Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
MODIFICATION

J -- Preventive Maintenance and Repair of Cranes, Hoists, and Lifting Devices.

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
ACC-APG-TENANT CONTRACTING DIV,, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W91ZLK-14-T-0487
 
Response Due
7/14/2014
 
Archive Date
9/7/2014
 
Point of Contact
Rex M, Valdez, (443) 861-4750
 
E-Mail Address
ACC-APG-TENANT CONTRACTING DIV
(rex.m.valdez2.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SITE VISIT INFORMATION NOTICE:(Please call POC for reservation) A site visit will be conducted: 1. July 1, 2014 at 10:00 AM (Edgewood side of APG) 2. BLDG # E5106 ECBC Logistics Office, Conference Room (third door on right) 3. No badge required just drivers license & vehicle permit to get into gate and receive a visitors pass. 4.POC Todd A. McKinney (410)436-3712:(443)655-7451 Email:todd.a.mckinney@us.army.mil 5.Please refer to the map attached. _____________________________________________________________________________________ This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Cranes, Hoists, and Lifting Equipment Service Maintenance and Repair Synopsis: This is a combined synopsis/solicitation for a commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-68. The solicitation number for this requirement is W91ZLK-14-T-0487. This requirement is being solicited as Total Small Businesses set aside. The associated North American Industry Classification System (NAICS) Code is 811310, Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Government contemplates award of a Firm-Fixed Price contract to the lowest priced responsible offeror. Description of Requirement: The intent of this contract is to acquire Preventive Maintenance and Repair Services contract for the cranes, hoists, and lifting equipments located at the US Army base Aberdeen Proving Ground, MD for a period of one year and including two option years. For more specific information regarding this requirement, see below Performance Work Statement (PWS). INSTRUCTIONS to OFFERORS: A quote registry attached shall be used as the format for submissions of offers. All quotations must be signed, dated, and submitted via email to rex.m.valdez2.civ@mail.mil by 7 July 2014 at 4:00 p.m. Eastern Time. (Preferred method) or via U.S. Mail at: US Army Contracting Command- Aberdeen Proving Ground Tenant Contracting Division, Service Branch ATTN: Rex M, Valdez, C2-101 6001 Combat Drive Aberdeen Proving Ground, MD 21005 All offeror's shall fill-out Unit price, Base Year cost, Two Option Years costs, and Total Cost for each year quoted for item numbers 0001AA through 0001AI. Partial quotes will not be evaluated. All quotations from responsible sources will be fully considered. Vendors who are not registered in the System for Award Management (SAM), www.sam.gov, database prior to award will not be considered. Vendors may register with SAM online at the website link provided. For questions concerning this solicitation, contact Rex M. Valdez, Contract Specialist, via email at rex.m.valdez2.civ@mail.mil. All questions must be received by 27 June 2014 at 4:00 p.m. Eastern Time. The Government reserves the right to cancel the referenced solicitation if deemed to be in its best interest. 08 April 2014 PERFORMANCE WORK STATEMENT INSPECTION, MAINTENANCE, AND REPAIR OF CRANES, HOISTS, AND LIFTING DEVICES EDGEWOOD CHEMICAL BIOLOGICAL CENTER, APG-EA 1.0 SCOPE OF WORK. This is a Non-Personal services contract to perform inspections, preventive maintenance, remedial repairs and modifications on stationary cranes, hoists, and lifting devices at the U.S. Army Edgewood Chemical Biological Center (ECBC), Aberdeen Proving Ground, Edgewood Area (APG-EA), MD 21010-5424, in accordance with commercial standards. This is a firm fixed price (FFP), reflecting predictable effort for regularly scheduled work, estimated period of performance: base year (twelve (12) month) beginning 01SEP2014, and two (2) twelve (12) month options, reflecting unpredictable and unclearly defined nature of emergency repairs, contract. 1.1 BACKGROUND. The U.S. Army Edgewood Chemical Biological Center (ECBC) is the nation's principal research and development resource for non-medical chemical and biological (CB) defense. As a critical national asset in the CB defense community, ECBC supports all phases of the acquisition life-cycle-from basic and applied research through technology development, engineering design, equipment evaluation, product support, sustainment, field operations, training, and demilitarization-to address its customers' unique requirements. The equipment this contract supports is vital to the operations of the center and the ECBC Mission. ECBC provides direct support to the Soldier and all of their customers. 1.2 OBJECTIVE. This effort is in direct support of the existing and future mission of ECBC by providing qualified personnel, to perform all work outlined, stated within this document. ECBC is located at Aberdeen Proving Ground, Edgewood Arsenal (APG-EA), APG-EA, Maryland. 2.0 APPLICABLE DOCUMENTS. 2.1 TB 43-0142, Department of the Army Technical Bulletin: quote mark Safety Inspection and Testing of Lifting Devices quote mark 2.2 ECBC quote mark Material Handling Equipment Policy quote mark (MHE), dated 14FEB2011 2.3 OSHA 1910.179, quote mark Overhead and Gantry Cranes quote mark 2.4 OSHA 1910.184, quote mark Slings quote mark 2.5 ANSI B30.2, 1996 quote mark Overhead and Gantry Cranes quote mark 08 April 2014 2.6 ASME B30 Series as related to quote mark slings, hooks, monorails, hoists, and gantry cranes, etc. quote mark 2.7 All applicable Occupational Safety and Health Administration (OSHA) regulations 2.8 All applicable American National Standards Institute (ANSI) regulations 2.9 All applicable American Society Mechanical Engineers (AMSE) Standards 2.10 All applicable ECBC Maintenance Regulations and Standard Operating Procedures & Policies. 2.11 DOCUMENTS/FORMS/SHEETS. The Contractor shall produce and maintain all records. Records, once completed will be sent to the ECBC Equipment Management Office (EMO) for file. All records shall be updated immediately upon completion of service. 2.11.1 Inspection Sheet. The following information can be hand written and must be included on this sheet. a. Capacity b. Description c. Location d. Manufacturer model & serial number & bar code number e. A written record of all items inspected or tested f. A written record of wire rope inspection to include rope condition and minimum rope diameter to nearest 1/64 inch. g. A written record of hook inspection to include description of hook twist, hook opening to nearest 1/64 inch and presence/condition of hook latch h. A recommendation statement for each item inspected such as quote mark GOOD quote mark, quote mark FAIR quote mark, quote mark DERATE TO ___% CAPACITY quote mark : (percent to be determined by contractor) or quote mark DISCONTINUE USE quote mark. i. Date of inspection, printed name of inspector(s) and signature of inspector(s) 2.11.2 Repair and Modification Record Sheet. The following information can be hand written and must be included on this sheet. a. Capacity b. Description c. Location d. Manufacturer model & serial number & bar code number e. Description of problem, which required corrective action f. Description of repairs performed g. Cost/time tracking information to include: 08 April 2014 1. Start and stop time for services performed-verification of start and stop time shall be provided at time of repair completion. Work hours shall be recorded by contractor and signed off by the Point of Contact (POC) at the equipment location and shall be turned in to the ECBC EMO upon completion of the job. 2. The rate at which the service is performed, i.e. regular time or overtime. 3. List of all materials used for repair or modification, unit cost, amount used and subtotal cost. 4. Total actual man-hours of service time (at the unit), to the nearest hour. 5. Hourly rate, total labor hours, total labor dollars, and total combined labor and material dollars. 6. Printed name(s) and signature(s) of repair/modification personnel. 2.12. AVAILABILITY OF DOCUMENTS. The government will be responsible for providing the contractor all ECBC and/or Department of the Army manuals, regulations, or technical bulletins. The contractor shall be responsible for having access to applicable OSHA, ANSI, and AMSE regulations. 3.0 REQUIRMENTS. (PWS). In accordance with Section C (*note ECBC Contracting office*),.........of the Basic Contract, the contractor, as an independent contractor and not as an agent of the Government, shall provide the necessary resources (except for those identified as Government furnished property of assistance) to perform the following work: (Please use the acronym EMO to represent the Equipment Managers Office) 3.1 INSPECTIONS. The ECBC EMO will forward a list of scheduled inspection services on an annual calendar to the contractor showing monthly (frequent) inspections. All inspections are performed on an annual basis. The Inspections are segregated into separate months for scheduling purposes. The total number of inspections required are an estimate. The contractor will be paid the fixed rate for the actual inspections performed. The ECBC EMO reserves the right to request an inspection on any listed material handling item at any time, regardless of due date. All procedures will be followed to insure that the items placed back into quote mark service quote mark will meet all of the requirements outlined within this PWS prior to returning to quote mark service quote mark. 3.1.1 FREQUENT INSPECTIONS. Frequent inspections for cranes and all equipment will adhere to ECBC quote mark Material Handling Equipment Policy quote mark, TB 43-0142, and established industry standards, including, but not limited to OSHA 1910.179. 3.1.2 ANNUAL INSPECTIONS. Annual inspections for cranes shall adhere to ECBC quote mark Material Handling Equipment Policy quote mark, TB 43-0142, and established industry 08 April 2014 standards, including, but not limited to, OSHA 1910.179. In addition to the annual and periodic inspections the contractor shall perform an annual survey and inspection of all equipment covered by this contract and provide the COR with a written report, including any noted functional, safety or code compliance deficiencies. The survey shall be conducted by a qualified person, independent of the technician(s) performing other specific work. 3.1.2.1 Semi-annual inspection for cranes shall include: a. The provisions of OSHA, ANSI, ASME requirements b. If Tram marks have not previously been installed on the hook, the Contractor shall install these marks upon first inspection, and note the inspection sheet accordingly. c. Record keeping in accordance with this specification 3.1.2.2 Yearly Inspections shall include: a. Non-destructive crack testing of hook and nut/shank, where detachable b. A visual of all shackles, rings, spreader bars, ropes, slings (chains & cables), shall be performed and noted on the inspection sheet as to the condition at time of inspection. c. Record keeping in accordance with this specification 3.1.3 MARKINGS. Re-stencil of equipment with quote mark NEXT INSPECTION DUE (DATE) quote mark or quote mark NPI (Next Periodic Inspection) (DATE) quote mark after annual inspection is completed. Re-stencil load rating of equipment if rating is missing, illegible, or load rating of hoist has changed. Stencil shall be of sufficient size to be clearly visible from the ground. Stencil shall be composed of black lettering on a white background per TB 43-0142. Old stenciling shall be repainted with black lettering on a white background. The contractor will supply all materials for stenciling - i.e. paint, stencils, tarp. 3.1.4 DEFECT MARKING/NOTIFICATION. Any serious defect encountered during the inspection service shall be fully documented on the inspection record. OSHA violations will be noted as such. In the event that serious defects are detected, the contractor shall affix a warning tag adjacent to the piece of equipment to read quote mark Danger - Do Not Operate - ECBC EMO-Out of Service, Do not use until inspection criteria have been met quote mark. The purpose of this quote mark tag out quote mark is to prevent inadvertent use of equipment before area personnel are notified of the exact deficiency. These tags shall be removed only by the ECBC EMO. The facility custodian/POC will be notified when equipment is tagged out. 3.2 PREVENTIVE MAINTENANCE (PM) SERVICE. Preventive maintenance services shall be performed monthly, bi-monthly, quarterly, semiannually or annually, as required by operating conditions and applicable regulatory standards. 08 April 2014 The ECBC EMO will forward a list of scheduled PM services for the month to the contractor. The total number of PM visits required is an estimate. The contractor will be paid the fixed rate for the actual PM actions performed. The contractor shall furnish all services, parts and material to maintain the equipment. PM services for all equipment shall adhere to ECBC quote mark Material Handling Equipment Policy, TB 43-0142, and established industry standards, including, but not limited to OSHA 1910.179. 3.2.1 PM Service Will Include: a. The provisions of CFR 1910.179, Paragraph (1) b. Lubricate all bearings such as, but not limited to: wheels, pivot bearings, support pins, and shaft blocks c. Clean accumulated dirt from open gearing and re-grease d. Clear wire rope or chain and re-grease e. Top off all fluids, all gear case, and all hydraulic reservoirs f. Clean and adjust brakes g. Clean and adjust electrical contacts h. Adjust/tighten loose components, including rail clips i. Remove accumulated oil, dirt, and debris j. Change oil on the following gears: main hoist, creep hoist, and travel unit. Change grease in the travel gearbox and in the protective cap of the last stage of gearing on the monorail hoist carriages. These oil changes shall be completed during the duration of the contract k. Record keeping in accordance with this specification 3.3 REPAIRS / MODIFICATIONS. 3.3.1 REPAIRS. Repairs may be required by the ECBC EMO at any time during the PM. When the results of the inspection/maintenance service indicate an urgent need for repairs, the contractor shall contact the ECBC EMO immediately after inspection or maintenance procedures have taken place and inform them of the need. 3.3.2 EMERGENCY REPAIR. Any crane/item deficiency reported as a result of routine inspection or maintenance and not correctable through preventive maintenance procedures shall be considered emergency repair work. The Contractor shall immediately notify the ECBC EMO of any deficiency not correctable through periodic maintenance, and when appropriate, recommend to the ECBC EMO derating or shutdown of any crane which poses a safety hazard. Contractor shall not charge repair of the same defect within 90 days after completion of repairs. Manufacturer's equipment warranties shall accrue to the Government. 3.3.2.1 Procedures for Emergency Repairs/Modifications 08 April 2014 a. Emergency Repairs or modifications may be requested by the ECBC EMO at any time. When the Contractor indicates a need for repairs, the Contractor shall contact the ECBC EMO/Equipment Manager immediately after inspection or maintenance procedures have taken place. The ECBC EMO/Equipment Manager may verbally authorize repairs up to $2,500.00. b. For emergency repairs over $2500.00 the contractor shall submit to the ECBC EMO & COR a written estimate, detailing required repairs, proposed repair timetable and all material and labor required for repair. This estimate shall be provided to the ECBC EMO & COR within three (x3) working days after notification of the request for repair. After review of inspection or maintenance deficiencies and the repair cost estimate, the ECBC EMO/Equipment Manager will request approval or disapproval from the COR and establish a timeline for completion of repairs. c. Load Test after repair, any repair work which may affect the load carrying ability of a crane/item will require a load test of the unit. Repair estimates shall specifically note if a load test is required. A load test shall not be performed without prior approval of the ECBC EMO. All load tests shall be documented on the record of repair. Estimated costs for load tests shall be included as a separate labor line on the repair estimate. The Contractor shall provide all weights. d. When repairs are completed, the Contractor shall document the repair action. All parts removed shall be visually inspected by the ECBC EMO prior to disposal (recycle) by the Contractor. 3.3.3. MODIFICATION SERVICES. Modification services shall include services to maintain crane/items functionally up-to-date and operating at the highest efficiency. Typical modifications include services such as, but are not limited to: a. Replacement of motor controls with more modern units. b. Addition of pendants or remote controls, rearrangement of cab controls. c. Addition of hydraulic or electro-hydraulic brakes. d. Modification of cab access ladders and platforms. e. Modification or replacement of electrification. f. Addition of anti-collision devices. g. Relocation of cranes or hoists to different work areas. h. Conversion from hand powered to motor powered operation. 3.3.4 ESTIMATES. The Contractor shall submit a written estimate detailing required repairs, proposed timetable, and all material and labor required for repair and modifications. This estimate shall be provided to the ECBC EMO within three (x3) working days after notification of the request. The ECBC EMO may grant an extension of the estimate deadline on a case-by-case basis. After the review of the 08 April 2014 cost estimate, the ECBC Equipment Manager will approve or disapprove and establish a timeline for completion. 3.3.5 MATERIAL ACQUISITION/REPLACEMENT PARTS. The contractor shall obtain all material, supplies, and parts for services. Parts and materials shall be billed against the appropriate CLIN of the contract, at no more than manufacturer's list price at the time of replacement. Replacement parts shall be supported by a copy of the supplier's invoice and submitted to the ECBC EMO. All parts at list price exceeding $500 shall require prior approval of the ECBC Equipment Manager. The contractor shall ensure that all parts and supplies required to perform repair services are available for use within five (x5) working days after the ECBC EM has approved the contractor's cost estimate. Parts required for modification services shall be available within ten (x10) working days after the ECBC EM has approved the contractor's cost estimate. Allowances will be provided for special order parts or items no longer in production. 3.3.5.1 SPARE PARTS INVENTORY. All replacement parts and materials shall be OEM parts for the unit which they will be used. Any substitute parts must have written approval by the ECBC EMO prior to use. The ECBC EMO will randomly inspect to ensure compliance with Original Equipment Manufacturer (OEM) only parts. 3.3.6. ADDITIONS OR DELETIONS OF EQUIPMENT FOR MAINTENANCE SERVICE. During the contract period, the Government may, at its option, add additional item(s) or may discontinue the service on any item, upon thirty (x30) days written notice to the Contractor of its intention to increase or decrease any item. 4.0 ADMINISTRATION. 4.1. PERSONNEL REQUIREMENTS AND CERTIFICATIONS 4.1.1. ON-SITE WORKERS. Contractor personnel are subject to searches, monitoring and surveillance, including audio and video recording of actions and conversations while working on the Government facility. All on-site contractor personnel implicitly consent to Government searches, monitoring and surveillance upon entering the installation. 4.1.2. LANGUAGE. All personnel performing Inspection, Preventive Maintenance, Repair and Modification services shall be capable of reading, writing, and speaking the English language. 4.1.3. GENERAL EXPERIENCE. All personnel performing services shall have at least five (x5) years experience with the services outlined in this proposal and on equipment similar to the equipment identified (Attachment #1 quote mark Lifting Equipment Listing quote mark ). Contractor shall ensure those employees are qualified to conduct these types of services in accordance with commercial standards, including, but not limited 08 April 2014 to, OSHA 1910.179 standard. 4.1.4. TRAINING. Personnel shall have received structured training to become familiar with principles and practices of the applicable test method. The training program shall have included instruction and certification in basic principles, products, equipment, operating procedures and test techniques used for hook inspection (Minimum of Level II), in accordance with commercial standards, including, but not limited to, OSHA 1910.179 standard. 4.1.5. RESUMES/DOCUMENTATION OF QUALIFICATIONS. Contractor shall submit resumes for all personnel cited to perform services under this contract to assure that proposed personnel have contractually required qualifications. Changes in personnel after contract award shall be submitted in writing, with corresponding resumes, to the ECBC EM & the COR (Contractors Representative) to assure that proposed substitute personnel have contractually required qualifications. 4.1.6. The contractor shall not use foreign nationals on this contract unless approved by the Contracting Officer with Security Office concurrence. When requesting approval, the contractor shall furnish: Full Name; Date of Birth; Place of Birth; Citizenship; Registration Number; Type of Visa; Clear Copy of Picture Identification of Visa, Green Card, or Permanent Resident Card; Port of entry; Title of Position to be filled; Abbreviated Curriculum Vitae; and Sole Source Justification of Employment to the Contract Specialist. These items will be reviewed by the Security Office with subsequent approval by the Contracting Officer. Previously approved foreign nationals must be re-approved if the nature of their work under this contract differs from that performed under the prior year's contract. 4.1.7. The contractor shall ensure that foreign nationals approved for support of this effort will not have access to military technical or critical unclassified information. (The contractor may conduct a search through the Defense Technical Information Center to determine whether information is designated as military technical or critical unclassified information. Additional information is available from the Military Critical Technologies List at (http://www.dtic.mil/mctl/). 4.1.8. In accordance with the Arms Export Control Act (Title 22, USC (Sec 275)), the International Traffic in Arms Regulation (ITAR), and Department of Defense (DoD) Directive 5230.25, Withholding of Unclassified Technical Data from Public Disclosure, foreign nationals shall not work on this contract without the express permission of the Contracting Officer. 4.1.9. Any violation of administrative security procedures or export control regulations that would subject classified or critical unclassified information to possible compromise by US adversaries, shall immediately be reported to the facility security office and Government security authorities. 4.2. DOD Computer Network Access. No personnel under this contract shall have access to any DOD Computer Network unless deemed necessary by the ECBC EM 08 April 2014 and the COR. All laws and ARMY/DOD Regulations will be strictly adhered to and followed. 4.3 SCHEDULING. 4.3.1. LABOR VERIFICATION. Labor hours will be routinely scrutinized. Upon notification by the COR (usually with notification of estimate approval), service personnel will be provided a local Point of Contact (POC/ECBC EM) for the verification of on-site labor hours. Service personnel shall contact the labor verification POC upon entry and exit from the job site, on a daily basis, throughout the course of the repair/modification effort. If, for some reason, the labor verification POC cannot be located, the lead service person will immediately contact the COR. 4.3.2. ECBC EMO HOURS OF OPERATION. ECBC's current work schedule is eight (x8) eight (x8) hour workdays, but could be subject to change. ECBC reserves the right to switch to a modified work schedule that allows for 9 hour work days and every other Friday off for all employees. Sunday Monday Tuesday Wednesday Thursday Friday Saturday Week 1 hrs 0 8 8 8 8 0 0 Week 2 hrs 0 8 8 8 8 0 0 Current hours of operation are 7:30 a.m. to 3:30 p.m., to include a 30 minute meal period. Friday scheduling will occur only on a case by case basis when determined by the ECBC EMO. The Contractor shall adhere to curtailing operations and ECBC closures. Curtailments and ECBC closures include any time when ECBC is in a non-operational status for events including but not limited to Federal holidays, emergency situations, power curtailments, furlough, ECBC events, or planned training days. Contractors are expected to adhere to the ECBC curtailment or closure schedule. The ECBC EMO will notify the Contractor of the dates of curtailment and closure. 4.3.3. PRINCIPAL PERIOD OF MAINTENANCE (PPM). Contractor personnel shall be available for inspections, maintenance and/or repairs during the Regular Work Schedule, Monday through Thursday, 7:30 a.m. to 3:30 p.m. Weekends and Federal holidays are excluded, unless otherwise requested by the ECBC EMO. Inspections and maintenance outside of the PPM may be performed at the Contractor's request, if authorized by the ECBC EMO, at no additional cost to the Government. 4.3.4. INSTALLATION SHUT DOWN. Inclement weather conditions may force a temporary shutdown of APG. Repair and Maintenance shall cease during the 08 April 2014 duration of the installation shutdown. The Government will not pay for hours when the shutdown occurs prior to normal duty hours pursuant to a public announcement that the installation is shut down. 4.4. WORKSITE. 4.4.1. ACCESS 4.4.2. IDENTIFICATION AND BADGE REQUIREMENTS. 4.4.3. SECURITY BADGE REQUIREMENTS. Unescorted access to secure areas of ECBC, APG-EA, MD, is essential for the performance of this contract. a. Contractors or contractor employees who will require unescorted access to a security area of APG as defined by APG Regulation 190-4, Movement Control Within the Installation, while performing contractual work and/or to dispose of waste material at the disposal/salvage area(s) shall be required to present and display Government issued security area identification badges in order to gain and exercise unescorted entry in secured area(s), in accordance with ECBC/DOA/DOD Regulations. b. The contractor shall only submit the minimum number of employees for each badging required for the performance of the contract. Individual contractor employees shall not be submitted for badges when the nature of the contract requires the presence of a badged supervisor or foreman. In these situations, escort required badges would be utilized for these personnel. c. The contractor shall submit to the COR, for each employee requiring access, a completed: 1) IMAP-HR Form 1, Application for DA Civilian Identification Card (DA Form 1602). The ID card permits access to the APG Installation. 2) IMAP Form 1199, Application for Security Badge/Camera Pass. The contractor shall verify U.S. citizenship. The Security Badge is required for access into restricted areas of APG. For this contract, access is authorized for several restricted areas within ECBC (i.e. area D-Gunpowder Neck [J, M, & N Fields - Edgewood Area]). The contractor is not authorized a camera pass 3) IMNE Form 1226, Aberdeen Proving Ground Directorate of Emergency Services - Security of Badge. This document explains the rules of badge security and requires signed acknowledgement by the applicant. 4) SF - 87, Application Fingerprint Card, unless proof of possession of a Personal Security Clearance is provided by the contractor's Facility Security Officer (FSO). 08 April 2014 d. Contractor shall advise employees that this information, along with local file checks, will be used to review criminal history records. Adverse information may result in an individual being denied access to secured areas. e. Contractor personnel authorized access to secured areas will be issued photographic or non-photographic security badges as required. Upon termination or completion of the contract or individual's employment, whichever comes first, the contractor shall collect the badges and effect turn-in to the issuing Government officer. In situations when the performance of a contract is held in abeyance or an employee will not be accessing a restricted area for a period of 30 days or more, the badge shall be returned to the custody of the issuing Government officer until it is required at which time it will be issued. f. The contractor shall be responsible for ensuring that employees who are issued badges properly safeguard them and that they are only utilized in the performance of contract related actions. Any badge that is stolen or lost shall immediately be reported to the issuing Government officer. g. FOREIGN NATIONALS and/or IMMIGRANT ALIENS WILL NOT WORK ON THIS CONTRACT. h. CAUTION. Contractor shall be responsible for delays caused by his untimely submission of required forms or denial of security area access due to his employee's disqualification for a security badge. 4.4.4 ID CARDS FOR ACCESS TO APG. Contractor shall submit form IMAP-HR Form 1, Application for Contractor ID Card, so that personnel may gain access to APG. All forms shall be submitted to the COR no less than 3 weeks prior to the start of contract, or within 5 days of receiving the form. 4.4.5. OPEN FLAME PERMITS. Contractor shall coordinate with the US Army Garrison Fire Department and/or building custodian prior to the use of open flame operations required for repair or modification services. The contractor shall adhere to open flame permit restrictions, which may include protection of other assets or posting of fire watches during welding/burning operations. 4.4.6. USED OIL. All used oil shall be collected and disposed by the contractor and placed in a sealed container, provided by the contractor. The contractor shall immediately label the used oil container as to specific crane and gearbox from which the oil was removed, type of oil and date the container label. 4.4.7. SCRAP MATERIAL. The contractor shall coordinate with the ECBC EMO for the disposal of all scrap material. Contractor shall assure that high value scrap (such as copper conductor bar) is protected from inadvertent loss. 4.4.8. WORKSITE SAFETY. The Contractor shall wear all appropriate Personal Protective Equipment (PPE) necessary to perform all work functions in accordance with 08 April 2014 all applicable ECBC & OSHA regulations and common work place practices. The Contractor shall cordon off the area below overhead work to minimize the possibility of dropping tools or parts onto other personnel. Insure quote mark Tagged Out quote mark areas that may require safety cones, caution tape, and any other safety marking that is highly visible. 5.0 SPECIAL MATERIAL HANDLING EQUIPMENT. Special material handling equipment such as high capacity forklifts or truck cranes required for repair or modification services shall be furnished by the contractor, unless the government determines that it is in the best interest of the government to provide this equipment. The government shall not provide material handling equipment for any inspection or maintenance work. Contractor shall communicate requirements for special material handling equipment with the COR and/or crane site technical POC a minimum of five (5) working days in advance of requirement. 6.0. CONTRACTOR FURNISHED EQUIPMENT. 6.1. SAFETY EQUIPMENT. Contractor shall provide all safety equipment required for personnel operating in an industrial area in accordance with OSHA standards and ECBC regulations and procedures. Contractor personnel shall have personal protective equipment in their possession at all times while performing services and shall utilize this equipment in accordance with OSHA standards, ECBC regulations, and as conditions warrant. This shall include, but is not limited to safety shoes, hard hats, eye protection, hearing protection, work gloves and personal fall arrest systems. 6.1.1. PERSONAL PROTECTIVE EQUIPMENT (PPE). All contractor personnel shall wear the appropriate PPE when in the following work areas: range areas where entrance is controlled by the Range Operations Team, industrial buildings, at construction sites, test sites and test facilities. Other areas may be reviewed to determine if hazards are present which necessitate the use of PPE. Failure to wear/use PPE may cause removal from the job site and/or seizure of non-compliant equipment/items. 6.2. VEHICLES. Contractor shall provide its own vehicles and transportation in order to provide services in accordance with the PWS. Vehicles must be properly identified with the company's logo. 6.3. LIFT EQUIPMENT. Lift equipment, including but not limited to scissor lifts and manlifts, shall be provided by the contractor for all inspection and maintenance services. Lift or crane rental required for repair or modification services shall be separately priced on the repair/modification estimate. 6.4. TOOLS. Contractor shall provide all such tools and implements necessary to properly and efficiently maintain the equipment for the life of the contract. 6.5. LOAD WEIGHTS AND RIGGING FOR LOAD TESTS. The contractor shall be responsible for providing load weights and rigging for test weights. Transportation of 08 April 2014 load weights and rigging to and from the load test site shall be the responsibility of the contractor. Rigging shall be adequately rated for the load and shall adhere to safety standards in ECBC Material Handling Equipment Policy, TB 43-0142, and established industry standards, including, but not limited to OSHA 1910.179. 7.0. WARRANTY. The contractor shall honor all warrantees on parts provided by manufacturers and on all labor in accordance with commercial standards and/or as stated in the contractor's proposal and accepted by the Government. 8.0. INVOICING. The contractor shall use the Wide Area Work Flow (WAWF) to submit invoices for services provided to the Government, inspected and accepted by the COR. At a minimum the invoice shall include the invoice number, date, contract number, crane number, description of services, and total amounts invoiced by CLIN. Invoices shall be input as Invoice 2-in-1. The contractor shall notify the COR when invoices have been input into WAWF. 9.0 CONTRACTING OFFICER REPRESENTATIVE (COR) 9.1 COR. The COR for this requirement is Mrs. Elizabeth Hood, ECBC, DPI Directorate. 10.0 NON-PERSONAL SERVICES STATEMENT. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor management shall ensure that employees properly comply with the performance work standards outlined in the statement of work. Contractor employees shall perform their duties independent of, and without the supervision of, any Government official. The tasks, duties, and responsibilities set forth in the task order may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulation (FAR). 11.0 CONTRACTOR MANPOWER REPORTING. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) has established a secure data collection site, entitled Contractor Manpower Reporting System, for the purpose of capturing contractor (and subcontractor) manpower utilized during the performance of this contract. As a result, the contractor shall report all the information required by the Contractor Manpower Reporting System. The information requiring completion by the contractor includes, but may not be limited to the following: Contracting Office, Contracting Officer, Contracting Officer's Technical Representative, Contract number, Requiring activity identification code (UIC), Command, Obligated Dollars, Fund cite information, Contractor name, address, phone number, e-mail address, Direct labor 08 April 2014 hours, Direct labor dollars, Federal Service Code (FSC) and Locations of service. The contractor shall submit all required information before final invoice. The contractor shall access the Contractor Manpower Reporting System database on the internet and fill-in the required data entry fields. The system can be accessed at the following internet address: https://cmra.army.mil. END OF SECTION --------------------------------------------------------------------------------------------------------- 1.3 PERIOD AND PLACE OF PERFORMANCE. The estimated period of performance: base year (twelve (12) month) beginning 01SEP2014, and two (2) twelve (12) month options. Performance will take place at ECBC, APG-EA, Maryland. 1.4 DEFINITIONS. 1.4.1 LARGE CRANES. Large cranes are defined as those with 5 ton or greater capacity. 1.4.2 SMALL CRANES. Small cranes are defined as those with less than 5 ton capacity. 1.4.3 LIFTING DEVICES. Slings (rope, wire rope, chain, metal mesh, synthetic web/nylon, hoist beam), jacks, stands, shackles, spreader bars, etc. The following Provisions and Clauses will be incorporated by: I- REFERENCE: FAR 52.204-7 System for Award Management FAR 52.212-1 Instructions to Offerors -- Commercial Items. FAR 52.212-4 Contract Terms and Conditions--Commercial Items SEP 2013 FAR 52.222-50 Combating Trafficking in Persons FAR 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.233-1 Disputes. FAR 52.237-1 Site Visit. FAR 52.247-34 F.O.B. Destination DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. DFARS 252.204-7003 Control of Government Personnel Work Product. DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7010 Levies on Contract Payments. DFARS 252.243-7001 Pricing of Contract Modifications. II- CLAUSES BY FULL TEXT. FAR 52.204-9 Personal Identity Verification of Contractor Personnel. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items. ALT 1 FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2014) FAR 52.217-5 Evaluation of Options. FAR 52.217-8 Option to Extend Services. FAR 52.217-9 Option to Extend the Term of the Contract. FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation. FAR 52.243-1 Changes - Fixed-Price. FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) III- LOCAL CLAUSES BY FULL TEXT: EXEMPTION CERTIFICATE FROM MARYLAND RETAIL SALES AND USE TAX (OCT 2012) ACC-APG 5152.229-4900 SECURITY AREA BADGE REQUIREMENTS (Oct 2012) ACC-APG 5152.204-4900 USE OF CELL PHONES WHILE DRIVING (Oct 2012) ACC-APG 5152.204-4903 ACCOUNTING FOR CONTRACT SERVICES REQUIREMENT - ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (June 2013) ACC-APG 5152.237-4900 IDENTIFICATION OF CONTRACTOR EMPLOYEES (Oct 2012) ACC-APG 5152.237-4901
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cf9b5aca09a6da1b8983c240bf7c0b51)
 
Place of Performance
Address: ACC-APG-TENANT CONTRACTING DIV 6001 Combat Drive Aberdeen Proving Ground MD
Zip Code: 21005-3013
 
Record
SN03418635-W 20140711/140710022554-cf9b5aca09a6da1b8983c240bf7c0b51 (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.