Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
SOLICITATION NOTICE

J -- GROUND RETRACTABLE AUTOMOBILE BARRIER MAINTENANCE(GRABS)

Notice Date
8/24/2018
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - WRN (W911RQ)(RRAD), 100 MAIN DRIVE BUILDING 431, TEXARKANA, Texas, 75507-5000, United States
 
ZIP Code
75507-5000
 
Solicitation Number
W911RQ18R0008
 
Point of Contact
SANDRA JEANLOUIS, Phone: 9033344283
 
E-Mail Address
sandra.jeanlouis.civ@mail.mil
(sandra.jeanlouis.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement: Ground Retractable Automobile Barrier and all associated component 1. GENERAL: This is a non-personnel services contract to provide Quarterly Preventive Maintenance and emergency repair and parts replacement for the Ground Retractable Automobile Barriers(GRAB) with electric motors. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1 Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Quarterly Preventive Maintenance and emergency repair and parts replacement for the GRAB System as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2 Quality Control The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. A Comprehensive PM checklist and actions accomplished noting any deficiencies or unrepairable issues within 30 days after each quarterly PM is conducted. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.3 Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). Maintenance Terms and Conditions A. Definitions "Accessory safety detection equipment" the below list is not all inclusive but at a minimum will include the following equipment: 1. Barrier Panel 2. Operator Panel 3. Traffic signal Light as a component of GRAB 4. ODDS radar sensors for wrong way detection 5. ODDSS radar Sensors for over speed detection 6. ODDS Computer and panels 7. ODDS displays 8. Loop presence detectors B. Description of Services: Provide Preventive maintenance and repair services for an electric motor operated Ground Retractable Automobile Barrier system (GRAB) and all ancillary components such as over watch level III ballistic guard booths, Access Control Gate houses and level III guard booths for the Red River Army Depot (RRAD) GRAB systems and units at the intervals and in the manner set forth in Attachment A. 1. The proposed contract will be for acquisition for preventative maintenance and replacement of normal wear and tear parts (identified below) of installed AVBs and ODDS at five of RRAD's Access Control Points (ACPs) to ensure the equipment is functional and regularly tested to meet the standards for ACPs. a) Digi Port Server PN b) Mag - auto drop arm controller c) Upper Net Encasements d) Bottom Net Encasements e) Loop module f) UPS battery g) Stalker Radar head 2. A separate CLIN established to cover emergency repairs and parts. This would provide a 24hour response requirement with a minimum of 4 hours charged for services at an established rate plus cost of parts. C. Service Calls 1. Scheduled Service Call. A "Scheduled Service Call" is any scheduled preventive maintenance visit to RRAD to perform Services as described in Section B above. 2. Unscheduled Service Call. An "Unscheduled Service Call" is any request by Customer to service a Facility and includes any evaluation, service, and/or repair outside the scope of the Services described in Attachment A. (a) Emergency Service Call. An "Emergency Service Call" is any Unscheduled Service Call for which Customer requests immediate response. Due to the urgent nature of the service, a written proposal prior to performing the service or repair is required. i. Emergency Service Call Response Time. Calls designated by RRAD requiring immediate and urgent response shall have a twenty-four (24) hour response timeframe which will provide RRAD with a written proposal describing recommended service(s) and/or repair(s), including costs for any parts, supplies, materials, and tools, and any costs to equip, mobilize, travel, and lodge. An authorized RRAD representative's written approval is required prior to performing any service or repair. (b) Unscheduled Non-Emergency Service Call. An Unscheduled Non-Emergency Service Call is any Unscheduled Service Call as defined in C(2) above and is not designated by RRAD as needing an immediate or urgent response. i. Unscheduled Non-Emergency Service Call Response Time. Unscheduled Non-Emergency Service Calls usually have a minimum seventy-two (72) hour response timeframe on-site. If Customer needs assistance on-site sooner than 72 hours, Contractor will make every effort to respond in a timeframe desirable by RRAD. Phone assistance by a Contractors service professional will also be available as repair schedules are being determined. A written proposal will be provided to RRAD prior to performing any service or repair describing the recommended service(s) and/or repair(s), including costs for any parts, supplies, materials, and tools, and any costs to equip, mobilize, travel, and lodge. RRAD shall approve the proposal before work is scheduled. D. Period of Performance The Period of Performance for this contract maintenance is for a base period of 1 (one) year and four additional option years. E. Contractor Responsibilities 1) Provide RRAD with timely notice of barrier system malfunctions during preventive maintenance (PM); 2) Provide RRAD with a PM assessment prior to departing RRAD after a scheduled PM; 3) Conduct PM's as outlined in Attachment A; 4) Process all invoices in a timely manner and follow-up with a notification to RRAD when initiated; 5) Ensure all employees of contractor can meet and have completed RRAD access control requirements; F. Access and General Protection/Security Policy and Procedures. This standard language is for contractor employees with an area of performance within an Army-controlled installation, facility, or area. The contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security office. The contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DoD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the change clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. G. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center interstate identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. H. Impact on contractor performance during increased FPCON during periods of increased threat (contractor personnel working on an installation). During FPCONs Charlie and Delta, services may be discontinued/postponed due to higher threat. Services will resume when FPCON level is reduced to level Bravo or lower. I. Random Antiterrorism Measures Program (RAMP) participation. Contractor personnel working on an installation are subject to participation in installation RAMP security program (e.g. vehicles searches, wearing of ID badges, etc.). J. Contractor will acquire and need to return all issued U.S. Government Common Access Cards, installation badges, and/or access passes. Use FAR 52.204-9 or PADDS Clause IF00015. K. ENVIRONMENTAL REQUIREMENTS. 1) Compliance with Environmental Laws and Regulations: Contractor shall comply with all applicable federal, state, and local environmental laws, statutes, regulations, executive orders, permits, Army regulations (with supplements), as well as Major Subordinate Command (MSC) and installation regulation, policy, Host Tenant Agreement, Interagency Service Support Agreement, or Status-of-Forces Agreement. Contractor shall immediately report any conflicts between applicable federal, state, local environmental laws, statutes, executive orders, and provisions of Army Regulation 200-1, and any specifications within this contract to the Contracting Officer Representative (COR). 2) Compliance with Green Procurement Requirements: Contractor shall follow Federal EPA Comprehensive Procurement guidelines (www.epa.gov/cpg) and Army Contracting Command Quick Guide (https://acc.aep.army.mil/accapps/ACCMAP/Documents/Quick-Guide-for-Sustainable-Procurement.docx) for acquisition of building materials and products and select materials that have a long life cycle; the least toxic materials; recyclable materials; materials that are resource-efficient; materials with the maximum recycled content; materials harvested on a sustained yield basis; and products causing the least pollution during their manufacture, use, and reuse. 3) Compliance with License and Certification Requirements: Contractor shall obtain all license and certification required by Federal, State, and Local environmental laws and regulations necessary to adhere to the specifications of this contract. The Contractor shall submit all plans, notifications, reports, submittal documents, and fees required by Federal, State, and Local environmental laws and regulations to the appropriate Federal, State, and Local authority and/or agency as necessary to adhere to the specification of this contract. All required licenses and certifications required by Federal, State, and Local environmental laws and/or regulations shall be considered a contract deliverable upon award. 4) Notification of Federal and State Regulators: Contractor shall immediately notify the Designated Government Representative (DGR) and COR of the arrival on site of any Federal, State, and/or DoD environmental regulator or enforcement agent and/or the receipt of any correspondence from a Federal or State environmental agency. 5) Inspections of Work Sites: Contractor shall submit to potential Federal, State, Army and installation work site environmental regulatory inspections and/or investigations into noncompliance, and fully cooperate with such inspections/investigations by providing the appropriate records and documentation. Environmental regulatory agencies are authorized by law to inspect any work site for environmental compliance with regulatory requirements. If an inspection is conducted, it will not stop or disrupt ongoing contract activities. The inspection will only require the work site environmental officer, or supervisor/manager to answer questions and/or escort the inspector to specific work site areas with the potential to affect environmental quality. 6) Reporting Noncompliance: Contractor shall immediately report any nonconformance and/or noncompliance with applicable Federal, State or Local environmental laws, Army and installation environmental regulations or policies to the COR and DGR. 7) Verification of National Environmental Policy Act Documents: Contractor shall obtain from the COR or DGR, a copy of AMC's National Environmental Policy Act Policy and 32 CFR 651 which addresses actions to be taken by contractor. These documents include but is not limited to the analysis-associated decision document of an Environmental Impact Statement and Record of Decision; Environmental Assessment and Finding of No Significant Impact or Notice to Proceed; or Record of Environmental Consideration on the proposed contract actions prior to commencement of such actions. 8) Conformance with Environmental Management System: Contractor shall take the necessary actions to identify, monitor, and control those contract operations and activities that pose risk of contamination, or can negatively impact the natural and/or human environment. 9) Competency Training for Contractor Personnel: Contractor shall not allow personnel to perform any activities and/or tasks on AMC installations without proper and adequate qualifications or job competency training. In the event of any identified noncompliance, the Contractor shall, if requested, provide proof of contract personnel training or qualification (individual name, training/qualification type, training/qualification certificate, and date of training/qualification) to perform those contract activities associated with the identified noncompliance. 10) Prevention of Storm Water Pollution: The Contractor shall perform, track, participate, implement, and comply with storm water pollution prevention minimum control measures, protocols, and best management practices (BMP) and ensure that water quality standards are not violated in accordance with all regulations and policies as applicable to the Pollutant Discharge Elimination System general permit requirements. 11) Prevention of Spills: Contractor shall adopt the installation's Spill Prevention Control and Countermeasures Plan (SPCC) if transporting, processing, storing, or in any way managing hazardous waste, hazardous material, petroleum-oils-lubricants, or other restricted items. In case of a spill, the person in control of the spill site or their designated representative shall take appropriate action to protect workers and bystanders; contain the spill (if it can be done safely); secure the spill site; restrict ignition sources; and immediately contact the installation Fire and Emergency Services (Fire Department). 12) Corrective Action for Noncompliance: Contractor shall when given a verbal and/or written notice of environmental noncompliance or nonconformance by the COR, take immediate corrective action. Failure or refusal to comply promptly may be grounds for the Contracting Officer to invoke the appropriate contractual remedies. This may cause all or part of the work to be stopped immediately until satisfactory corrective action has been taken. L. OTHER REQUIREMENTS. 1) RRAD's normal working hours are Monday thru Thursday, 6:30 AM to 5:00 PM. All PM's and normal repairs will be scheduled to coincide within these hours. The COR may approve other hours to facilitate emergency repairs, GRAB activations for testing, or working around User's hours and they shall be worked at no additional expense to the Government. 2) The Contractor shall be responsible for maintaining a clean worksite and disposing of all refuse during contract performance. M. Training requirements: 1) All contractor personnel must complete the listed Antiterrorism level I Awareness and locally developed iWATCH training within the first thirty (30) days of contract award and annually thereafter. a. Antiterrorism Level I awareness - Sign-on through the Joint knowledge Web site: https://jkodirect.jten.mil. b. Search and enroll in course # JS-US007 c. Those without a CAC have a specific link for Non CAC holders, use this link, once you start this training you must complete it or you will be required to redo the entire training. d. Print the certificate at the end of the training and sign it. Give a copy to your Contracting Officer Representative (COR) for their records. 2) Access to the iWATCH Slides: this training is required by all contractors having access to Red River Army Depot or buildings located within the Tex-America's center outside the RRAD boundary. a. RRAD internet site: https://redriver.army.mil. b. go to: Link to RRAD's Procurement (White box with red border) c. Bottom left side of page iWATCH in blue letters, use that link, print the slides, have employee's read and review then sign a roster that has printed name, organization, date of training and signature. d. Turn into COR (required annually) ATTACHMENT A - Description of Services (SCOPE) (5) GRAB Active Vehicle Barriers A. GRAB Quarterly Preventive Maintenance 1.1 Test and verify that all accessory safety detection equipment is working properly; 1.2 Test and verify that all safety warning equipment is working properly; 1.3 Apply high-grade lithium grease to all grease fittings; 1.4 Inspect net pits for wear, debris and uniformity; 1.5 Clean and remove net pads and remove all debris; to include an annual pressure washing 1.6 Test all barrier functions for proper use; 1.7 Check proximity switches; 1.8 Inspect the net for wear or possible damages; 1.9 Inspect the net encasements for wear or possible damage; 1.10 Inspect anchor stanchions for possible damage or excessive wear; 1.11 Test all functions of all operator stations and main panel; 1.12 Check BCP fan and thermostat operation; 1.13 Inspect concrete foundations for settling; 1.14 Verify the net is properly tensioned; 1.15 Tighten nuts and bolts as necessary applying correct torque to all connecting bolts; 1.16 Inspect all ground anchors; 1.17 Check for rust-sand and identify areas that require touch up paint; 1.18 Inspect all electrical, control and operator panels for loose screws, buttons, and electrical components and tighten if necessary; and 1.19 Check all wire terminations and tighten as required. 1.20 If applicable, visually inspect the loop detectors for any breaks, cracks, or exposed wire. B. GRAB Annual Preventive Maintenance 2.1 Perform all tasks listed above in the quarterly maintenance checklist; 2.2 Replace shear pins with authorized pins (requires removal of existing shear pins, installation of new shear pins, tensioning turnbuckles, and verification of net tension per Maintenance Manual). 2.3 Parts Identified above in the quarterly maintenance checklist will be replaced/repaired as needed during the quarterly PM at no additional expense as part of CLIN 1. (11) Drop Arms A. Quarterly and Annual Preventive Maintenance 1.1 Inspect all components for proper shock absorption; 1.2 Inspect exterior of cabinet and housing for damage; 1.3 Check drop arm for damage or excessive wear; 1.4 Confirm that the Drop Arm operates smoothly during the raise and lower cycle. Adjust speeds as desired. 1.5 Remove Drop Arm inspection plates and check for dirt build up in the bottom of the frame. 1.6 Tighten fittings and clean debris as necessary. 1.7 Check all control functions for complete operation of all features. 1.8 Perform minor greasing as needed on necessary system components; 1.9 Check all electrical connections and wire terminations and tighten as required; 1.10 Verify all functions of the Drop arm are working properly and the arm is parallel to the roadway in the DOWN position; 1.11 Verify all LEDs are working properly. 1.12 Tighten any nuts, bolts, or loose mechanical components as necessary; 1.13 Clean and inspect for chipped or rusted components; 1.14 Check pins for excessive wear or damage; 1.15 Examine the frame for dirt buildup; 1.16 Tighten any loose bolts; 1.17 Inspect the condition of the Drop Arm paint surface; 1.18 Inspect the pendulum support for any damage or excessive wear;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5214dee668a32d52901b8b001512b5cb)
 
Place of Performance
Address: RED RIVER ARMY DEPOT, TEXARKANA, Texas, 75507, United States
Zip Code: 75507
 
Record
SN05054637-W 20180826/180824230756-5214dee668a32d52901b8b001512b5cb (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

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