Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SOLICITATION NOTICE

F -- CARBON BED REGENERATION SERVICES

Notice Date
7/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562910 — Remediation Services
 
Contracting Office
ACC-RSA-LEAD - (SPS), ATTN: AMSAM-LE-KO, 1 Overcash Avenue, Bldg 2, Chambersburg, PA 17201-4152
 
ZIP Code
17201-4152
 
Solicitation Number
W911N2-12-T-0202
 
Response Due
8/6/2012
 
Archive Date
10/5/2012
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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. This is a Request for Quotation (RFQ) and the RFQ number for this procurement is W911N2-12-T-0202. This announcement will be issued as a combined synopsis/solicitation. This solicitation is an unrestricted RFQ. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the lowest price, technically acceptable. See Attachment II for the Performance Work Statement (PWS), and Performance Requirement Summary (PRS). The solicitation shall incorporate provisions and clauses that are in effect through Federal Acquisition Circular FAC 2005-51. The North American Industry Classification System (NAICS) code is 562910. The SB size standard for this code is 14 Million Dollars. Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform the regeneration and return the regenerated carbon media to Letterkenny Army Depot. The carbon media is contained in three (3) vapor phase carbon absorption units used at the Letterkenny Ground Water Treatment Plant (GWTP) as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The Contractor will handle, remove, transport, regenerate and return the carbon media to Letterkenny Army Depot as RCRA (Resource Conservation and Recovery Act) hazardous waste. All services will include the pickup, transport, regeneration and return of the above referenced item for Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. The following addenda is provided to this provision: Request for Quotation should be submitted and shall contain the following information: Solicitation Number; Time Specified for receipt of offers; Name; Address; Telephone Number of Offeror; Terms of the expressed warranty; Price, Payment terms, Any discount terms, F.O.B. destination, CAGE code, DUNS number, Tax ID number and acknowledgement of all solicitation amendments. Quotes must indicate quantity, unit price and total amount. Offerors that fail to furnish the required information, or reject the terms and conditions of the solicitation may be excluded from consideration. Offerors shall electronically complete FAR 52.212-3 Offeror Representation and Certification- Commercial Items at www.bpu.gov/orca FAR 52.204-7 Central Contractor Registration (APR 2008) FAR 52.204-9 Personal Identity Verification of Contracting Personnel (SEPT 2007) FAR 52.212-1 Instructions to Offerors -- Commercial Items (JUN 2008); FAR 52.212-3 Offerors Representations and Certifications-Commercial Items (APR 2011); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.219-1 Small Business Representations (APR 2011); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-22 Previous Contracts And Compliance Reports (FEB 1999); FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246); FAR 52.222-41 Service Contract Act of 1965 (NOV 2007); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (MAY 1989); FAR 52.222-50 Combating Trafficking in Persons (FEB 2009); FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); FAR 52.233-3 Protest after Award (Aug. 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 F.O.B Destination (NOV 1991); FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (JAN 2009); DFARS 252.212-7001 (Dev) Contract Terms and Conditions required to implement statutes or executive orders applicable to Defense Acquisitions of Commercial Items (MAR 2011); DFARS 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010); DFARS 252.232-7003 Electronic Submission of Payment Requests (Mar 2008)(10 U.S.C.); DFARS 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing Of Contract Modifications (Dec 1991); DFARS 252.247-7023 Transportation of Supplies by Sea (May 2002) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea (May 2002) Facsimile and email offers will be accepted. Point of contact for this solicitation is Kevin Duffy, 717-267-8938, FAX: 717-267-9834, e-mail kevin.duffy4@us.army.mil. IMPORTANT NOTICES: 1) RFQ submission must be in accordance with solicitation; 2) Offerors must be registered in the Central Contractor Registry to be eligible for award (Ref. DFARS 252.204-7004, Required Central contractor Registration); 3) All Amendments, if applicable, must be acknowledged; 4) Questions concerning this notice should be submitted in writing to the Point of Contact as indicated in this announcement; 5) Contractors who respond directly to ASFI will not be considered responsive. Electronic funds transfer (EFT) is the method of payment. This can be established through Wide Area Work Flow (WAWF). Please refer to clause L19 for WAWF information and training. See Attachment I. Response Time- Request for Quotation will be accepted at Letterkenny Army Depot, Chambersburg, PA 17201 not later than 10:00 A.M. Eastern Daylight Standard Time on 06 August 2012. All quotes must be marked with RFQ number and title, and include a completed signed and dated offer accompanied with a completed, signed and dated Compliance Form-Attachment I. Email quotes will be accepted. Attachment I 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Lowest Price, technically acceptable. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO FAR 52.212-2 Technical acceptability shall be based on a technical evaluation submitted in response to the Request for Quote. Each response shall include a signed and dated Compliance Form and sufficient information regarding the proposed methodology, process and cost to meet the operational performance contingent with the Performance Work Statement contained in Attachment II. Performance Work Statement Paragraph Reference requiring Compliance by ContractorComplyNon-ComplyNon-Compliance Justification and/or Alternative Offer Explanation (additional paper may be used for explanations limited by space) 1.1The Contractor will provide all labor, materials and equipment required to handle, remove, transport, regenerate and return spent carbon media to Letterkenny Army Depot. 1.2Spent carbon media will be removed in accordance with the manufacturers' recommendations and EPA mandates concerning the reactivation of spent carbon media. 1.2Spent carbon media will be removed in accordance with the specifications in this Performance Work Statement (PWS). 1.2Contractor will provide necessary virgin carbon for the carbon loss which will occur with the regeneration cycle. 1.2The Contractor will dispose of all residues and wastes generated from the entire regeneration process, transport the regenerated carbon media from the reactivation facility to LEAD and reload the reactivated media into the absorber units in accordance with manufacturers' recommendations and this PWS. 1.2All services will be performed in accordance with all appropriate Federal, State and Local regulations. 1.7.1The Contractor will provide a Contract Manager. This individual will be responsible for the overall management and coordination of this contract and will act as central point of contact with the Government. 5.2.1Proof of experience along with certificates of insurance for Sudden Spill and Environmental Impairment Liability will be submitted in writing as part of the bid to LEAD. All licenses and certificates of insurance must be current. Bids will not be accepted without this necessary paperwork 5.4.3Contractor and Laborer performing work will be fully versed in the hazards with the exchange of the carbon and will have taken a forty (40) hour Occupational Safety and Health Act (OSHA) approved hazardous waste and materials course or an eight (8) hour refresher course prior to making the exchange. Certificates of training will be submitted along with all bids to LEAD 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (MAY 2012) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (DEC 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ___ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within thirty (30) days. H2. INSURANCE (Fixed Price Contract) Pursuant to the requirements of the contract clause titled "Insurance-Work on a Government Installation", the contractor shall obtain and maintain at least the following kinds of insurance and minimum liability coverage during any period of contract performance: a. Workmen's Compensation and occupational disease coverage as required by law except that, if this contract is to be performed in a state which does not require or permit private insurance, then compliance with the statutory or administrative requirements in any such state will be satisfactory. The required Workmen's Compensation Insurance shall extend to cover employers' liability for accidental bodily injury or death and for occupational disease with a minimum liability limit of $100,000. b. Comprehensive General Liability Insurance in the minimum limit of $500,000 per occurrence for bodily injury liability. c. Comprehensive Automotive Liability Insurance with minimum limits of $200,000 per person and $500,000 per occurrence for bodily injury, and a minimum limit of $20,000 per occurrence for property damage. L16CONTRACTOR MANPOWER REPORTING REQUIREMENT "The office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site to capture all direct labor hours and direct labor dollars incurred by prime contractors and subcontractors required for performance of this contract. The prime contractor is required to provide the information addressed in the contractor user guide at the following web address: "https://contractormanpower.army.pentagon.mil." The required information includes Contract Number, Delivery or Task Order Number (if applicable), Direct Labor Hours, Direct Labor Dollars, Country, State, Zip Code, City or Installation of Service, Total Obligated Dollars, Total Invoiced Amount, Contractor Company Name, Contractor Point of Contact First and Last Name, Phone Number and Email Address. The Contractor agrees to include, and require inclusion of, this term in sub-contracts at any tier under this Contract (except to vendors providing goods and no services other than incidental services). NOTE: Subcontractors will not enter any contract level information, only location data to include direct labor hours, direct labor dollars and location where provided. While the Contracting Officer's Representative (COR) will normally establish the contract record at the above web address, the prime contractor may establish the record. UNIT IDENTIFICATION CODES WHICH APPLY TO LETTERKENNY ARMY DEPOT ARE AS FOLLOWS: W0H91Q Field Office IMMC W0L6AA USA Depot Letterkenny W39Z02 OSC LEAD Munitions W459AA USA TMDE L-19 INVOICING AND PAYMENT (WAWF) INSTRUCTIONS (October 2010) All requests for payment shall be submitted electronically through Wide Area Work Flow - Receipt and Acceptance (WAWF). Payment requests include receiving reports, invoice and vouchers. Hardcopy submission of receiving reports and invoices will no longer be accepted. The contractor shall ensure an Electronic Business point of contact is designated in the Central Contractor Registration at http://www.ccr.gov and register to use WAWF at https://wawf.eb.mil. Vendor training is available at http://www.wawftraining.com. Additional support can be obtained by calling the Army WAWF helpdesk at 1-877-232-9293 or http://www.dfas.mil/contractorpay/electroniccommerce/wawfvendortools.html. Select the invoice type within WAWF as specified below. Back up documentation (such as timesheets, company invoices and reports, etc.) can be included and attached to the submission via WAWF. Attachments created in any Microsoft Office product or Adobe Acrobat are attachable. Total limit for the size of files per invoice is 5 megabytes (MB). Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) at 1-800-756-4571. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire about the status of your payment. Types of WAWF Documents: _____ a. Supplies - The contractor is encouraged to use the Combination Invoice and Receiving Report (COMBO) for submitting invoices for supplies. This eliminates the need to separately process a receiving report and invoice. ______b. Receiving Report Only - If this option is selected, an Invoice Only Document must be submitted after Acceptance has occurred. __X___ c. Services (Firm Fixed Price) - Select "Invoice as 2-in-1" for firm fixed price services. ____ d. Services (Cost Type ) - Select Cost Voucher ( T&M-LH-Cost) _____ e. Commercial Item Financing _____ f. Construction Invoice _____ g. Invoice Only _____ h. Performance Based Payment _____ i. Progress Payment The following codes will be required to route your receiving reports, invoices and vouchers correctly through WAWF: Contract #: Delivery Order Number: CAGE Code: Pay Office DoDAAC: Issue by DoDAAC:W911N2 Admin DoDAAC: Inspect By DoDAAC: Acceptor DoDAAC: Ship to DoDAAC: (if different than Acceptor) Service Approver: (Used for Cost Vouchers Only) DCAA Office DoDAAC: (Used for Cost Vouchers Only) Contracting Officer:Major Andres Ramirez andres.ramirez@us.army.mil Send Additional Email Notifications. After submitting a document in WAWF, the contractor will be prompted to send additional e-mail notifications. Additional e-mails are to be sent to the following: (Specific Contract Specialist and COR/Technical Monitor e-mail address): Kevin Duffy, Contract SpecialistKevin.duffy4@us.army.mil L2. AMC-Level Protest Program 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. 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 General Accounting Office (GAO), 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. The AMC protest decision goal is resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in Federal Acquisition Regulation 33.103. Send protests (other than protests to the contracting officer) to: Protest to HQ, AMC shall be filed at: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Materiel Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 The AMC-level protest procedures are found at: www.amc.army.mil/amc/command_counsel/protestlink.htm If internet access is not available contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Clause) Attachment II PERFORMANCE WORK STATEMENT (PWS) FOR Carbon Bed Regeneration 1.0General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform the regenerate and return spent carbon media to Letterkenny Army Depot. Spent carbon media is contained in the three (3) vapor phase carbon absorption units used at the Letterkenny Ground Water Treatment Plant (GWTP) as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The contractor shall perform to the standards in this contract. The Contractor will handle, remove, transport, regenerate and return the spent carbon media to Letterkenny Army Depot as RCRA (Resource Conservation and Recovery Act) hazardous waste. 1.2 Background: The Contractor will adhere to established Environmental Protection Agency (EPA) standards for licensed hazardous waste transportation of spent carbon media. Spent carbon media will be transported from Letterkenny Army Depot (LEAD) to the reactivation facility. Spent carbon media will be removed in accordance with the manufacturers' recommendations and EPA mandates concerning the reactivation of spent carbon media. Spent carbon media will also be removed in accordance with the specifications in this Performance Work Statement (PWS). The Contractor will provide necessary virgin carbon for the carbon loss which will occur with the regeneration cycle. The Contractor will dispose of all residues and wastes generated from the entire regeneration process, transport the regenerated carbon media from the reactivation facility to LEAD and reload the reactivated media into the absorber units in accordance with manufacturers' recommendations and this PWS. All services will be performed in accordance with all appropriate Federal, State and Local regulations. Section 6.0 of this PWS is a list of pertinent regulations. This list is not all inclusive. The Contractor is ultimately responsible for compliance with all applicable regulations. Spent carbon media is generated principally by the adsorption of volatilized trichloroethylene and trans-1.2-dichloroethylene. Additional trace contaminants such as 1.1.1-trichloroethane, chloroform, 1.1-dichloroethene, Methylene chloride, tetrachloroethene and vinyl chloride may also be present. The presence of these spent solvents is the reason for handling this waste as a Resource Conservation Recovery Act (RCRA) listed hazardous waste # F001. The inlet air stream into the vapor phase carbon adsorption unit from air stripper #1 currently has a volatile organic compound (VOC) concentration range from four (4) to ten (10) parts per million (ppm). The inlet groundwater stream into the liquid phase carbon absorption unit from air strippers #2 currently has non-detectable levels of VOC's. Additional analyses, documentation, manifests and land disposal lad disposal restriction documents necessary for the contractor to comply with the provisions of this PWS and applicable Federal, State and Local regulations will be performed, supplied and prepared by the Contractor. 1.3 Period of Performance (PoP): The Period of Performance shall be one Base Year of twelve (12) months The Period of Performance reads as follows: 1.3.1 Base Year: 1 September 2012 to 31 August 2013. 1.4 General Information: 1.4.1 Quality Control (QC): The contractor shall develop and maintain an effective QC 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 QC program is the means by which it assures itself that its work complies with the requirements of the contract. As a minimum, the contractor shall develop QC procedures that address the areas identified in Technical Exhibit 1, Performance Requirements Summary. After acceptance of the QC Plan, the contractor shall obtain the KO's (KO) acceptance in writing of any proposed changes to its QC system. 1.4.2 Quality Assurance (QA): The Government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). 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 acceptable quality level(s) (defect rate(s)). 1.4.3 Vapor Phase Carbon: Each of these three (3) vapor phase carbon adsorption beds contains 10,000 pounds of carbon media having the following original characteristics. 1. Carbon Tetrachloride Activity Number, weight - 60% minimum 2. Iodine Number - not applicable 3. Real Density (He displacement)- 2.0 gm/cc. 4. Particle size (U.S. Sieve) Sieve & Size Retained +4 0-2 4/10 94-100 -10 0-5 1.4.4 Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.4.1 New Year's Day: January 1st 1.4.4.2 Martin Luther King, Jr.'s Birthday: Third Monday in January 1.4.4.3 President's Day: Third Monday in February 1.4.4.4 Memorial Day: Last Monday in May 1.4.4.5 Independence Day: July 4th 1.4.3.6 Labor Day: First Monday in September 1.4.4.7 Columbus Day: First Monday in October 1.4.4.8 Veteran's Day: November 11th 1.4.4.9 Thanksgiving Day: Third Thursday in November 1.4.4.10 Christmas Day: Third Thursday in December 1.4.5 Place and Performance of Services: The contractor shall provide services between the hours of 0700 AM and 1500 PM, except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at Letterkenny Ground Water Treatment Plant. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. Schedules for work will be approved by the Contracting Officer or the appointed Contracting Officer Representative and must reflect the Contractor's ability to have the work area prepared for Government business to be performed each workday. The Contractor's access to the worksite must be coordinated with the COR/TPOC. The Contractor will provide at least 24 hour notice before arrival. Lead will notify the Contractor on a demand basis when the carbon media from an absorber unit requires reactivation. The contract will then have a maximum of thirty (30) calendar days to provide services as described in the PWS. Once all services are rendered to the status of complete the contractor will provide the COR with an outline of services performed justifying the work that was done. 1.4.6 Security Requirements: 1.4.7. Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.8 Conservation of Utilities: The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.5 Special Qualifications: 1.5.1 Testing of the carbon will be performed by an analytical laboratory specializing in the testing of carbon and fully certified in the EPA/ASTM procedures for performance and waste determination testing of the carbon. LEAD will be provided with the name, address, telephone number, and point of contact of the analytical laboratory that will be performing the analytical tests specified in this PWS. 1.5.2 Certificate of Solid Waste Determination: A certificate of solid waste determination (non-hazardous waste) will be furnished the COR by the contractor if applicable. Such certificate will indicate those of specification carbon media or residues generated in the performance of the contract which are determined to be non-hazardous wastes. The certificate must show results of chemical or other analyses and any other data used as a basis for making this determination along with quantities of solid waste. The certificate of solid waste determination will be furnished the COR no later than 10 working days following the date of determination. 1.5.3 Certificate of Hazardous Waste Disposal: This is required for hazardous waste only. A certificate of disposal will be furnished the COR by the contractor whenever disposal actions have been completed. Such certificate must show analytical results and quantities of hazardous waste disposed of pursuant to the performance of this PWS. Such certificate must include the specific method, date, and location where the hazardous wastes were placed. The completed certificate will be furnished the COR no later than 10 working days following the completion date of disposal. 1.5.4 Certificate of Reactivation: A certificate of reactivation will be furnished to the COR by the contractor for each batch of reactivated carbon. The certificate will indicate the results of the test required to determine conformance with the specifications contained in Para. 5.3, Quality Assurance, for the original carbon. This certificate will serve as proof of the adsorbed organics destruction. The certificate of reactivation will be furnished the COR no later than 10 working days following reactivation. 1.6 Training: 1.6.1 All Contractor personnel performing work required by this contract will be trained as specified in 40 CFR, Part 264, Section 264.16, or 40 CFR Part 265, Section 265.16. Training records for Contractor personnel will be submitted to the COR at least five (5) work days prior to beginning spent carbon media removal operations. 1.7 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.7.1 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.7.2 Identification of Contractor Employees: All contact personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. A visitors badge will be provided by the Government to each Contractor employee upon arrival at the installation, and will be worn at all times on the outer garment during working hours. The Contractor will assure that all identification badges are turned into security upon completion of the contract or upon separation of any employee. 1.7.3 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 2.0 Definitions and Acronyms 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 REACTIVATION: The process used to remove contaminants from the spent carbon media thereby rendering the media as effective for its originally intended use at the LEAD facility as it was upon initial installation. 2.1.12 SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.13 WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.14 WORK WEEK. Monday through Friday, unless specified otherwise. ACC-RSA-LEAD SOP C-01-2012 Performance Work Statements 2.2 ACRONYMS: AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation GWTP Ground Water Treatment Plant KO Contracting Officer LEAD Letterkenny Army Depot OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program RCRA Resource Conservation and Recovery Act TE Technical Exhibit TPOC Technical Point of Contact 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the facilities, equipment, materials, and/or services listed below: 3.1 Facilities: This Performance Work Statement (PWS) pertains to regeneration of three (3) vapor phase carbon adsorption units which are utilized at the Groundwater Treatment Plant (GWTP) at Letterkenny Army Depot. The vapor phase carbon adsorption units are used for off gas volatile organic removal for the air stream effluent from the first air stripping tower. 3.2 Utilities: All utilities in the facility will be available for the contactor's use in the performance of this contract. 4.0 Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1 Equipment: All equipment needed to perform all requirements according to the PWS will be furnished by the Contractor to complete all tasks needed according to Paragraph 5.5- 5.5.3. 4.2 Materials: Any materials needed, will be provided by the contractor for the Carbon Regeneration Exchange and the labor will be in accordance to the PWS Paragraphs 5.3-5.7. 4.3 Services: All transportation services shall be done by the Contractor to take the Carbon Regeneration to the proper sites as specified in the PWS Paragraph 5.2. 4.4 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. No clearance is needed to perform this activity. 5.0 Requirements: The contractor will: 5.1 Prior to Transportation: 5.1.1 At least five (5) workdays prior to transporting the spent carbon media, the Contractor is to provide in writing to the COR the names, addresses, telephone numbers, and EPA identification numbers (see 40 CFR Part 262, Subpart A, Section 262.12, and 25 PA Code, Article VII, Sector 262a.12 of the licensed transporter(s) who will transport the spent carbon media and the licensed treatment or disposal facility(ies) that will receive, regenerate, and handle the spent carbon media and hazardous waste residues there from. If the transporter and/or facility so named differs from that proposed for use by the Contractor with his proposal, the Government must approve the transporter and/or facility prior to the Contractor's transporting the spent carbon media. 5.1.2 At least five (5) working days prior to transporting the spent carbon media, the Contractor is required to submit in writing to the COR authorization from the hazardous waste treatment and disposal facility(ies) that will handle, receive, and regenerate the spent carbon media, and any residues generated there from. This authorization will clearly indicate that the facility(ies) is properly permitted by the appropriate State and Federal Agencies, that the facility(ies) is capable, has adequate capacity and is willing to accept the spent carbon media for regeneration and the hazardous waste residues generated there from. 5.1.3 The Contractor will provide and prepare all hazardous waste manifests and land disposal restriction documents and assure that the manifests are routed in accordance with 25 PA Code, Article VII, Chapter 262a, Subchapter B for all shipments of the spent carbon media pertaining to this PWS. The Contractor will ensure that LEAD receives a hazardous waste manifest at least five (5) days prior to transportation of the spent carbon media. 5.1.4 In accordance with 25 PA Code, Article VII, Chapter 262a, Subchapter 8 the Contractor will properly label, mark, date and placard all containers and vehicles that will transport the spent carbon media as hazardous waste. 5.2 TRANSPORTATION SERVICES: 5.2.1 Hauling of spent carbon will be by an EPA licensed and insured hazardous waste transporter. Proof of experience along with certificates of insurance for Sudden Spill and Environmental Impairment Liability will be submitted in writing as part of the bid to LEAD. All licenses and certificates of insurance must be current. Bids will not be accepted without this necessary paperwork. 5.2.2 All spent carbon media will be transported from LEAD to a processed treatment and disposal facility(ies) in accordance with 40 CFR 263a and 25 Pennsylvania Code, Chapter 263a. The Contractor will be responsible for any spills that occur during transportation of these materials and wastes from LEAD to the licensed treatment and disposal facility(ies). The hazardous waste manifests will be completed and routed in accordance with 25 PA Code, Article VII, Chapter 263a, Subchapter B. 5.2.3 All regenerated carbon media will be transported from the licensed treatment and disposal facility(ies) to LEAD. The Contractor will be responsible for any spills that occur during the transportation of this material from the licensed treatment and disposal facility(ies) to LEAD. 5.3 CARBON EXCHANGE: 5.3.1The spent carbon media will either be loaded from the carbon absorption units within the LEAD GWTP vicinity into a suitable vehicle for transportation to the licensed treatment and disposal facility(ies), or the entire carbon absorption unit may be loaded into suitable vehicle for transportation to this facility. 5.3.2 Reactivated Carbon will either be loaded into the carbon absorption units in the LEAD GWTP vicinity or at the licensed treatment and disposal facility(ies) depending upon which method the Contractor prefers. 5.3.3The Contractor will provide all necessary equipment, labor, and material to load and unload the spent and regenerated carbon media at LEAD or at the licensed treatment and disposal facility(ies). This includes having the proper equipment to remove items on and off trucks without the help of government personnel. 5.4 CARBON EXCHANGE LABOR: 5.4.1 Labor to make the exchange must be proficient in performing carbon exchanges as to maintain satisfactory absorber performance and Groundwater Treatment Plant (GWTP) system. 5.4.2 Contractor and Laborer performing work will have performed similar exchanges within the last calendar year so as to be familiar with the procedure. 5.4.3 Contractor and Laborer performing work will be fully versed in the hazards with the exchange of the carbon and will have taken a forty (40) hour Occupational Safety and Health Act (OSHA) approved hazardous waste and materials course or an eight (8) hour refresher course prior to making the exchange. Certificates of training will be submitted along with all bids to LEAD. 5.4.4 Contractor will provide all necessary equipment, labor and equipment to perform carbon exchanges in accordance with manufacturer's recommendations. 5.5 CONFORMITY WITH EQUIPMENT AND SPIRIT OF SYSTEM: 5.5.1 Exchange of the Carbon will be by trained and certified personnel in order to maintain the Groundwater Treatment Plant (GWTP) system integrity, operations, and performance. 5.5.2 Personnel doing the exchange of the carbon will have exchanged carbon on a similar unit within the last one year period. 5.5.3 The Contractor will, in performance of the terms of this PWS, be responsible for the satisfactory performance of the exchanged carbon media. 5.6 REACTIVATION SERVICES: 5.6.1 Reactivation will be conducted at a facility fully and currently permitted under a state approved or federal RCRA program for the performance of any and all work required by this contract. 5.6.2 The reactivation facility will carry Sudden Spills and Environmental Impairment Liability Insurance in the amount of $2 million. Proof of current coverage will be submitted as part of bid accepted by LEAD. Bids will not be accepted without this necessary paperwork. 5.6.3 Carbon can either be reactivated for dedicated operations, i.e all carbon reactivated from the GWTP facility will be returned for the sole use at the GWTP facility; or Carbon can be reactivated under a pooled concept, i.e. the spent carbon from the GWTP facility is mixed with other facilities carbon, and this pooled batch of spent carbon is then reactivated: or Virgin carbon can be supplied for each batch of spent carbon, i.e. the spent carbon from the GWTP facility is not returned to LEAD but instead virgin carbon is returned for use at the GWTP. 5.6.4 All make-up for carbon lost during the reactivation process will be replaced with virgin grade carbon meeting or exceeding the original carbon specifications listed in Quality Assurance. The virgin grade carbon makeup supplied by the contractor should be at current market pricing. 5.6.5 Each batch of carbon will be tested after the reactivation process to prove conformance of the reactivated carbon to the standards in this PWS. The analytical results of this testing must be forwarded to LEAD for approval prior to transportation of this reactivated carbon to LEAD. Reactivated carbon not performing to criteria listed in Para. 1.4.3, Quality Assurance, will not be accepted by LEAD, and the Contractor will be required to supply LEAD with virgin carbon for this nonconforming batch of reactivated carbon at the expense of the Contractor. This requirement is most important if the Contractor plans to use the pooled concept of carbon regeneration. 5.6.6 The Contractor will supply virgin carbon for the carbon loss which will occur with each regeneration cycle. The Contractor will provide the percentage of makeup virgin carbon with each batch which is reactivated. This information will be forwarded to LEAD for approval with the analytical data referenced above in paragraph 5.6.5 above. The maximum carbon loss which is allowed is 10%. Any carbon loss greater than 10% will be the responsibility of the Contractor (i.e. if the carbon loss is shown to be 15% the Contractor is responsible for makeup of the extra 5% carbon loss), at the Contractor's expense. The virgin carbon or makeup used in the regeneration process can be between 10% - 75% of the 8000 pounds required in the 10,000 pound carbon bed container. The minimum and maximum amount of virgin carbon may vary between 800 to 6000 pounds. Any costs of carbon above the stated 10% will be an added amount and invoiced as a separate line item. 5.6.7 The reactivation facility will analyze any carbon to be disposed of from the regeneration process for hazardous waste determination. The results of this analysis along with the reactivation facilities hazardous waste determination will be provided to LEAD in accordance with paragraph 1.5. Certificates of disposal for this waste will be presented to LEAD in accordance with paragraph 1.5 5.6.8 The reactivation facility will analyze any residues generated from the reactivation process for hazardous waste determination. The results of this analysis along with the reactivation facilities hazardous waste determination will be provided to LEAD in accordance with paragraph 1.5. Certificates of disposal for any residues will be presented to LEAD in accordance with paragraph 1.5 5.6.9 A certificate of reactivation will be supplied for each reactivated carbon batch in accordance with paragraph 1.5.The certificate will include results of the analytical tests to determine conformance with the specifications for the original carbon provided in paragraph 1.4.3, Quality Assurance. This certificate will serve as proof to LEAD of the absorbed organics destruction. 5.7 TREATMENT OR DISPOSAL: 5.7.1 The spent carbon media and hazardous waste generated there from will be treated and disposed of by a licensed hazardous waste treatment or disposal facility in accordance with 25 PA Code, Chapter.264a, or Chapter.265a as applicable. Manifests will be completed and routed in accordance with 25 PA Code, Chapter 262a.20 or Chapter 265a.71, as applicable. The Contractor is the generator of any spent carbon and hazardous waste generated there from. 5.8 CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, KO, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 6.0 Applicable Publications: Publications applicable to this PWS are listed below: Publication (Chapter/ Page)Date of PublicationMandatory or AdvisoryWebsite NFPA 70- National Electric Code2011Mandatoryhttp://www.nfpa.org/aboutthecodes/AboutTheCodes.asp?DocNum=70 OSHA Part 19102010Advisoryhttp://www.osha.gov/pls/oshaweb/owastand.display_standard_group?p_toc_level=1&p_part_number=1910 Lead-P 385-4 Safety2011Mandatoryhttps://sharepoint.lead.army.mil/command/Lead%20Publications/385-4.pdf Title 25 PA Code Environmental Resources Chapter 260-2702009Mandatoryhttp://www.pacode.com/secure/data/025/chapter260a/chap260atoc.html 40 Code of Federal Regulations (CFR)2012Advisoryhttp://www.epa.gov/lawsregs/search/40cfr.html 40 CFR, Part 260, Hazardous Waste Management System 1983Mandatoryhttp://www.wbdg.org/ccb/EPA/40cfr260.pdf 40 CFR, Part 261, Identification and Listing of Hazardous Waste 2003Mandatoryhttp://www.access.gpo.gov/nara/cfr/waisidx_03/40cfr261_03.html 40 CFR, Part 262, Standards Applicable to Generators of Hazardous Waste 2012 Mandatoryhttp://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&rgn=div5&view=text&node=40:25.0.1.1.3&idno=40 40 CFR, Part 263, Standards Applicable to Transporters of Hazardous Waste 2005Mandatoryhttp://www.wbdg.org/ccb/EPA/40cfr263.pdf 40 CFR, Part 264, Standards of Owners and Operators of Hazardous Waste Treatment, Storage and Disposal Facilities 1980Mandatoryhttp://www.wbdg.org/ccb/EPA/40cfr264.pdf 40 CFR, Part 265, Interim Status Standards for Owner and Operators of Hazardous Waste Treatment, Storage and Disposal Facilities 2012 Mandatoryhttp://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&tpl=/ecfrbrowse/Title40/40cfrv25_02.tpl TECHNICAL EXHIBIT 1 Performance Requirements Summary This Performance Requirements Summary includes performance standards. The Government will use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). PWS ParagraphTaskPerformance StandardAcceptable Quality Levels (AQL) Surveillance Method/ By Whom PWS Paragraph 1.1 Contractor will provide all labor, materials and equipment required to handle, remove, transport, regenerate and return spent carbon media to Letterkenny Army Depot. Exchange of the Carbon will be by trained and certified personnel in order to maintain the Groundwater Treatment Plant (GWTP) system integrity, operations, and performance. 100% Compliance Random Surveillance, Customer Complaint PWS Paragraph 1.2 Spent carbon media will be removed, transported, regenerated and returned to Letterkenny Army Depot in accordance with the manufacturers' recommendations, EPA mandates and as specified within the Performance Work Statement (PWS). A certificate of reactivation will be supplied for each reactivated carbon batch, the certificate will include results of the analytical tests to determine conformance with the Performance Work Statement. 100% Compliance Random Surveillance, Customer Complaint PWS Paragraph 5.6.6The Contractor will provide necessary virgin carbon for the carbon loss which will occur with the regeneration cycle. Virgin carbon supplied to make up for carbon loss due to regeneration will meet or exceeding the original carbon specifications listed within the Performance Work Statement.100% ComplianceRandom Surveillance TECHNICAL EXHIBIT 2 Deliverables Schedule DeliverableFrequencyNumber of CopiesMedium/ FormatSubmit To 1.7.1- Contract Managers InfoOnce3Electronic SubmissionKO, Specialist, COR 4.1.1- Equipment List Once 2 With Solicitation KO/ Specialist 1.5.1 &1.7.2 & 5.1- Contract Employees ListSemi-Annually3Electronic SubmissionKO, Specialist, COR 1.5.4 Certificate of Reactivation Annually 1Electronic/ Paper SubmissionCOR 1.6- TrainingAnnually1Electronic SubmissionCOR 1.5.3-Certificate of Waste DisposalAnnually1Electronic/ Paper SubmissionCOR 6.0 CMRAnnually1Electronic Submissionhttps://cmra.army.mil 5.1.2- AuthorizationAnnually1Electronic SubmissionCOR 1.4.5- Maintenance Paper WorkAnnually1Electronic SubmissionCOR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c9918adea50e9da447d3b70489fda02f)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02816764-W 20120728/120727000411-c9918adea50e9da447d3b70489fda02f (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.