar Door Repair

Notice Date
9/9/2011
 
Notice Type
Modification/Amendment
 
NAICS
236210 — Industrial Building Construction
 
Contracting Office
Department of the Air Force, Pacific Air Forces, 354 CONS - Eielson, 2310 Central Ave, Eielson AFB, Alaska, 99702, United States
 
ZIP Code
99702
 
Solicitation Number
FA5004-11-T-0010
 
Archive Date
10/5/2011
 
Point of Contact
Arron R. Riffle, Phone: 9073773326
 
E-Mail Address
arron.riffle@eielson.af.mil
(arron.riffle@eielson.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Section SF 1449 - CONTINUATION SHEET ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1 Lump Sum Inspection and service for Hangar Door FFP Inspection and service for Hangar Door. The contractor shall provide a qualified person(s), equipment, tools, material, supervision, and services necessary to inspect, diagnose and align the Hangar Door located in building 1335 in accordance with the Specifications of the Statement of Work. FOB: Destination PURCHASE REQUEST NUMBER: F1U3C71202A001 SIGNAL CODE: A NET AMT ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0002 1 Lump Sum Labor Hours and Materials for Repairs FFP Provide all labor,material, equipment, subcontractors, travel, lodging, supplies and facilities necessary to perform repairs over and above the work required under CLIN 0001, but not previously described in the specifications. All work must have prior approval from the Contracting Officer. This CLIN is a "Not To Exceed". FOB: Destination SIGNAL CODE: A NET AMT INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government 0002 Destination Government Destination Government DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 30 dys. ADC 1 354 CES/CECC - F1U3C7 2310 CENTRAL AVE SUITE 3 EIELSON AFB AK 99702-2299 FOB: Destination F1U3C7 0002 30 dys. ADC 1 (SAME AS PREVIOUS LOCATION) FOB: Destination F1U3C7 CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.237-1 Site Visit APR 1984 52.253-1 Computer Generated Forms JAN 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (AUG 2011) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010)(Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUN 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ___ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (JUL 2010) (Pub. L. 111-5). ___ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010) (31 U.S.C. 6101 note). ___ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). ___ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (JAN 2011) (15 U.S.C. 657a). ___ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). ___ (10) [Reserved]. ___ (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-6. ___ (iii) Alternate II (MAR 2004) of 52.219-6. ___ (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). ___ (ii) Alternate I (OCT 1995) of 52.219-7. ___ (iii) Alternate II (MAR 2004) of 52.219-7. ___ (13) 52.219-8, Utilization of Small Business Concerns (JAN 2011) (15 U.S.C. 637 (d)(2) and (3)). ___ (14)(i) 52.219-9, Small Business Subcontracting Plan (JAN 2011) (15 U.S.C. 637(d)(4)). ___ (ii) Alternate I (OCT 2001) of 52.219-9 ___ (iii) Alternate II (OCT 2001) of 52.219-9. ___ (iv) Alternate III (JUL 2010) of 52.219-9. ___ (15) 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). ___ (16) 52.219-16, Liquidated Damages--Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (17)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). ___ (ii) Alternate I (JUNE 2003) of 52.219-23. ___ (18) 52.219-25, Small Disadvantaged Business Participation Program--Disadvantaged Status and Reporting (DEC 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (19) 52.219-26, Small Disadvantaged Business Participation Program--Incentive Subcontracting (OCT 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004) (U.S.C. 657 f). ___ (21) 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009) (15 U.S.C. 632(a)(2)). ___ (22) 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (APR 2011). ___ (23) 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (APR 2011). _X__ (24) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). _X__ (25) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). _X__ (26) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). _X__ (27) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). ___ (28) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). _X__ (29) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). ___ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ____ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). ___ (32) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (33) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(c)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b) ___ (35)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). ___ (ii) Alternate I (DEC 2007) of 52.223-16.. ___ (36) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011). ___ (37) 52.225-1, Buy American Act--Supplies (JUNE 2003) (41 U.S.C. 10a-10d). ___ (38)(i) 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (JUN 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). ___ (ii) Alternate I (JAN 2004) of 52.225-3. ___ (iii) Alternate II (JAN 2004) of 52.225-3. ___ (39) 52.225-5, Trade Agreements (AUG 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). ___ (40) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (43) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)) ___ (44) 52.232-30, Installment Payments for Commercial Items (OCT 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (45) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). ___ (46) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (MAY 1999) (31 U.S.C. 3332) ___ (47) 52.232-36, Payment by Third Party (FEB 2010) (31 U.S.C. 3332). ___ (48) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). ___ (49)(i) 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). ___ (ii) Alternate I (APR 2003) of 52.247-64. ____ (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (Contracting Officer check as appropriate.) ____ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). ____ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act--Price Adjustment (Multiple Year and Option Contracts) (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). ____ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act--Price Adjustment (SEP 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) ____ (5) 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.). ____ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). ____ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). ____ (8) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008)(31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) 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. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (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 $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 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.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 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) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009) (a) Definitions. As used in this clause-- Long-term contract means a contract of more than five years in duration, including options. However, the term does not include contracts that exceed five years in duration because the period of performance has been extended for a cumulative period not to exceed six months under the clause at 52.217-8, Option to Extend Services, or other appropriate authority. Small business concern means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (c) of this clause. Such a concern is ``not dominant in its field of operation'' when it does not exercise a controlling or major influence on a national basis in a kind of business activity in which a number of business concerns are primarily engaged. In determining whether dominance exists, consideration shall be given to all appropriate factors, including volume of business, number of employees, financial resources, competitive status or position, ownership or control of materials, processes, patents, license agreements, facilities, sales territory, and nature of business activity. (b) If the Contractor represented that it was a small business concern prior to award of this contract, the Contractor shall rerepresent its size status according to paragraph (e) of this clause or, if applicable, paragraph (g) of this clause, upon the occurrence of any of the following: (1) Within 30 days after execution of a novation agreement or within 30 days after modification of the contract to include this clause, if the novation agreement was executed prior to inclusion of this clause in the contract. (2) Within 30 days after a merger or acquisition that does not require a novation or within 30 days after modification of the contract to include this clause, if the merger or acquisition occurred prior to inclusion of this clause in the contract. (3) For long-term contracts-- (i) Within 60 to 120 days prior to the end of the fifth year of the contract; and (ii) Within 60 to 120 days prior to the date specified in the contract for exercising any option thereafter. (c) The Contractor shall rerepresent its size status in accordance with the size standard in effect at the time of this rerepresentation that corresponds to the North American Industry Classification System (NAICS) code assigned to this contract. The small business size standard corresponding to this NAICS code can be found at http://www.sba.gov/services/contractingopportunities/sizestandardstopics/. (d) The small business size standard for a Contractor providing a product which it does not manufacture itself, for a contract other than a construction or service contract, is 500 employees. (e) Except as provided in paragraph (g) of this clause, the Contractor shall make the rerepresentation required by paragraph (b) of this clause by validating or updating all its representations in the Online Representations and Certifications Application and its data in the Central Contractor Registration, as necessary, to ensure that they reflect the Contractor's current status. The Contractor shall notify the contracting office in writing within the timeframes specified in paragraph (b) of this clause that the data have been validated or updated, and provide the date of the validation or update. (f) If the Contractor represented that it was other than a small business concern prior to award of this contract, the Contractor may, but is not required to, take the actions required by paragraphs (e) or (g) of this clause. (g) If the Contractor does not have representations and certifications in ORCA, or does not have a representation in ORCA for the NAICS code applicable to this contract, the Contractor is required to complete the following rerepresentation and submit it to the contracting office, along with the contract number and the date on which the rerepresentation was completed: The Contractor represents that it ( ) is, ( ) is not a small business concern under NAICS Code 236210- assigned to contract number FA5004-11-P-0XXX. (Contractor to sign and date and insert authorized signer's name and title). (End of clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. THIS STATEMENT IS FOR INFORMATION ONLY: IT IS NOT A WAGE DETERMINATION Employee Class Monetary Wage-Fringe Benefits Employee Class Monetary Wage - Fringe Benefits 23370 - General Maintenance Worker GS-8 Step 2 $21.70 (End of clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any DFAR supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUN 2011) (a) The Contractor agrees to comply with the following Federal Acquisition Regulation (FAR) clause which, if checked, is included in this contract by reference to implement a provision of law applicable to acquisitions of commercial items or components. ___ 52.203-3, Gratuities (APR 1984) (10 U.S.C. 2207). (b) The Contractor agrees to comply with any clause that is checked on the following list of Defense FAR Supplement clauses which, if checked, is included in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items or components. (1) ___252.203-7000, Requirements Relating to Compensation of Former DoD Officials (JAN 2009) (Section 847 of Pub. L. 110-181). (2) ___ 252.203-7003, Agency Office of the Inspector General (SEP 2010) (Section 6101 of Pub. L. 110-252, 41 U.S.C. 3509 note). (3) ___ 252.205-7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). (4) ___ 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) (OCT 2010) (15 U.S.C. 637). (5) ___ 252.219-7004, Small Business Subcontracting Plan (Test Program) (JAN 2011) (15 U.S.C. 637 note). (6)(i) _X__ 252.225-7001, Buy American Act and Balance of Payments Program (JAN 2009) (41 U.S.C. 10a-10d, E.O. 10582). (ii) ____ Alternate I (DEC 2010) of 252.225-7001. (7) ____ 252.225-7008, Restriction on Acquisition of Specialty Metals (JUL 2009) (10 U.S.C. 2533b). (8) ____ 252.225-7009, Restriction on Acquisition of Certain Articles Containing Specialty Metals (JAN 2011) (10 U.S.C. 2533b). (9) ____ 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010) (10 U.S.C. 2533a). (10) ____ 252.225-7015, Restriction on Acquisition of Hand or Measuring Tools (JUN 2005) (10 U.S.C. 2533a). (11) ____ 252.225-7016, Restriction on Acquisition of Ball and Roller Bearings (JUN 2011) (Section 8065 of Public Law 107-117 and the same restriction in subsequent DoD appropriations acts). (12) )(i) ___ 252.225-7021, Trade Agreements (JUN 2011) (19 U.S.C. 2501-2518 and 19 U.S.C. 3301 note). (ii) ___ Alternate I (SEP 2008) (iii) ___ Alternate II (DEC 2010) of 252.225-7021. (13) ____ 252.225-7027, Restriction on Contingent Fees for Foreign Military Sales (APR 2003) (22 U.S.C. 2779). (14) ____ 252.225-7028, Exclusionary Policies and Practices of Foreign Governments (APR 2003) (22 U.S.C. 2755). (15)(i) ____ 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program (DEC 2010) (41 U.S.C. 10a-10d and 19 U.S.C. 3301 note). (ii) ___ Alternate I (JUL 2009) of 252.225-7036. (iii) ___ Alternate II (DEC 2010) of 252.225-7036. (iv) ___ Alternate III (DEC 2010) of 252.225-7036. (16) ____ 252.225-7038, Restriction on Acquisition of Air Circuit Breakers (JUN 2005) (10 U.S.C. 2534(a)(3)). (17) ____ 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004) (Section 8021 of Public Law 107-248 and similar sections in subsequent DoD appropriations acts). (18) ____ 252.227-7015, Technical Data--Commercial Items (MAR 2011) (10 U.S.C. 2320). (19) ____ 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999) (10 U.S.C. 2321). (20) ____ 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) (10 U.S.C. 2227). (21) ____252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (22) ____ 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (23) ____ 252.243-7002, Requests for Equitable Adjustment (MAR 1998) (10 U.S.C. 2410). (24)____252.246-7004, Safety of Facilities, Infrastructure, and Equipment for Military Operations (OCT 2010) (Section 807 of Public Law 111-84). (25)____ 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (26)(i) ____ 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (ii) ____ Alternate I (MAR 2000) of 252.247-7023. (iii) ____ Alternate II (MAR 2000) of 252.247-7023. (iv) ____ Alternate III (MAY 2002) of 252.247-7023. (27) ____ 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (c) In addition to the clauses listed in paragraph (e) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5), the Contractor shall include the terms of the following clauses, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: (1) 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). (2) 252.237-7019, Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Public Law 108-375). (3) 252.247-7003, Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (SEP 2010) (Section 884 of Public Law 110-417). (4) 252.247-7023, Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631). (5) 252.247-7024, Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631). (End of clause) 5352.201-9101 OMBUDSMAN (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 OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: 354 CONS Attention: Lt. Col Dale Skinner 2310 Central Ave, Building 2258 Eielson AFB, AK 99702 Phone: (907) 377-2441 Fax: (907) 377-4647 e-mail: 354cons.cc@eielson.af.mil 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) 5352.242-9000 Contractor access to Air Force installations. CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUGUST 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate and obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) STATEMENT OF WORK STATEMENT OF WORK FOR FTQW 10-1041, REPAIR HANGAR DOOR, B1335 AT EIELSON AIR FORCE BASE, ALASKA 26 Jul 2011 1.0 INTRODUCTION Building 1335 Eielson AFB (EAFB) is a 4-bay F-16 hangar. It was built in about 1987. Each bay has two opposing large tilt up hangar doors. Each door weighs about 13,500 lbs. Each door operates under the power of a floor mounted chain driven electric motor and dual counter weights thru a sheave and cable system. The south hangar door in bay 12 requires immediate repair. It appears that the door operating system sheaves and cables are out of alignment which is causing the cables to grind against and wear into door framing structural members. The counter weight tower that is collocated with the motor is out of alignment as well. The counterweight is rubbing against the tower's south column. The column is a W-shaped structural member and the counter weight is rubbing up against one of the flanges on the W-shaped member. It looks like the loss of material on the W-shape is causing it to warp and twist which is throwing the counter weight farther out of alignment. A project is being planned that will repair all the hangar door operating sytems (to include motor operators, controls, counterweight towers, sheaves and cables) by replacement. This statement of work (SOW) defines the work to investigate and repair the bay 12 south door so that it can be used safely until the overall repair project is executed approximately 2 years from now. 2.0 LOCATION EAFB is located approximately 23 miles southeast of Fairbanks, Alaska. Building 1335 is located on Loop Circle off the airfield's South Loop taxi way. This location is in the South Eastern most area of the main base. 3.0 INSTRUCTIONS TO THE CONTRACTOR 3.1 Notification - The Contractor is required to notify the Contracting Officer (CO) and COR of critical issues that may affect the contract performance and/or human health and the environment. The types of issues that require notification include, but are not limited to, health risks, spills, unexpected utility crossings, unusual weather conditions, unacceptable materials, and changes in critical personnel. As an example, if a health / safety risk was discovered during field activities, the Contractor would be required to immediately stop work, report the discovery to the base POC and COR, and implement the appropriate safety precautions. Commencement of field activities could not continue until clearance was received from the CO. On critical issues, oral notification should be made immediately, followed by written notification as soon as practical. 3.2 Photo Documentation - Prepare digital photo documentation. Include photo documentation of site(s) and building(s) under investigation, field activities, and sample locations. Photography of any kind must be coordinated through the installation, customer, or facility Point of Contact (POC). 3.3 Work Site Coordination - Coordinate work site activities to ensure the protection of human health and the environment; the prevention of damage to property, utilities, materials, supplies, and equipment; and the avoidance of work interruptions. Provide physical security to the work area with security equipment and personnel as required. The Contractor must comply with Air Force Occupational Safety and Health (AFOSH), Occupational Safety and Health Administration (OSHA) safety and health regulations and local safety office requirements. The Contractor is required to provide the CO copies of any AFOSH or OSHA report(s) submitted during the duration of the TO. 3.4 Security - See specification section 01010, 1.9. 3.5 Quality Program Plan (QPP) - The QPP shall include the Work Plan (WP) and the Safety and Health Plan (SHP) (as required by 29 Code of Federal Regulations (CFR) 1910.120) and specification 01030 and an Environmental Protection Plan (EPP) per specification 01030. 3.5.1 Work Plans (WPs) - Prior to commencement of work, the Contractor shall submit a Work Plan (WP) delineating methodology, material, manpower, etc. necessary to perform the work. The Work Plan shall also include a schedule. This plan shall cover each major definable feature of the work to be performed (Contractor's work as well as Subcontractor's work). 3.5.2 Safety and Health Plan - Prepare a SHP to comply with Air Force, OSHA, United States Environmental Protection Agency (USEPA), state, and local health and safety regulations regarding the proposed work effort. Utilize to the fullest extent possible any existing related SHP, tailored specifically to the current effort. Use USEPA guidelines for designating the appropriate levels of protection needed at the study site(s) as applicable. Maintain written certification that the approved SHP has been reviewed with all personnel that work at the project site prior to their mobilization. Comply with requirements of specification 01030. 3.5.3 Environmental Protection Plan - This plan shall identify all potential environmental hazards expected to be encountered during the execution of the work, and must contain a Waste Management Plan explaining how these hazards will be minimized, handled, contained or disposed of. Plan requirements are described in attached specification section 01030. 3.6 Fire Protection - The contractor shall obey all requirements of the National Fire Codes and Air Force regulations as they relate to the work. The contractor shall not do any welding or use any flame apparatus without obtaining clearance from the fire department. The fire department may be contacted by phone at 377-4156. Notify the fire department at least 24 hours in advance of the intended use of any flame apparatus. When using flame apparatus, provide fire protection devices, such as non-combustible coverings and fire extinguishers, as directed by the fire department. Comply with Requirements of specification 01030. (Note: Fire Dept. notification in advance of 24 hours will help ensure requirements of specification 01030 are met ahead of work start date.) 3.7 Protection of Government Property and Personnel - The contractor shall protect Government and non-Government property and personnel on-base from inconvenience, damage, or injury of any nature. The contractor shall accomplish the work in accordance with applicable parts of Base Safety and Fire Prevention regulations, Air Force regulations, and such other measures as may be deemed applicable. Damages of any nature caused by this work shall be repaired or damaged property replaced at no expense to the Government. If the contractor does not satisfactorily repair or replace the damaged property, the Government reserves the right to make the necessary corrections. The contractor shall reimburse the Government for consequential damages and for all materials and labor used for the corrections. An airfield FOD (foreign object damage) fence shall be provided and maintained by the contractor. See specification section 01010, 1.9. 3.8 Storage and Protection of Materials - The contractor is responsible for the storage and safekeeping of all material to be used in the work. 3.9 Daily Clean Up - The contractor shall keep the work area clean of all debris on a daily basis or more often as required. The contractor shall keep storage areas clean and orderly at all times. The contractor shall dispose of combustible wastes at the end of each work day and under no circumstances allow them to accumulate. 4.0 GOVERNMENT FURNISHED PROPERTY/FACILITIES AND DATA The contractor may request access to Government utilities which are readily available in the work area (e.g. house current or tap water in buildings). Required utilities which are not readily available in the work area or which would cause significant expense or inconvenience to the Government shall be provided by the contractor. The contractor shall provide all materials and equipment for any approved utility hookup. 5.0 PROJECT OBJECTIVES The objective of this work is to investigate the misalignment of the operating system of the B1335 bay 12 south hangar door and repair the door and it's operating system so that it can be used safely for an extended period of time. 6.0 DESCRIPTION OF WORK 6.1 Contract Line Item Number (CLIN) 1 6.1.1 Investigate mechanical issues pertaining to the south hangar door in bay 12 of B1335 including, but not limited to misalignments of door operating system sheaves, cables and counterweight tower. Submit a preliminary report that will be subject to Government review and comment. The report shall include, but not be limited to the Contractor's observations, measurements, photos, opinions and recommendations. After Government review of the preliminary report the Contractor shall make the agreed upon corrections to the report and submit a final report. 6.1.2 After their evaluation of the hangar door and its operating system the Contractor shall submit letter(s) of recommended repair LRR(s) that will be the Contractor's proposal for repairs. The LRR(s) shall include a description of the recommended repair(s) and general sketches that depict the repairs. The LRR(s) shall also include a breakdown of labor hours and cost, material quantities and cost, use of equipment duration and costs, etc. The LRR(s) shall be presented in enough detail to ease their evaluation by the Government. The Government may negotiate the LRR(s). 6.1.3 Set up and maintain a FOD fence exterior to the hangar door that will be repaired. Set up and maintain the FOD fence in accordance with specification section 01010. 6.1.4 Requirements of specification sections 01010 and 01030; the Quality Program and Work Plans; Safety and Health Plan; and the Environmental Protection Plan are included in CLIN 1 as well. 6.1.5 Contractor shall train Government personnel to adjust and calibrate the hangar door and its operating system. 6.1.6 Submit O&M Manual. The O&M Manual shall include data sheets for all the components that are installed; any calculations that are required for the project and detailed instructions on making adjustments to the door and its operating system. 6.2 CLIN 2 6.2.1 After the CO approves the LRR(s) the Contractor shall accomplish the agreed upon repairs of the hangar door and its operating system. 6.2.3 For informational purposes the Contractor shall submit catalog / data sheets for all components that will be installed during the repair of the hangar door and its operating system. 6.2 4 As-built drawings. Contractor shall submit finalized drawings that depict / describe the repairs that were made. These drawings don't have to be P.E. stamped and signed. These drawings shall be in the Contractor's standard format and meet industry standards. 7.0 DELIVERABLES See Submittal List. 8.0 GOVERNMENT POINTS OF CONTACT Points of contact will be provided under separate cover. 9.0 GOVERNMENT-FURNISHED MATERIALS AND EQUIPMENT The Government will furnish the following materials, equipment and services used during the evaluation and repair of the hangar door and its operating system: 9.1 Utilities: Electric power required for the performance of the work under this statement of work will be furnished at no charge to the Contractor. 10.0 CONTRACTOR FURNISHED MATERIALS AND EQUIPMENT The Contractor shall provide all material, equipment and labor required for proper evaluation and repair of the hangar door and its operating system. Attached: Specification Section 01010 Specification Section 01030 and Appendices A thru F Photos of the South Hangar Door in Bay 12 of B1335 AF Form 66 SECTION J Section J List of Attachments Description of Work and Coordination- 5 pages Submittal List- 2 Pages Safety Environmental Regulations and Codes- 18 pages Appendix A-F- 10 pages End of Section PART 1 GENERAL 1.1 RELATED DOCUMENTS A. Drawings, Agreement, including General Provisions of Contract, General and Supplementary Conditions and Division 1 General Requirements apply to the work of this Section. 1.2 SCOPE OF THIS SECTION A. Synopsis of Contract Work. B. Government Occupancy. C. Contractor Use of Premises. D. Reference Standards E. Work by Others F. Notification. G. Security and Access. H. Existing Features 1.3 SYNOPSIS OF CONTRACT WORK A. Basic Work Items include, but are not limited to the following: 1. Provide inspection of the south hangar door and its operating system in building 1335's bay 12. Provide an inspection report. Provide recommendations for repairs of the hangar door and its operating system. 2. Provide materials and equipment for repair of the hangar door and its operating system. 3. Provide labor for repair of the hangar door and its operating system. 1.4 GOVERNMENT OCCUPANCY A. The Government will occupy premises during entire period of construction for the conduct of its normal operations. B. The Contractor shall perform the work under this contract in such a manner that adjacent Air Force activities may proceed unhindered. Prior to beginning on-site work the Contractor shall meet with the Contracting Officer and technical representatives from Base Civil Engineering to schedule the work of this contract. C. Cooperate with Government to minimize conflict and to facilitate its operations. In case of conflict accept Contracting Officer's direction as final and adjust use of premises accordingly. D. Coordinate Work in and use of premises with the Government. 1.5 CONTRACTOR USE OF PREMISES A. Limit use of premises for Work and for construction operations only. B. Limit on site storage of materials to government authorized staging areas. Contractor is responsible for security of stored materials and equipment. C. Contractor shall take reasonable and adequate precautions to protect government property from damage during demolition, construction, clean-up, and exposure to the elements. Protect systems susceptible to freezing. Damaged items shall be repaired or replaced prior to final inspection. D. Smoking is prohibited in all base facilities. E. Limit construction access to the location indicated. 1.6 REFERENCE STANDARDS A. For products specified by association or trade standards, comply with requirements of the standard, except when more rigid requirements are specified or are required by applicable codes or military requirements. B. Obtain a copy of standards referenced. Maintain a copy at the jobsite during execution of Work to which the standard applies. C. The date of the standard is that in effect as of the project advertisement date, or effective date of the contract when there was no advertisement, except when a specific date is specified. 1.7 WORK BY OTHERS A. The Contracting Officer may undertake additional work or award other contracts for additional work for this Project Site and during this Contract Period. The Contractor shall fully cooperate with Government personnel and the other contractors. He shall carefully fit his own work to the additional work as he may be directed by the Contracting Officer. B. The Contractor shall not commit, nor permit, any act by his personnel which would interfere with the performance of work by any other contractor or by Government employees. 1.8 NOTIFICATION OF COMMENCEMENT OF WORK A. Prior to excavation on-site, the contractor shall coordinate with all of the organizations listed on AF Form 103, Base Civil Engineering Work Clearance Request. The completed form shall be submitted to the Contracting Officer and a copy shall be kept at the work site at all times. B. The Contractor shall notify the Contracting Officer that work will begin a minimum of seven (7) days prior to commencing work. 1.9 FLIGHT LINE SECURITY AND ACCESS TO CONTROLLED AREAS A. The Contractor shall comply with all Eielson AFB security and access to controlled area procedures and requirements. Initial procedures and requirements will be provided to the Contractor at the Pre- Construction Conference. B. Contractor is not permitted beyond the "red-line" around the active flight line without base security forces escort until free zone set up has been completed. C. Contractor shall erect, move and demob continuous security / FOD barriers as indicated on Drawings and as described in the following paragraphs. D. Security/Foreign Object Damage (FOD) barrier: 1. Continuous barricade consisting of 24"W x 42"H fold-up triangular barriers at 12 ft on center spacing barricade shall be constructed of fiberglass, steel, aluminum, blow-molded plastic or other weather resistant material with bottom cross braces. Provide continuous mesh barrier fencing described in paragraph 2 below. Barriers shall have attachment point for 6V battery powered amber flashing LED safety light. Anchor each barricade with two 60 lb gravel or sand bags. 2. Continuous 48 in high heavy-duty 2 inch square mesh resilient, bright orange polyethylene mesh securely fastener to triangular barricades. Drape bottom 4 inches on apron and stretch mesh tight to prevent paper, trash, gravel, etc. from getting out of the indicated security free zone. 3. Provide 6 volt battery powered amber LED flashing lights at all corners of the security free zone and at every 50 ft. o.c. along the line of the security/FOD barrier. Immediately replace all dead batteries. Lights shall be on and flashing during twilight and night time hours. 2 1.13 EXISTING FEATURES A. Refer to the General Contract Clauses for requirements for protection of existing vegetation, structures, equipment, utilities and improvements. 3 4 PART 2 - PRODUCTS - NOT USED 5 PART 3 - EXECUTION - NOT USED END OF SECTION PART 1 GENERAL 1.1 REQUIREMENTS INCLUDED A. Reference Standards B. Licenses and Permits C. Safety and Health Plan D. Safety E. Safety and Health Program F. Fire Safety G. Use of Ionizing Radiation H. Use of Lasers I. Radioactive Materials J. Use of Radio Frequency Radiation K. Use of Ultraviolet Radiation L. Industrial Ventilation M. Protection of Nesting Birds N. Affirmative Procurement Program O. Environmental Protection P. Environmental Protection Plan Q. Hazardous Material Management R. Hazardous Waste S. Hazardous Waste Testing T. Ozone Depleting Substances U. Lead Base Paint V. Asbestos Containing Materials W. Suspected Hazardous Materials X. Cleaning & Debris Control Y. Spill Reporting / Clean-up Z. Borrow Pits, Imported Material, and Environmental Protection 1.2 COMMONLY USED ACRONYMS ACM Asbestos Containing Material ADEC Alaska Department of Environmental Conservation AOO Asbestos Operations Officer APO Asbestos Program Officer CO Contracting Officer EPA Environmental Protection Agency EPCRA Emergency Planning and Community Right-to-Know Act EPP Environmental Protection Plan HAZMAT Hazardous Material HAZMART Hazardous Material Pharmacy MSDS Material Safety Data Sheet NTP Notice to Proceed PID Photo Ionization Detector RCRA Resource Conservation Recovery Act RSO Radiation Safety Officer 1.3 REFERENCE STANDARDS A. Comply with all applicable laws, building and construction codes and applicable requirements of any governmental agency under whose jurisdiction this Work is being performed. B. Federal, state and local codes and ordinances take precedence over these specifications and drawings where conflicts occur, unless the drawings or specifications call for more stringent requirements. Notify the Contracting Officer in writing of conflicts. C. Obtain a copy of standards referenced in the various specification sections. Maintain a copy at the jobsite during execution of portion of the work to which the standard applies. D. All work shall be governed by the more stringent provisions of these contract document requirements or the latest published edition or statute- adopted edition, of the following applicable codes, regulations and standards: ADA Americans with Disabilities Act Accessibility Guidelines AFI Air Force Instructions AS Alaska Statutes AAC Alaska Administrative Code ASTM American Society of Testing and Materials CFR Code of Federal Regulations COE U.S. Army Corps of Engineers COE EM Corps of Engineers Manuals COE ER Corps of Engineers Regulations CSC Alaska Department of Labor Construction Safety Code FAR Federal Acquisition Regulations FWI Fighter Wing Instructions NEC National Electrical Code OSHA Occupational Safety and Health Act - Federal and Alaska Regulations Other applicable codes and standards as applicable or as referenced by the individual specification Sections. 1.4 SUBMITTALS A. The following applicable items shall be submitted in accordance with Section 01300, SUBMITTALS: 1. Safety and Health Plan 2. Safety and Health Program 3. Request for use of Ionizing Radiation (if required) 4. Request for use of Lasers (if required) 5. Request for use of Radioactive Materials (if required) 6. Request for use of Radio Frequency radiation (if required) 7. Request for use of Ultraviolet Radiation (if required) 8. Environmental Protection Plan. 9. Hazardous Materials Inventory (Initial, quarterly & final) 10. Hazardous Waste Accumulation Log (Initial, quarterly & final) 1.5 LICENSES AND PERMITS A. The contractor shall obtain and maintain current for the duration of this contract, all required federal, state, and local licenses and permits. All associated fees and taxes shall be paid by the contractor without additional cost to the government. B. The contractor shall obtain any additional Eielson AFB required permits. Current base permit requirements shall be provided to the contractor at the preconstruction conference. 1.6 SAFETY A. Comply with all Federal and State regulations concerning safety of personnel and equipment. All Contractor personnel shall wear hard hats and steel toe safety shoes while on the project site. All personnel shall wear hearing protection (ear muffs or ear plugs) when flightline is active, excluding office areas, rest rooms, break rooms and other "quiet" areas. In addition, comply with the requirements of the U.S. Army Corps of Engineers' manual, Safety and Health Requirements, EM 385-1-1 and applicable OSHA Standards. B. Ensure that lock out, tag out procedures are established and used as directed by 29 CFR 1910.145. Comply with lock-out tag-out procedures in use by CH&PP personnel. Ensure that contractor's personnel on-site are trained on the government's procedures. C. Comply with all safety, traffic and protection requirements in effect on Eielson AFB. The government shall brief the contractor on these requirements at the preconstruction conference. D. Work areas in this Project may be classified as "permit-required confined spaces" or "non-permit required confined spaces." The contractor's certified industrial hygienist shall determine the confined space status of the project areas. Regulations and procedures for entry into "permit-required confined spaces" are contained in 29 CFR 1910.146 and 8 AAC 61.010.14. The contractor is responsible for ensuring the safety of his employees in confined spaces according to these regulations. E. Confined Space Permit: (Include only if applicable.) 1. Provisions for confined space are outlined in 29CFR 1910.146 and ANSI Z117.1 1989 and shall be followed throughout Project. 2. Base Contact for information regarding confined Space issues is Ground Safety (354 FW/SEG, 377-4260). However, the Contractor shall process any permits required for confined space through his own safety Manager and Permit Space Program. F. Provide safety barriers around open excavations, openings in floors and other hazards created by the contractor's activities. G. The Contracting Officer (CO) or the Contracting Officer's designee may direct the contractor to cease activities which, in their opinion, are unsafe or which jeopardize operations at the plant. However, this provision does not relieve contractor of sole responsibility for safety for project activities. H. The contractor shall protect base residents and the general public from harm in the construction area. 1.7 SAFETY AND HEALTH PROGRAM / PLAN A. The contractor shall have a developed and maintained written Safety and Health Program (SHP) in compliance with the requirements of OSHA standard 29 CFR 1910.120(b) (1) through (b) (4). Relevant portions of 29 CFR 1910 Subpart Z - Toxic and Hazardous Substances; 29 CFR 1926 Subparts 21(b), 651(g), and 800(h) & (i); 8 AAC 61 Subchapter 10; 118 AAC 75; COE ER 385-1-92; and COE EM 385-1-1. The SHP shall incorporate an Accident Prevention Plan and description of work phase safety plans as required by SECTION 01.A Of COE EM 385-1-1. The level of detail provided in the SHP shall be tailored to the type of work, complexity of operations to be accomplished, and the hazards anticipated. The SHP shall be reviewed and signed by a Certified Industrial Hygienist or Certified Safety Professional. All subcontractors shall comply with the prime contractor's SHP unless the subcontractor has submitted a separate SHP through the prime contractor. The SHP shall be updated as required. The SHP shall be submitted in its entirety to the contracting officer prior to any work on the site. B. The SHP shall provide evidence of related safety and health training received by the supervisors and employees. Supervisors' and employees' qualifications shall be submitted to the Contracting Officer for approval. Acceptability shall be determined on the basis of education, training, experience and past performance. Additionally, at least one person certified in first aid and CPR by the Red Cross, or equivalent agency, shall be present on site during all field operations. C. The Site Specific Safety and Health Plan part of the SHP shall be prominently displayed at the job site. Alaska Statutes 18.60.066 -.068 shall also be displayed at the same location. 1.8 FIRE SAFETY A. Comply with all fire safety and protection requirements in effect on Eielson AFB. The government shall brief the contractor on these requirements at the preconstruction conference. B. Prior to beginning any welding, use of open flame device, or any activity that produces sparks, obtain a "hot work permit" (AF Form 592, USAF Welding, Cutting, and Brazing Permit) from base Fire Department. The permit shall be renewed each day welding or open flame devices shall be used. 1. If the contract work requires numerous days of hot work, the contractor may elect to have one of his on-site personnel designated as a Permit Authorizing Individual (PAI). The contractor's PAI may issue hot work permits at the work site, thus avoiding the requirement for daily permits issued by the Fire Department. 2. The contractor's PAI shall be the on-site superintendent, a foreman, the contractor's safety manager, or other individual with sufficient knowledge and experience to recognize unsafe work practices or conditions and having authority to stop work immediately if such unsafe practices or conditions are observed. To be designated as a PAI, a person must schedule and successfully complete PAI certification training offered by the base Fire Department. The PAI certification training is estimated to last 60 to 90 minutes. 3. Fire Department personnel may periodically visit the site to ensure the contractor is complying with fire safety requirements. A PAIs certification may be revoked if the PAI has failed to issue permits on days when hot work is performed, or if unsafe practices or conditions are observed. 4. Questions concerning these requirements may be directed to Fire Prevention Office, 354 CES/CEFT, Eielson AFB, 377-1293. C. The contractor shall notify the Fire Department at 377-4156 and Fire Prevention Section at 377-1293 a minimum of 72 hours before, and again immediately prior to, temporarily closing any street or building access, interrupting water service to any fire hydrant or interrupting the operation of any fire detection, alarm or suppression system. The fire department shall be immediately notified upon reopening closed areas, restoration of water service to any fire hydrant, or reactivation of any detection, alarm or suppression system. This notification requirement is in addition to other contract requirements. D. Provide a 10 lb, ABC fire extinguisher at all work areas. 1.9 USE OF IONIZING RADIATION (IR) A. Submit a written request for approval at least 30 calendar days before commencement of activities which require the use of IR generating devices. B. Submit request to the Base Radiation Safety Officer (RSO) at the Bioenvironmental Engineering Office (354 MDOS/SGOAB, Phone: 377-6687) with a courtesy copy to the Contracting Officer. Request shall include: 1. Description/Characteristics: a. X-ray unit manufacturer. b. Model number. c. Serial number. d. Maximum kVp, mA, Sec. e. Ionizing radiation source/emitter (electron tube). 2. The part of the Air Force contract describing work to be done at the base and the inclusive dates of such work. 3. An acknowledgment that the RSO may make initial and periodic checks to ensure the contractor is following applicable radiological health and safety practices which prevent unnecessary exposures to Air Force personnel. 1.10 USE OF LASERS A. Submit a written request for approval at least 30 calendar days before commencement of activities which require the use of a laser. B. Submit request to the RSO with a courtesy copy to the Contracting Officer. Request shall include: 1. Description/Characteristics: a. Manufacturer. b. Model. c. Number of same units. d. Serial number(s). e. Laser medium. f. Mode of operation (i.e. continuous wave (CW), single pulse, multiple pulse). g. Maximum exposure time (train length). h. Ime (sec) & wavelength. i. Energy/pulse (J) or CW power (W). j. Pulse repetition frequency. k. Pulse width. l. Beam diameter (at 1/e point). m. Beam divergence (at 1/e point). 2. The part of the Air Force contract describing work to be done and the inclusive dates of such work. 3. An acknowledgment that the RSO may make initial and periodic checks to ensure the contractor is following applicable radiological health and safety practices which prevent unnecessary exposures to Air Force personnel. 1.11 RADIOACTIVE MATERIALS (RAM): A. Prior to bringing RAM onto Eielson AFB property, the contractor shall obtain permission from the RSO. To obtain approval, forward an application to the RSO and a courtesy copy to the Contracting Officer at least 30 calendar days before the planned date for commencement of activities on the installation. Requests shall include: 1. A description of the proposed activities on NRC Form 241, Report of Proposed Activities in Non-Agreement States, (the 180-day limitation on the form does not apply to organizations holding an NRC license). Contractors possessing Agreement State Licenses shall also submit an NRC Form 241 to NRC in compliance with 10 CFR 150.21. Contractors requiring more than 180 days of operation per calendar year on the installation shall possess an NRC license. 2. The procedures established to ensure radiological health and safety of Air Force personnel and the public while on Air Force installations on site and the name of the responsible contractor representative. 3. A current copy of the applicable NRC, or Agreement State license. Expired licenses are unacceptable. To be valid at the installation, the license must either specifically state the installation by name on the license or state approval for work at temporary job sites anywhere in the United States where the NRC or Agreement State maintains jurisdiction. DoE or DoE prime contractors must provide, in lieu of a license, written certification of their exemption from NRC licensing requirements and cite the applicable exemption of 10 CFR. 4. The part of the Air Force contract describing work to be done and the inclusive dates of such work. 5. An acknowledgment that the base RSO may make periodic checks to ensure the contractor is following applicable radiological health and safety practices which prevent unnecessary exposures to Air Force personnel and prevent potential contamination of government property. 1.12 USE OF RADIO FREQUENCY (RF) RADIATION A. Prior to using equipment generating RF radiation in excess of seven watts peak power and a frequency of 1000 MHz or greater on Eielson AFB, the contractor shall submit a written request for approval at least 30 calendar days before commencement of activities, which require the use of the RF generating device. B. Submit request to the RSO, with a courtesy copy to the Contracting Officer. Submittal shall include: 1. Description. 2. Nomenclature. 3. Location of emitters. 4. Quantity. 5. Frequency (MHz). 6. Pulse width (microsecond.). 7. Pulse repetition freq. (pps). 8. Peak power (kW). 9. Antenna size (feet--horizontal/vertical). 10. Antenna bandwidth (degrees-- horizontal/vertical). 11. Antenna gain (dB). 12. Scan rate (rpm). C. The part of the Air Force contract describing work to be done at the base and the inclusive dates of such work. D. An acknowledgment that the RSO may make initial and periodic checks to ensure the contractor is following applicable radiological health and safety practices which prevent unnecessary exposures to Air Force personnel. 1.13 USE OF ULTRAVIOLET (UV) RADIATION A. Submit a written request for approval at least 30 calendar days before commencement of activities which require the use of UV generating devices on Eielson AFB. B. Submit request to the RSO, with a courtesy copy to the Contracting Officer. Request shall include: 1. The part of the Air Force contract describing work to be done at the base and the inclusive dates of such work. 2. An acknowledgment that the RSO may make initial and periodic checks to ensure the contractor is following applicable radiological health and safety practices which prevent unnecessary exposures to Air Force personnel. 1.14 INDUSTRIAL VENTILATION A. Contractor shall notify the Contracting Officer and Bioenvironmental (BE) 10 working days prior to any industrial ventilation systems (systems which control a hazard) being evaluated for acceptance. BE may perform or observe all tests for any new or renovated system prior to initial startup to determine if the system shall control the hazard. BE may be present for the tests of fan speed and rotation, and fan motor load and may be present for or conduct tests of air flow in all fume hoods. 1.15 PROTECTION OF NESTING BIRDS A. Federal law prohibits disturbing bird nests containing eggs or birds too young to fly. Harassment of birds to force them to abandon an occupied nest is also illegal. If the contractor removes nests or harasses birds in violation of federal and state law, the contractor is responsible for any charges filed by US Fish and Wildlife Service or State of Alaska Department of Public Safety and is the liable party. B. If an occupied bird nest is discovered, the contractor shall cease activities in the vicinity of the bird nest until the young birds are able to fly and leave the nest under their own power. C. Cliff swallow nests are usually the greatest threat to construction projects. As a general rule, cliff swallows can begin nest construction any time between 10 May and 21 July. D. The contractor shall be responsible for control of new nest construction after issuance of Notice to Proceed (NTP). The contractor shall survey the work area daily for new nest construction. To avoid project delays, the contractor shall remove all nests discovered before the nests have been completed and occupied. E. The contractor shall be responsible for any increased cost or delay resulting from a nest constructed and occupied in the work area after NTP has been issued. 1.16 AFFIRMATIVE PROCUREMENT PROGRAM A. The contractor is encouraged to recycle materials that shall be discarded as waste. Items that can be recycled in this community are asphalt, metals, antifreeze, batteries, paper/cardboard, used oil. This list is not all inclusive. B. These standards apply to all new construction, demolition, rehabilitation, alteration, modification, repair, and maintenance of existing facilities. 1. In an effort to comply with the affirmative procurement requirements of Section 6002 of the Resource Conservation Recovery Act (RCRA) and Executive Order 13101, the government strongly promotes the use of the recycled and recovered materials and products identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines. 2. Recycled and recovered materials and products shall be considered first before any other materials and products shall be accepted. Recycled and recovered materials and products shall be used throughout the project unless they either do not meet the requirements of this specification, delay the progress of the work, or are cost prohibitive 3. Examples of these materials and products are detailed below. These are recommended quantities and represent minimum compliance. The actual requirement is to use the maximum amount of recycled material possible, while meeting the performance specifications. 1.17 ENVIRONMENTAL PROTECTION A. The Contractor shall comply with all applicable federal, state, and local laws and regulations covering environmental pollution control and abatement, and the specific requirements stated elsewhere in the contract specifications. In addition, the contractor shall comply with any applicable base instructions and plans. If requirements differ between any of the regulatory agencies, the most stringent requirement applies. B. All general construction wastes, other than those specifically allowed, or required to be disposed of on-base shall be legally disposed at an off-base sanitary landfill. Handling and disposal of hazardous materials and hazardous wastes is described later in this Section. C. Not Used. D. Complete an electronic version of the Eielson AFB Waste Disposal/Borrow Pit Worksheet and submit to the Contracting Officer for review by 354 CES/CEAN. Eielson Natural Resources personnel will fill out part II. Comply with the requirements of Part II of the "Eielson AFB Waste Disposal\Borrow Pit Worksheet" ("Eielson AFB Waste Disposal\Borrow Pit Plan"). E. Part II, Eielson AFB Waste Disposal / Borrow Pit Worksheet. 1. Review the contractor-determined waste, quantities, and disposal methods. If hazardous waste is generated due to the project scope (i.e. disposal of LBP chips), the contractor shall dispose of this material through the Eielson Hazardous Waste Facility in properly marked containers with sample analysis provided at the time of delivery. F. Comply with the Spill and Reporting Procedures for both contractor caused spills and suspected contaminated soils or water discovered during excavation, as prescribed in Appendix E. Retain signed copies at the contractor's on-site office throughout construction. G. Post the spill reporting placard (Example located at the end of this Section) at the on-site office in a conspicuous location. Ensure employees and subcontractor employees are aware of the location of the placard and of proper reporting procedures. H. Fugitive dust emissions (airborne dust generated by vehicles operating on unpaved surfaces, transfer or transport of dust producing materials, etc.) shall be controlled at the construction site, along haul routes and at staging areas. Also see 1.18 C. 7. Of this specification. 1.18 ENVIRONMENTAL PROTECTION PLAN A. The contractor shall submit, and comply with the approved provisions of an Environmental Protection Plan. B. Prior to commencing construction activities or delivery of materials to the site, the contractor shall submit an Environmental Protection Plan for review and approval by the Contracting Officer and the 354 CES/CEAN. The purpose of the Environmental Protection Plan is to present a comprehensive overview of known or potential environmental issues which the contractor must address during construction. The contractor shall address each topic at a level of detail commensurate with the environmental issue and required construction task(s). The contractor shall include environmental issues associated with the specific project. After submittal and review of the Environmental Protection Plan, the contractor shall meet with the Contracting Officer and the 354 CES/CEAN for the purpose of discussing the implementation of the Environmental Protection Plan; possible subsequent additions and revisions to the plan including any reporting requirements; and methods for administration of the contractor's environmental plans. The Environmental Protection Plan shall be current and maintained onsite by the contractor. C. The ENVIRONMENTAL PROTECTION PLAN (EPP) shall include, but is not limited to, the following listed items. Respond to all listed items. If an item is not applicable to project work, then give a short explanation of why it is not. Include discussions of any other environmental issues germane to the work, even if a particular topic may not appear in the following list. 1. Name(s) and contact information of person(s) within the Contractor's organization who is (are) responsible for ensuring adherence to the Environmental Protection Plan. 2. Name(s) and qualifications of person(s) responsible for manifesting hazardous waste, and asbestos and lead-based paint (LBP) to be removed from the site, if applicable. 3. An erosion and sediment control plan. a. Include clarification and justification why the project does not require a NPDES Construction General Permit (CGP). b. Include measures to minimize the amount of mud transported onto paved public roads by vehicles and methods to control runoff and to contain materials on the site. c. If a SWPPP is prepared it may be substituted for this plan, but not vice versa. The SWPPP must be prepared as a separate stand-alone document (See Storm Water Pollution Prevention section). 4. Drawings showing locations of proposed temporary material storage areas, structures, sanitary facilities, and stockpiles of excess or spoil materials including methods to control runoff and to contain materials on the site. a. Soil shall not be stockpiled in areas classified as wetlands. If soils are contaminated they must be handled as described in the sampling and analysis plan provided by the contractor which shall meet all state environmental and OSHA requirements. 5. Sampling and Analysis Plan for Contaminated Soil. 6. Spill Control Procedures: The EPP shall include spill response procedures, cleanup supplies onsite, instructions, and reports to be used in the event of an unforeseen spill of a substance regulated by 40 CFR 68, 40 CFR 302, 40 CFR 355, and/or regulated under State or Local laws and regulations. The 354 CES/CEAN shall complete any necessary agency reporting requirements associated with a spill. The plan shall include as a minimum: a. The name and contact information of the individual who shall report any spills or hazardous substance releases. This individual shall immediately notify 377 SPIL (7745) and the Contracting Officer. The spill phone is manned 24 hours a day. If, for some reason, 377-SPIL is unavailable, the contractor shall call the Facility Fire Department and request they contact the 354 CES/CEAN. The plan shall contain a list of the required reporting channels and telephone numbers. b. The name and qualifications of the individual who shall be responsible for implementing and supervising the containment and cleanup. c. Location of temporary fueling facilities and associated spill control measures. Secondary containment provisions shall be required for any container or group of containers co-located holding 55 gallons or more of petroleum products. 7. Air Emissions: An air pollution control measures plan, detailing provisions to assure that dust, debris, materials, trash, etc., do not become air borne and travel off the project site, shall be provided. As required by 18 AAC 50.045(d) and condition 54 of Air Quality Permit 264TVP01, comply with the Eielson AFB Fugitive Dust Emission Plan to include: Fugitive dust emissions (airborne dust generated by vehicles operating on unpaved surfaces, transfer or transport of dust producing materials, soil stockpiling, etc.) shall be controlled at the construction site, along haul routes, and at staging areas. Water spraying shall be conducted as necessary, determined by contracting officer, to minimize fugitive dust generation. Limit traffic speeds on all unpaved road surfaces to 15 mph. Any uncontaminated dirt or mud, which is tracked onto paved roadways shall be cleaned away that day. Depending on conditions, the roadway will be watered before cleaning or if a street sweeper is used, it will have a water system that controls dust around the sweeper during operation. 8. Contaminant prevention procedures that identify potentially hazardous substances to be used on the job site, intended actions to prevent introduction of such materials into the air, water, or ground; and details provisions for compliance with Federal, State, and local laws and regulations for storage and handling of these materials. 9. Identify removal or installation of electrical equipment containing oil. This includes any analysis required to identify PCB contamination. 10. Waste Water (other than storm water) Management Plan. Identify the methods for management and/or discharge of waste waters which are directly derived from construction activities, such as concrete curing water, clean-up water, dewatering of ground water, disinfection water, hydrostatic test water, and water used in flushing of lines, etc. a. If a settling/retention pond is required, the plan shall include the design of the pond including drawings, removal plan, and testing requirements for possible pollutants. b. If disposal is to a sanitary sewer, the plan shall include documentation that the Waste Water Treatment Plant Operator has approved the flow rate, volume, and type of discharge. c. If there will be dewatering, surface discharge or discharge from a container, that meet the state requirements for a permit, the contractor is responsible for obtaining the required permitting. If the contractor determines that no permit is required for these actions, clarify that within the plan. Permit applications must be submitted and approved 354 CES/CEAN prior to submittal to the state. A copy of each permit shall be included in the plan. d. If land application will be the method of disposal for the waste water, the plan shall include a sketch showing the location for land application along with a description of the pretreatment methods to be implemented and erosion mitigation. e. If discharge is from a container (i.e. discharge after hydrostatically testing a new tank), the contractor is responsible for obtaining the required permitting. Permits must be reviewed by 354 CES/CEAN prior to submittal to the state. 11. Copies of all required permits and notices to proceed, notices of intent and regulatory agency plans. 12. Waste Disposal Plan: a. List each type of waste which the Contractor anticipates he will generate and his proposed disposal sites. b. Identify any subcontractors responsible for the transportation and disposal of solid waste. Submit copies of licenses or permits for solid waste disposal sites that are not commercial operating facilities. 13. Hazardous Waste Plan: Provide a Hazardous Waste Plan that includes, at a minimum, the following: a. Types of waste that will be generated. b. Methods Hazardous Waste Storage. c. Initial Hazardous Waste Accumulation Log 1.19 HAZARDOUS MATERIALS MANAGEMENT A. Submit an inventory of all hazardous materials listed in OSHA Hazard Communications Standard 29 CFR 1910.1200, Class I and II ozone depleting substances and all items, including medical supplies, covered under Emergency Planning and Community Right-to-Know Act (EPCRA) tracking requirements which shall be brought on site. The inventory shall include a table identifying the material, initial quantity, quantity used, unit of issue, manufacturer, and product code. This table must be updated and submitted quarterly during the project, unless additional quantities/materials are added, at which time the Contractor has 7 days to provide the additional information and material safety data sheet (MSDS). At project completion, submit an updated inventory indicating quantities used, and disposed. See the attached Hazardous and Regulated Material Identification Form. 1. Any hazardous materials transported on site shall have an MSDS and copies must be delivered to the Contracting Officer and the HAZMART (Bldg 3425). 2. All hazardous material shall be removed from the site by the contractor at project completion unless other provisions within the contract direct otherwise. B. HAZMAT Usage and Reporting: Report the usage of all hazardous materials to the government for all work performed on Eielson AFB. Provide the Contracting Office with a list of proposed HAZMAT that planned for use on the installation during the performance of the contract. Obtain Air Force authorization prior to using HAZMAT on Eielson, and report usage data to the Hazardous Material Pharmacy (HAZMART). 1. Hazardous materials are any substance defined by OSHA as a hazardous substance requiring a MSDS. Hazardous materials that need to be reported include but are not limited to chemicals, paints, thinners, sealing compounds, strippers, glues, solvents, all petroleum products including oils, hydraulic fluids, and fuels stored on-site (fuels in vehicles are exempt), pesticides, adhesives, acids, flammables, corrosives, oxidizers, compressed gases (such as but not limited to oxygen, acetylene, propane, flammable and non-flammable gases), all aerosols, and all materials containing hazardous substances. 2. The contractor shall request the proposed usage of all Hazardous Materials by completing the Hazardous and Regulated Material Identification Form, Appendix A, for each hazardous material and shall submit a copy of the MSDS for each item to the Contracting Officer (CO) prior to bringing the items on the installation. The Contractor shall submit to the CO the information for each item not less than fourteen calendar days prior to bringing the items on the installation. An electronic version of the Hazardous and Regulated Material Identification Form can be obtained through the project manager or 354 CES/CEAN. C. Hazardous Materials Management Process (HMMP): The Eielson AFB HMMP team will review the Hazardous and Regulated Material Identification Form and MSDSs to ensure there are no concerns with the chemicals being used and/or stored on the installation. If there are concerns about any chemicals to be used on Eielson AFB, the HMMP team will notify the project manager and the Contracting Officer (CO) who will in-turn notify the contractor of Eielson AFB's concern. The contractor shall not bring any chemicals on Eielson AFB that the HMMP team determines cannot be used on Eielson. 1. If the contractor requires additional hazardous materials not previously submitted for approval, they shall submit the request as stated above seven days prior to bringing the item on the base. 2. If it is determined at any time that hazardous materials are on site that were not reported in advance, the CO may issue a stop work notice until the materials are either submitted as stated above or removed from the base. D. Hazardous Material Storage: Hazardous materials shall be managed properly at all times while on Eielson AFB. Containers shall be in good condition and shall be properly labeled with the contents and hazard class (flammable, corrosive, oxidizer, etc) at all times. Containers shall be closed at all times when not in use, hazardous materials shall be kept under cover to protect them from the elements and to prevent storm water runoff contamination. Tanks and 55-gallon liquid drums shall have secondary containment. Gas cylinders shall be maintained in the upright position with caps on and shall be secured with chains to prevent them from falling over. Gas storage areas shall have signs indicating what type gases are stored in the area (i.e. flammable, oxidizer, non-flammable, etc). NO SMOKING signs shall be posted in all hazardous materials storage areas. In addition, all hazardous materials shall be segregated in storage according to compatibility (i.e. flammables shall not be stored with corrosives, corrosives shall not be stored with oxidizers, flammable gases shall not be stored with flammable liquids, etc). Eielson AFB is subject to inspections at any time from outside agencies (EPA, ADEC, and OSHA). Any violations by the contractor and associated penalties and fines shall be the responsibility of the contractor. 1.20 HAZARDOUS WASTE A. All hazardous wastes as defined in 40 CFR, Part 261, shall be collected and disposed of in accordance with 40 CFR, Parts 260-268, and FWI 32-7005, Hazardous Materials Management. The contractor is responsible for properly storing, marking, labeling, securing and transporting hazardous wastes. All hazardous wastes shall be collected in contractor furnished Department of Transportation (DOT) / United Nations (UN) approved containers. The contractor shall not store hazardous waste on base for more than 30 days. B. Hazardous Waste Storage: Secondary containment is required for storage of 55 gallons or more of liquids. C. Maintain an Hazardous Waste Accumulation Log (See example located at the end of this Section) at the work site. Ensure containers are labeled with the start date when the hazardous waste was first put in the containers and are updated when adding waste to the container. The start date begins when the initial deposit of hazardous waste is placed in the container. D. Provide laboratory analysis reports and/or MSDSs with waste for disposal. E. Contractor shall arrange for disposal of all hazardous waste through the Hazardous Waste Facility, building 4388. Call 377-2574 to coordinate delivery of hazardous waste a minimum of 48 hours prior to transporting the waste to the Hazardous Waste Facility. F. Examples of waste to be disposed of at the Hazardous Waste Facility include but are not limited to: 1. Used Oil, Paint Thinner, Contaminated Rags, Spill Clean- Up Materials, waste generated from a project etc. 2. Mercury Thermostats. 3. Smoke detectors. 4. All bulbs, fluorescent, high sodium, u-shaped. 5. Batteries (not alkaline they go in solid waste). 6. Transformers. 7. Light Ballasts (PCB contaminated). G. Questions regarding disposal of hazardous waste should be directed to 354 CES/CEAN, 377-1659. 1.21 HAZARDOUS WASTE TESTING A. The Contractor shall subject a representative sample of each type of hazardous waste, or potentially hazardous waste, generated to TCLP (Toxic Characteristic Leaching Procedure) testing. Sampling and testing for appropriate metals, and volatile and semi-volatile chemicals shall be performed by an independent, EPA approved test laboratory that is regularly engaged in the sampling and testing of hazardous materials and waste. Provide the test results to Eielson's Hazardous Waste Facility before transferring the waste to the facility. Refer to the attached Waste Disposal and Borrow Pit Worksheet for additional hazardous waste handling requirements. 1.22 OZONE DEPLETING SUBSTANCES A. No ozone depleting substances (refrigerants or any other compounds) shall be used in any capacity on this project unless specifically approved by the Contracting Officer. Removal or installation of any appliances or refrigeration circuits containing ozone depleting substances shall be coordinated with 354 CEOMH at 377-5133. Any person who performs maintenance, service, or repair, that could be reasonably expected to release refrigerants into the atmosphere must be certified by an approved technician certification program as required by 40 CFR 82.152 and 40 CFR 82.161. Evidence of technician certification shall be provided to CEAN prior to beginning work. 1.23 LEAD BASE PAINT A. No paint with a lead content of 0.06 percent or greater shall be used in any capacity on this project unless specifically approved in advance by the HazMat, 354 LRS/LGRMH, 377-1590; Bioenvironmental, 354 MDG/SGOAB, 377-6687; and Environmental Quality, 354 CES/CEAN, 377-1645. 1.24 ASBESTOS CONTAINING MATERIALS A. No materials containing asbestos shall be brought on to the base or used in any capacity on this project. 1.25 SUSPECTED HAZARDOUS MATERIALS A. Any suspect hazardous materials encountered during demolition or construction shall immediately be brought to the attention of the COs representative. Work shall not resume until the CO is satisfied that the materials are not hazardous. Should they be found to be hazardous, the contractor shall immediately take steps to contain the material, to prevent further damage and contamination. The contractor shall then submit a proposal for removal. 1.26 CLEANING AND DEBRIS CONTROL A. During the term of this Contract, the Contractor shall remove any materials and equipment that are not required for the completion of the work as promptly as possible. All debris shall be removed from the site and legally disposed. The Contractor shall take particular care to eliminate any hazards created by his operations. B. The Contractor is responsible for any damage caused by his debris without additional cost to the Government. C. The Contractor shall maintain at all times during his work at this Project Site a strict windblown debris control program. This program shall ensure no windblown debris or other debris from his work shall contaminate or interfere with any access to or operation of any facility or any parking area, road or street. 1.27 SPILL REPORTING/CLEAN-UP A. Contractor spills of hazardous materials, petroleum products, glycols, antifreeze, grease, latex paint, hydraulic fluid, etc. shall be reported immediately upon occurrence to the 354 CES/CEAN at 377-SPIL. This number is manned 24-hours a day. If for some reason, the Contractor is unable to contact the above number, the Base Fire Department should be contacted at 377-4156. Eielson AFB Reporting Procedures Guidance shall be followed. 354 CES/CEAN shall make all required agency spill reporting notifications. Spill reporting includes spills to any surface, including concrete, inside buildings that are not constructed as secondary containment, and to surface water bodies or sewers. The Contractor shall take appropriate actions to correct the spill's cause and prevent future occurrences. B. Any discovery of potentially contaminated soils or water (odors, free product, sheen, staining, field screening readings > 20 ppm), not previously documented by the base, shall be reported immediately to the 354 CES/CEAN at 377-SPIL. Eielson AFB Reporting Procedures Guidance shall be followed. 354 CES/CEAN shall make all required agency spill reporting notifications. Suspect soil must be tested to determine if it contains any contaminants prior to relocating it. Testing and disposal of soil shall follow Alaska Department of Conservation 18 AAC 75 (Oil and Other Hazardous Substances Pollution Control). If test results determine "other than clean", the material shall be transported to an appropriate ADEC approved disposal facility based on the contaminants identified. C. For Contractor caused spills, the Contractor shall be responsible for all costs and labor required for sampling and analysis, response, containment, clean up, and disposal. The site of the spill shall be documented using latitude and longitude in the Eielson AFB approved digital GIS format. Contractor shall obtain the Approval to Transport from ADEC prior to disposal at an ADEC approved disposal facility. A copy of the approval to transport shall be submitted to the Eielson project manager prior to transport off-base. No material shall be removed from the site nor backfill begun without approval from the 354 CES/CEAN. Copies of the weight and/or acceptance tickets shall be submitted to the Eielson project manager within 5 business days of delivery or receipt by contractor. Copies of the certificate of thermal incineration or disposal and confirmatory samples shall be submitted to the Eielson project manager within 5 business days of delivery or receipt by contractor. D. The operator shall have sufficient spill response supplies readily available on vehicles and/or at the site to contain any spillage. E. Contaminated Absorbents. All petroleum spills shall be cleaned up using absorbent materials. Spills caused by the contractor shall be the contractor's responsibility to containerize and dispose of the contaminated absorbent material. Clean-up of spills caused by the Government are the responsibility of the Government. Contact the base hazardous waste facility at 377-1668 to arrange for pick-up. 1.28 STORMWATER POLLUTION PREVENTION A. The contractor shall comply with the Clean Water Act (Section 402), NPDES CGP. B. Polluting, dumping, or discharging of any harmful, nuisance, or regulated materials (such as concrete truck washout, vehicle maintenance fluids, residue from saw cutting operations, Solid Waste and Hazardous Substances) into building drains, site drains, streams, waterways, holding ponds or to the ground surface shall not be permitted and the contractor shall be held responsible for any and all damages which may result. Further, the Contractor shall conduct activities in such a fashion which avoids creating any legal nuisance, including but not limited to suppression of noise and dust, control of erosion, and implementation of other measures as necessary to minimize off site impacts of Work activities. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED APPENDICES: A. Eielson AFB Waste Disposal / Borrow Pit Worksheet B. Not Used C. Hazardous and Regulated Material Identification Form D. Hazardous Waste Accumulation Log E. Eielson AFB Spill Response Procedures Guidance F. Eielson AFB Spill Reporting Placard Appendix A Eielson AFB Waste Disposal/Borrow Pit Worksheet FTQW 11-7802, Hydrant System Maintenance Air Force Project Manager / Office Symbol / Telephone Number: Contractor Project Engineer / Company / Telephone Number: --PART I (To be completed by the project manager)-- ATTACH AF FORM 332 FOR PROJECT The proponent must submit an electronic copy of the AF Form 332 with the "Waste Disposal / Borrow Pit Worksheet". HISTORICAL: Is this work occurring on the run-way (1131) or at one of the following buildings, note the new building numbers are in parentheses: 1120 (2287), 1121 (2311), 1123 (2339), 1124 (2341), 1125 (2347), 1127 (2355), 1128 (2357), 1132 (2359), 1133 (2383), 1134 (2381), 1135 (2379), 1136 (2377), 1138 (2421), 1140 (2511), 1141 (2509), 1146 (2577), 1183 (2681), 1190 (2685) or 3112 (354)? Yes or No REQUIRED SURVEYS: 1. Lead-based paint survey accomplished? Yes No Scan and attach the results or state why a survey is not required: 2. Asbestos survey accomplished? Yes No Scan and attach the results or state why a survey is not required: WASTES TO BE GENERATED: 1. Trees: number, square feet, or acres 2. Trees and brush or hydro-axed vegetation and soil mixture: cubic yards 3. Clean soil: cubic yards - give brief description (percent silt, sand, gravel, etc): 4. Contaminated soil: cubic yards. Type of contaminate(s): Please Note: Proponent must provide CEVQ a soil sampling site map and copies of the sample results. 5. Concrete: cubic yards 6. Asphalt: a. Chunk: cubic yards b. Milled: cubic yards FTQW # / PROJECT TITLE: WASTES TO BE GENERATED (continued): 7. Asbestos: cubic yards 8. Lead Based Paint Debris: Give brief description: XRF Results: TCLP Results: 9. Hazardous Wastes (quantities): PCB light ballasts: Non-PCB light ballasts: Exit light ballasts: Non-incandescent lights: Transformers: Transformer oil: Mercury thermostats: Smoke detectors: Batteries: Rags with oil, grease, or solvents: Used solvents: Waste paint: Capacitors and switching gear: Used spray cans: Solvent, asbestos removal: 10. Construction / Demolition Wastes (wood, glass, sheetrock, pipe, etc): a. Give brief description: b. Items to be salvaged: c. Items to be recycled: BORROW PITS: Materials required for the project: 1. Gravel: cubic yards Please Note: Bailed gravel stored adjacent to an active gravel pit shall become property of the Government on 31 December of year it is bailed. To retain rights to the gravel the following year the Contractor shall provide written coordination prior to 31 December informing 354 CES/CEAN of their gravel needs. 2. Topsoil: cubic yards FTQW # / PROJECT TITLE: --PART II (To be completed by 354 CES/CEAN)-- INSTRUCTIONS FOR THE DISPOSAL OF WASTES: 1. Tree Protection, Transplanting, Replacement, and Methods: 2. Wastes to be disposed on base: a. Trees, Soil, Concrete: b. Hazardous Waste and Asbestos: 3. Wastes to be disposed off base: All construction wastes (except hazardous wastes) not listed for on base disposal shall be disposed off base by the contractor in an approved landfill in accordance with applicable state and federal regulations. Please Note: Prior to project completion the proponent shall provide CEAN written sampling result(s) and copy of the disposal tare for debris, e.g., lead painted materials disposed at the Fairbanks North Star Borough Landfill. BORROW PITS: 1. Borrow pit(s) to be used: Gravel - Topsoil - 2. Pit development, rehabilitation, and/or expansion work required for the privilege of using borrow pit(s): Note: Notify the Eielson Natural Resources Office (377-5182 when pit development is about to begin. Reviewers: CEAN CEO CEOH CEOMI CEC SGOAB Date of Issue This Coordination Review becomes invalid if the project is not awarded within one year from the date of issue. 01030, Appendix B NOT USED 01030, Appendix D Hazardous Waste Accumulation Log Name of Hazardous Waste Description How waste is generated How waste is accumulated How waste is called in for pick-up Accumulation Rate in Gallons per month Used oil Engine oil, hydraulic fluid, and gear oil Maintenance of fork lifts, staff cars, and trucks 55-gallon drum at a SAP When 50 gallons is accumulated 10 gallons per month 01030, Appendix E The following applies to any spill or release of any POL, glycol, or hazardous material in any amount by any contract governed by Eielson AFB, Alaska. 1. Immediately stop and contain the spill. 2. Immediately report the spill to 354th CES/CEAN at 377-7745 (377-SPIL) and project COR. 3. If no response from 377-7745, immediately call Base Fire Department at 377-4156. 4. 354th CES/CEAN will make all required agency notifications. 5. Perform spill response in accordance with the environmental protection/spill control plan. 6. Contractor is responsible for:  Excavating all contaminated material above ADEC cleanup requirements.  Screening soils for segregation and final excavation.  Collecting analytical samples of excavation, water (if present), and stockpiled contaminated soil in accordance with current ADEC and EPA regulations.  Documenting the area of contamination using latitude/longitude and identifying the coordinate system used. 7. Analytical sampling shall not be avoided unless allowed by 354th CES/CEAN in writing. 8. Contaminated soil shall be properly stockpiled in accordance with ADEC requirements. 9. Contractor is responsible and liable for all costs associated with a spill or release. 10. No soil, contaminated media or spill response items shall be removed from the construction site until directed by 354th CES/CEAN. 11. All containers for contaminated materials shall be unused and properly marked in accordance with 354th CES/CEAN direction. 12. No excavations shall be backfilled until approval is given by the 354th CES/CEAN. 13. Document spill reporting activities and notifications in writing/e-mail to 354th CES/CEAN and COR within 24 hours and in daily report. 14. Complete ADEC spill reporting forms provided to the 354th CES/CEAN and COR within 24 hours of reporting a spill or release. The following procedures apply whenever a contractor discovers evidence of potential contamination (odors, free product, sheen, staining, field screening readings >20 ppm) in previously documented contaminated areas and in newly discovered potentially contaminated areas. All field screening, stockpiling and sampling must meet ADEC requirements. 1. Immediately report suspected contamination to 354th CES/CEAN at 377-7745 and to COR. 2. Do not stop excavation unless directed by the COR. 3. Do not excavate potential contamination beyond contract requirements/excavation limits. 4. Segregate/stockpile the suspected contaminated material in accordance with the Environmental Protection Plan, and Sampling and Analysis Plan (SAP). 5. Document the area of contamination using latitude/longitude and identify the coordinate system used. 6. Areas of suspected contaminated soil (in the excavation) must be field screened (floor and sidewalls). 7. No excavations shall be backfilled until approval is given by the 354th CES/CEAN. 8. Field screening notes must be provided to both the 354th CES/CEAN and COR within 24 hours of discovery. 9. Collect analytical samples from:  Stockpiles.  Excavation where contamination is suspected (sidewalls, floor, water if present). 10. Samples shall be analyzed at direction of the COR in accordance with the SAP. 11. Document all activities/notifications by email/in daily reports to 354th CES/CEAN and COR within 24 hours. 12. The ADEC spill notification form must be completed within 24 hours of reporting the incident; copies must be provided to both 354th CES/CEAN and COR. Signature indicates the above has been read and accepted. (please print name below signature) Contractor Date COR Date 354 CES/CEAN Date 01030, Appendix F ***The clause at FAR 52.237-1, Site Visit applies to this solicitation. A site visit is scheduled for 13 September, 2011 at 10:00am AST. The site visit will start at the 354 Contracting Squadron conference room, 2310 Central Ave, 3rd Floor Rm 315, at Eielson AFB, AK. Interested Vendors wishing to attend the site visit shall contact the solicitation POC no later than 12 September, 2011 3:00pm AST to state that they intend to attend the site visit. Interested Vendors attending the site visit should arrive slightly early to ensure they attend with the group. Once assembled, the site visit group will depart for the site located on base. No other organized site visit will be offered for this solicitation. All questions must be in writing within 1 business day after the site visit has been conducted.***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/354CONS/FA5004-11-T-0010/listing.html)
 
Place of Performance
Address: 354 CES/CECC, 2310 Central Ave Suite 3, Eielson AFB, Alaska, 99702, United States
Zip Code: 99702
 
Record
SN02569187-W 20110911/110909235620-7cce1529342d6dc5b14c0c6b9ab304c8 (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.