CARBON DIOXIDE (CO2) GAS FOR VARIOUS ARMY SWIMMING POOLS
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: CARBON DIOXIDE (CO2) GAS FOR VARIOUS ARMY SWIMMING POOLS
Classification Code: 68 - Chemicals & chemical products
Solicitation Number: W912CN-18-X-XXX5
Contact:
Description:
Army Contracting Command, CSBs
413th CSB (W912CN) RCO Hawaii
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. W912CN-18-X-XXX5 is issued as an invitation to request for quotation (RFQ). The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. Set Aside: Unrestricted
NAICS Code: 325120 - Industrial Gas Manufacturing
The Government is soliciting a single award, 5-year Blanket Purchase Agreement (BPA) for as-needed ordering of carbon dioxide (CO2) gas for four
Ordering Period 1:
Ordering Period 2:
Ordering Period 3:
Ordering Period 4:
Ordering Period 5:
Estimated usage per ordering period/year: 50,000 lbs.
Place of delivery, acceptance, and FOB point:
1.
2.
3.
4.
The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The offeror shall fill out the unit prices for all years in the attached Excel spreadsheet.
EVALUATION OF OFFERS
The Government will make an award, resulting from this solicitation, to the responsible offeror whose offer conforms to the solicitation and is lowest priced. The Government will evaluate offers for award purposes by adding the total price for all five ordering periods/years.
Offerors to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (
(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) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(3) 52.233-3, Protest After Award (
(4) 52.233-4, Applicable Law for Breach of Contract Claim (
(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 (
____ (2) 52.203-13,
____ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (
_X__ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (
___ (5) [Reserved]
___ (6) 52.204-14, Service Contract Reporting Requirements (
___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (
_X__ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (
____ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (
____ (10) [Reserved]
____ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (
____ (ii) Alternate I (
____ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (
____ (ii) Alternate I (
____ (13) [Reserved]
____ (14) (I) 52.219-6, Notice of Total Small Business Set-Aside (
____ (ii) Alternate I (NOV 2011).
____ (iii) Alternate II (NOV 2011).
____ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (16) 52.219-8, Utilization of Small Business Concerns (
____ (17)(i) 52.219-9, Small Business Subcontracting Plan (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (v) Alternate IV (
____ (18) 52.219-13, Notice of Set-Aside of Orders (
____ (19) 52.219-14, Limitations on Subcontracting (
____ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (
____ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (
____ (22) 52.219-28, Post Award Small Business Program Representation (
____ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (
____ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (
__X__ (25) 52.222-3, Convict Labor (
_X___ (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (
_X__ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
__X_ (28) 52.222-26, Equal Opportunity (
__X__ (29) 52.222-35, Equal Opportunity for Veterans (
__X__ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (
_X___ (31) 52.222-37, Employment Reports on Veterans (
____ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
__X___ (33)(i) 52.222-50, Combating Trafficking in Persons (
____ (ii) Alternate I (
____ (34) 52.222-54, Employment Eligibility Verification (
____ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for
____ (ii) Alternate I (
____ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (June, 2016) (E.O. 13693).
____ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (June, 2016) (E.O. 13693).
____ (38) (i) 52.223-13, Acquisition of EPEAT(R) Registered Imaging Equipment (
____ (ii) Alternate I (
____ (39)(i) 52.223-14, Acquisition of EPEAT(R) Registered Televisions (
____ (ii) Alternate I (
____ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (
____ (41)(i) 52.223-16, Acquisition of EPEAT[supreg]-Registered Personal Computer Products (
____ (ii) Alternate I (
__X__ (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (
____ (43) 52.223-20, Aerosols (June, 2016) (E.O. 13693).
____ (44) 52.223-21, Foams (June, 2016) (E.O. 13693).
____ (45)(i) 52.224-3, Privacy Training (
____ (ii) Alternate I (
____ (46) 52.225-1, Buy American'upplies (
____ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (
____ (ii) Alternate I (
____ (iii) Alternate II (
____ (iv) Alternate III (
____ (48) 52.225-5, Trade Agreements (
__X__ (49) 52.225-13, Restrictions on Certain Foreign Purchases (
____ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
____ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (
____ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (
____ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (
____ (54) 52.232-30, Installment Payments for Commercial Items (
_____(55) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (
____ (56) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (
____ (57) 52.232-36, Payment by Third Party (
____ (58) 52.239-1, Privacy or Security Safeguards (
____ (59) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)).
____ (60)(i) 52.247-64, Preference for Privately Owned
____ (ii) Alternate I (
(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) 52.222-17,
____ (2) 52.222-41, Service Contract Labor Standards (
____ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (
____ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) (
_____ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (
_____ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
_____ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
_____ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (
_____ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (
_____ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (
_____ (11) 52.237-11, Accepting and Dispensing of
(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
(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,
(ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (
(iii) 52.219-8, Utilization of Small Business Concerns (
(iv) 52.222-17,
(v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(vi) 52.222-26, Equal Opportunity (
(vii) 52.222-35, Equal Opportunity for Veterans (
(viii) 52.222-36, Equal Opportunity for Workers with Disabilities (
(ix) 52.222-37, Employment Reports on Veterans (
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (
(xii) _____ (A) 52.222-50, Combating Trafficking in Persons (
_____ (B) Alternate I (
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for
Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
(xvii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
(xiv) 52.222-54, Employment Eligibility Verification (
(xv)52.222-55, Minimum Wages Under Executive Order 13658 (
(xvi) (A) 52.224-3, Privacy Training (
(B) Alternate I (
(xvii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (
(xviii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
(xix) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(xx) 52.247-64, Preference for Privately-Owned
(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.
Installation Specific Requirements
1. GENERAL ENVIRONMENTAL STANDARDS
(a) While performing work on any US Army Garrison,
(1) Reduce energy consumption
(2) Reduce greenhouse gas emissions
(3) Conserve and protect water resources
(4) Eliminate waste, recycle, and prevent pollution
(5) Adopt sustainable technologies
(6) Procure environmentally preferable materials, products and services
(7) Maintain sustainable buildings
(8) Strengthen livability of the local community
(9) Inform and involve personnel in the achievement of these goals
(b) The Contractor shall comply with the Government directives, permit conditions, installation policies and plans as administered by the Government. The Contractor shall be held liable to pay for any environmental fines resulting from its operations, waste generated or other operational environmental requirements. As applicable, the Contractor shall obtain environmental permits required for wastewater pretreatment, underground tanks, hazardous waste identification numbers, air pollution permit for temporary sources, storm water permits or other pertinent environmental permits.
(c) The Contractor shall review and comply with applicable policies, program documents and regulatory requirements as stipulated under each environmental program media below.
(1) Environmental program documents include, but are not limited to; the Installation Hazardous Waste Management Plan - USAG-HI Regulation 200-4, Asbestos Management Plan, Lead-based Paint Management Plan, Installation Spill Prevention, Control, and Countermeasures (SPCC) Plan, Integrated Natural Resources Management Plan, Integrated Cultural Resources Management Plan, Pollution Prevention Plan, and the Storm Water Pollution Prevention Plan available at the DPW Environmental Division. Environmental program documents can be downloaded from the installation sustainability and environmental management website at: http://www.garrison.hawaii.army.mil/sustainability/Environmental.aspx.
(2) Installation policies include, but are not limited to; the Environmental Compliance and Protection Program Policy Memorandum USAG-HI-4; Environmental Policy Memorandum USAG-HI-10; Authorized Use List Policy Memorandum USAG-HI-19, Waste Reduction and Recycling Policy Memorandum USAG-HI-25; Open Burn Policy Memorandum USAG-HI-51; Generator Control Policy Memorandum USAG-HI-55; Illicit Discharge Detection and Elimination Policy Memorandum USAG-HI-59; and the Joint USARPAC and IMCOM-Pacific Energy Conservation Policy Guidance. Installation Policy Memorandums are available for download at: http://www.garrison.hawaii.army.mil/command/documents.htm
(3) The Contractor is also encouraged to view the online
(d) The Contractor shall at all times keep the work area, including storage areas used, free from accumulations of waste material or rubbish and prior to completion of the work remove any rubbish from the premises and all tools, scaffolding, equipment and materials not the property of the Government. Upon completion of the work, the Contractor shall leave the work and premises in a clean, neat and workmanlike condition satisfactory to the Contracting Officer. If debris is not disposed of properly or the site is not left clean, the Government will clean the site at the expense of the Contractor. The Contractor shall also be held liable for damages done to the environment as a result of disposal and/or cleanup.
(e) The Contractor may be subject to unannounced Environmental Compliance Inspections by the DPW Environmental Division.
(f) Environmental and Safety Noncompliance Fees. The Contractor shall be solely responsible for remedying all Federal, State and local environmental and safety violations or noncompliance and any payment of fines, penalties and fees levied as a result of the violations or noncompliance. The Government reserves the right to withhold payment in the amount of the fines, penalties and fees levied if not paid by the Contractor.
2. ASBESTOS
(a) Asbestos is present in many facilities in USAG-HI. If work under this contract involves renovation or demolition of a facility, a project-specific asbestos survey must be completed prior to beginning renovation or demolition work in accordance with Army Regulation 200-1 Ch. 9-2 (b) and 40 CFR 61.140-156 and all other applicable State and Federal laws and regulations.
(b) If asbestos-containing materials (ACM) are identified in the facility to be renovated or demolished, the Contractor shall abate the ACM prior to beginning renovation or demolition work. Abatement work shall be conducted in accordance with Army Regulation 200-1 Ch. 9-2 (b) and 40 CFR 61.140-156 and all other applicable State and Federal laws and regulations.
(c) The Contractor shall notify the
(d) The Contractor shall be responsible for all other applicable notifications, reporting, training and certifications as required by State and Federal laws and regulations.
(e) The Contractor shall handle and dispose of ACM in accordance with all applicable State and Federal laws and regulations.
3. EMERGENCY PLANNING COMMUNITY RIGHT TO KNOW ACT (EPCRA) HAZARDOUS SUBSTANCES (HS)
(a) Contractors using EPCRA HS in the performance of any work while on USAG-HI installations are responsible for complying with the provisions of EPCRA regulations and submitting applicable reports (TIER II/TRI) to Federal and State regulatory agencies as applicable.
(b) Copies of reports for substances used in connection with work performed on USAG-HI installations shall be provided to the DPW Environmental Division, Attention: EPCRA Program Manager, STOP 253, 3rd Floor,
(c) Chemicals regulated under EPCRA HS are defined in
(d) The Contractor is responsible for knowing which chemicals it uses or transports that are contained on the list. For convenience, the Contractor may review a copy of the
(e) The Contractor shall maintain copies of Material Safety Data Sheets (MSDS's) of all chemicals used in the performance of any work while on USAG-HI installations. MSDSs must be readily available at the site location where the work is being performed.
(f) The Contractor may request the list and locations of EPCRA HS currently utilized on USAG-HI installations by contacting the DPW Environmental Division EPCRA Program Manager. The Contractor must provide name, company, contract number, date the contract was awarded and provide a description of the contract. A database of locations of chemicals will then be forwarded upon review and approval of request. Contractors working on USAG-HI installations are encouraged to review this database, which will provide information where potentially hazardous chemicals are stored.
(g) All spills of substances containing EPCRA HS shall be immediately reported to the
(h) All Contractors utilizing substances containing EPCRA HS shall perform the following prior to contract start.
(1) Review the Installation Spill Prevention, Control, and Countermeasures (SPCC) Plan and the Installation Hazardous Waste Management Plan - USAG-HI Regulation 200-4 available at the DPW Environmental Division or from the installation sustainability and environmental management website at: http://www.garrison.hawaii.army.mil/sustainability/Environmental.aspx. Upon review, the Contractor or designated responsible employee shall sign a certification statement that they have reviewed and understand the contents of these documents.
(2) Provide a listing and MSDS copies of oil and Hazardous Substance (HS) products projected to be utilized in the performance of any work while on USAG-HI installations to the DPW Environmental Division. The estimated average and maximum quantities of each material anticipated to be on-site at any given time shall also be provided to the DPW Environmental Division EPCRA Program Manager, STOP 253, 3rd Floor,
(3) Provide the name, office phone number, and cellular phone number of a company spill response point of contact. The point of contact shall be trained in spill response.
(4) Provide a copy of an agreement with a hazardous materials spill response company in the event of a spill.
(5) Provide copies of employees training certificates on environmental and spill response training.
(6) Appoint a primary and alternate Environmental Compliance Officer in writing.
(7) Develop a notification procedure in the event of a spill to include phone numbers of response personnel, support agencies, National Response Center, State Hazard Evaluation Emergency Response Office and Civil Defense.
(8) Accomplish all spill notifications as required by the
(9) All spills caused by the Contractor shall be cleaned up under supervision of the Contractor and a qualified hazardous materials spill response company, at no cost to the Government, in accordance with all applicable laws and regulations and to the satisfaction of the DPW Environmental Division.
(10) The Contractor shall pay for disposal cost of all contaminated materials to include but not limited to soil, sorbent materials, disposable equipment and other materials contaminated by the spill. Ensure all disposals are in accordance with all applicable laws and regulations at authorized disposal facilities.
4. SPILLS OF PETROLEUM/OIL/LUBRICANTS OR HAZARDOUS MATERIALS/HAZARDOUS WASTE
(a) The Contractor shall prepare and maintain a site-specific spill plan, including notification procedures for spills/releases. The spill plan shall include phone numbers of response personnel, support agencies, National Response Center, State Hazard Evaluation Emergency Response Office and Civil Defense. The Contractor shall provide a copy of the spill plan to DPW Environmental Division upon request.
(b) The Contractor shall provide immediate response to stop, contain, and clean-up all spills of oil and other hazardous substances that result from its performance under this contract.
(c) The Contractor shall report all spills immediately to the DPW Spill Response line at (808) 656-1111 in accordance with the Installation SPCC Plan. Additionally, the Contractor shall notify the COR of the incident during normal business hours or the first business hour following the incident.
(d) The Contractor shall accomplish all spill notifications and written spill reports as required by the
(e) The Contractor shall provide a copy of spill notifications and written reports to the DPW Environmental Division.
(f) All spills caused by the Contractor shall be cleaned up under the supervision of the Contractor and/or a qualified hazardous waste/materials spill response company, at no cost to the Government, in accordance with all applicable laws and regulations and to the satisfaction of the DPW Environmental Division. If cleanup is not accomplished in a timely fashion, or to the satisfaction of the DPW Environmental Division, the Government will assist with the final cleanup, and the Contractor shall provide appropriate reimbursement of cleanup costs.
(g) The Contractor shall pay for all clean up, management, and disposal cost of all contaminated materials to include but not limited to soil, sorbent materials, disposable equipment and other materials contaminated by the spill. The Contractor shall ensure waste disposal is accomplished in accordance with all applicable laws and regulations and at authorized/permitted treatment and disposal facilities.
(h) The Contractor shall pay any fines or penalty charges associated with a citation issued by federal, state or local officials as a result of the accident.
(i) Contractors handling bulk fuel shall be trained to do so, and mobile fuel operations shall be approved by the DPW Environmental Division.
(j) Off-Post Spills. The Contractor shall be responsible for and pay for cleanup of off-post spills in accordance with directions received from appropriate local authorities (e.g.,
(k) Discovery of other than Contractor-caused spills. The Contractor shall report any spills of hazardous materials to the DPW Spill Response line at (808) 656-1111 and to the COR upon discovery.
5. HAZARDOUS WASTE (HW) AND NON-REGULATED WASTE (NRW)
(a) The Contractor shall comply with the Environmental Compliance and Protection Program Policy Memorandum USAG-HI-4.
(b) The Contractor shall determine, based on generation of hazardous waste(s) resulting from their operation/activities their respective hazardous waste generator status. The Contractor is responsible to manage HW and NRW generated on-site from inception to disposal in accordance with all applicable, federal, state, and local regulations. All costs associated with disposal shall be borne by the Contractor.
6. REQUIRED INSURANCE
(a) The Contractor shall procure and maintain during the entire period of its performance under this contract the following minimum insurance:
! ! AMOUNT ! !
! TYPE ! PER PERSON ! PER ACCIDENT ! PROPERTY !
! Comprehensive General Liability: ! !
! Comprehensive Automobile Liability !
!
Workmen's
(b) Prior to the commencement of work, the Contractor shall furnish to the Contracting Officer a certificate or written statement of the above required insurance. The policies evidencing required insurance shall contain an endorsement to the effect that cancellation or any material change in the policies adversely affecting the interests of the Government in such insurance shall not be effective for such period as may be prescribed by the laws of the State in which this contract is to be performed and in no event less than thirty (30) days after written notice thereof to the Contracting Officer.
(c) The Contractor agrees to insert the substance of this clause, including this paragraph (c) in all subcontracts hereunder.
(d) It is the Contractor's responsibility to ensure the following changes are incorporated into their submitted Certificate of Insurance:
The contract number must appear in the body of the Certificate of Insurance.
The certificate holder name shall read:
Army Materiel Command
Regional Contracting Office,
413th CSB
The certificate shall be provided to the following address
Regional Contracting Office,
Contracting Operations Division
Bldg.108, 3rd Floor (
(e) For all Contractors using the ACORD form dated earlier than
7. AMC-LEVEL PROTEST PROGRAM
(a) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer. However, you can also protest to Headquarters, AMC.
(b) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO.
(c) The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. Send protests (other than protests to the Contracting Officer) to:
Headquarters
Rm: A6SE040.001
Fax: (256)450-8840
(d) The AMC-level protest procedures are found at: http://www.amc.army.mil/amc/commandcounsel.html. If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures.
8. ACCESS TO ARMY INSTALLATIONS - PERSONNEL and VEHICLES
(a) Commercial businesses shall possess and present a
(b) In order to obtain a Contractor IAP, the Contracting Officer's Representative (COR) must submit a signed and approved IAP application along with a personnel information sheet to the Installation Access Office. Printed proof of social security numbers are required to be presented with all substantiating documents to the IAP Office. After the office has processed the paperwork (typically two days), Contractor employees may pick up passes at the office. Contractor employees shall bring some form of identification with proof of his or her social security number.
(c) Vendors and Contractors with commercial vehicles who do business on Army installations on a regular basis can receive extended passes for individual and fleet vehicles, for periods stipulated by the COR/sponsor, by registering their vehicles at the IAP Office. Company "Multiple Operator" memorandums shall be presented to IAP personnel upon requesting a vehicle IAP.
(d) The Contractor shall provide to the COR the names and social security numbers of individuals requiring access in performance of the contract no later than 14 days prior to start of performance.
(e) The Contractor is responsible for assuring personnel required to access any installation in performance of the contract obtain the required identification. Costs for employees to travel to the Government location shall be borne by the Contractor. Failure to obtain the required identification will not relieve the Contractor from contract performance. The Contractor shall be responsible for the return of identification cards upon expiration of the contract or when an employee is no longer performing work under the contract.
(f) The Contractor shall provide a list of the names of all employees and subcontractor employees who will access any Army facility in the performance of this contract. The Contractor shall provide written documentation used to verify employees and subcontractor's employees compliance with FAR 52.222-54, Employment Eligibility Verification (clause that requires Contractor to do background check.) The Contractor shall provide written proof from the Immigration and Naturalization Service that all employees listed are approved for employment within the
(g) At any time Contractor employees are operating Contractor-owned vehicles on an Army Installation, they shall have in their possession a letter signed by a corporate officer authorizing the individual to drive the vehicle.
(h) The Contracting Officer and the Provost Marshal office shall be notified of any change in vehicles within three business days of the change.
(i) Lost vehicle passes shall be reported immediately in order to obtain new passes. All vehicle passes issued shall be returned to the Installation Access Office upon completion of the contract, termination of an employee or discontinued use of the registered vehicles.
(j) Failure to follow the procedures outlined above may result in delays in entering Army Installations. The Government is not responsible for any adverse impact on the Contractor or its operation as a result of delays due to the failure to register vehicles.
(k) Contractors operating vehicles on an Army post shall not use cell phones unless used with a hands-free device. This applies to ALL personnel driving privately-owned and Government vehicles on Army installations and housing areas. Failure to comply will result in the loss of on-post driving privileges:
First offense - 14 days
Second offense - 30 days
Third offense - 180 days
If caught driving while privileges are suspended, privileges may be further suspended for a 5-year period.
(l) The Provost Marshall has the authority to change the above procedures without notice. Contractors shall adhere to any change in security procedures.
9. DOD ANTITERRORISM (AT) AND OPERATIONAL SECURITY (OPSEC) STANDARDS
(a) Pursuant to
Detailed information on each of these items are stated below. Applicable items to this contract action are indicated below:
[ X ] 1. AT level I Training (general)
[ X ] 2. Access and general protection policy and procedures
[ ] 2a. For contractor requiring Common Access Card (CAC)
[ ] 2b. For contractor not eligible for CAC, but requires access to
[ ] 3. AT Awareness training for US based contractor personnel traveling overseas
[ X ] 4. iWatch training
[ ] 5. Army Training Certificate Tracking System (ATCTS) registration for contractor
[ ] 6. For contracts that require a formal OPSEC program
[ X ] 7. Requirement for OPSEC training
[ ] 8. Information assurance/information technology training
[ ] 9. Information assurance/information technology certification
[ ] 10. Contractor Authorized to Accompany the Force clause
[ ] 11. Contract requiring performance or delivery in a foreign county
[ ] 12. Handling/Access to Classified information
[ ] 13. Threat Awareness Reporting Program
1. AT Level I training. Required for Contractor employees with an area of performance within an Army controlled installation, facility or area. All Contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 7 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The Contractor shall submit certificates of completion for each affected Contractor employee and subcontractor employee, to the COR or to the Contracting Officer if a COR is not assigned, within five calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: http://jko.jten.mil
2. Access and general protection/security policy and procedures. Required for Contractor employees with an area of performance within an Army controlled installation, facility, or area. The Contractor and all associated sub-contractor employees shall provide all information required for background checks to meet installation access requirements to be accomplished by the installation
2a. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation
2b. For contractors that do not require CAC, but require access to a
3. AT Awareness Training for Contractor Personnel Traveling Overseas. Required for
4. iWATCH Training. Required for Contractor employees with an area of performance within an Army controlled installation, facility or area. The Contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. See also paragraph 25, iWatch Training.
5. Army Training Certification Tracking System (ATCTS) registration. Required for Contractor employees who require access to Government information systems. All Contractor employees with access to a Government Information System (IS) shall be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and shall successfully complete the DoD Information Assurance Awareness training prior to access to the
6. For contracts that require a formal OPSEC program. The Contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer. This plan shall include a process to identify critical information, where it is located, who is responsible for it, how to protect it and why it needs to be protected. The Contractor shall implement OPSEC measures as ordered by the commander. In addition, the Contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1.
7. For contracts that require OPSEC Training. Per AR 530-1 Operations Security, Contractor employees shall complete Level I OPSEC Awareness training. New employees shall be trained within 30 calendar days of their reporting for duty and annually thereafter.
8. For information assurance (IA)/information technology (IT) training. All Contractor employees and associated sub-contractor employees shall complete the DoD IA awareness training before issuance of network access and annually thereafter. All Contractor employees working IA/IT functions shall comply with
9. For information assurance (IA)/information technology (IT) certification. Per
10. For contractors authorized to accompany the force. DFARS Clause 252.225-7040, Contractor Personnel Authorized to Accompany
11. For contracts requiring performance or delivery in a foreign country. DFARS Clause 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outside the
12. For contracts that require handling or access to classified information. The Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified "Confidential", "Secret", or "Top Secret" and requires Contractors to comply with (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (
13. Threat Awareness Reporting Program. Required for all Contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), Contractor employees shall receive annual TARP training by a CI agent or other trainer as specified in 2-4b.
10. IWATCH TRAINING
(a) IWATCH within the Army is a nation-wide modern version of a neighborhood watch program focused on the threat of terrorist activity. It is an antiterrorism awareness program that the Contractor's workforce, while on Army installations, shall be familiar with to promote and enhance reporting suspicious activity or behavior. The program has two elements; "passive" and "active." The passive element is an individual's situational awareness of his or her surroundings. The active element of IWatch involves individuals taking action to report suspicious behavior or activities to law enforcement for more investigation.
(b) Contractor personnel, to include subcontractors, performing on or within an Army controlled facility, area or on an Army installation are required to brief and train their personnel on the iWatch program for that area, facility or installation. Training standards will be provided by the COR within 5 calendar days of contract award. Contractor personnel shall train all personnel within 30 days of award or within 30 days of a hiring action. The Contractor shall report training to the COR within 45 days of contract award or a hiring action.
11. ACCIDENT PREVENTION AND SAFETY REQUIREMENTS
(a) The Contractor is responsible for implementing standard commercial practices for accident prevention and safety practices and compliance with paragraph b of this clause when performing the requirements stipulated in the statement of work or performance work statement of this contract. Therefore, upon commencement of work, the Contractor shall initiate an accident prevention and safety program applicable to the work to be performed under this contract. Further, the Contractor shall conduct a safety orientation for all employees immediately following their employment under this contract. The Contractor shall provide all occupational health services to its employees. Contractor employees shall be instructed to notify the
(b) The Contractor shall comply with the requirements of the
(c) Government emergency vehicles and medical personnel may be used in emergency situations affecting Contractor personnel whose life may be in danger. Government facilities may be used in these instances as the first point of treatment. Transfer to other than Government medical treatment facilities shall be affected as soon as possible and as determined by attending medical authorities. Contractor employees and not the Government shall bear all medical expenses.
(d) The Federal OSHA (Public Law 91-596) requires the reporting of all occupational injuries and illnesses. This
(1) When required, the Government will prepare for the Contractor DD Form 689, Individual Sick Slip for presentation to the medical treatment facility.
(2) DA Form 285, "
(3) The Contracting Officer's Representative or authorized representative will investigate the accident and complete DA Form 285 within seven (7) calendar days, and forward the original and two (2) copies of the form through the Contracting Office to the Installation Safety Officer.
____________________________________________________________________
NOTICE OF QUESTION(S) SUBMISSION DEADLINE - Offerors are requested to review this solicitation and urged to submit questions regarding this solicitation to the Contracting Officer and Contract Specialist in writing via email ( mailto:[email protected] ; and mailto:[email protected] ) by 9/19/2018,
Phone: 808-656-1029
Contracting Office Address:
BLDG 108
_____________________________________________________________________
SUBMISSION OF OFFERS:
The Offeror shall submit a completed pricing spreadsheet. Offers will be accepted via email: mailto:[email protected]
Offers must be received at this email address In Box no later than 9/28/2018,
Offeror must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov
Link/URL: https://www.fbo.gov/notices/10fec54f5aa7c9a73511bd96aa7bd112
FEMA head says numbers relating to Puerto Rico hurricane death toll have been ‘all over the place’
Stryker Equipment SMA
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News