Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
SOLICITATION NOTICE

J -- REPAIR & PAINT SANDBLAST TRAILER

Notice Date
9/5/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811121 — Automotive Body, Paint, and Interior Repair and Maintenance
 
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
W911N212T0197
 
Response Due
9/19/2012
 
Archive Date
11/18/2012
 
Point of Contact
Kevin Duffy, 717 267-8938
 
E-Mail Address
ACC-RSA-LEAD - (SPS)
(kevin.duffy4@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number for this procurement is W911N2-12-T-0197 and this is a Request for Quotation (RFQ). This announcement will be issued as a combined synopsis/solicitation. This solicitation is a 100 % Small Business Set Aside. The anticipated award will be a Firm Fixed Price Contract; the award will be made based on the low price. 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 811121. The SB size standard for this code is 7 Million Dollars. All services will be performed for repair and painting of the Sandblast Trailer for Letterkenny Army Depot, Chambersburg, PA 17201. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items (JUN 2008) applies to this acquisition. This will be a onetime purchase for repair and paint. 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 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2012) (DEVIATION) 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 52.222-50 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 52.247-34 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 252.232-7006 Wide Area Workflow Payment Instructions (JUN 2012) 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) 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 DFAR 252.232-7006 for WAWF information and training. 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 19 September 2012. All quotes must be marked with RFQ number and title. Email quotes will be accepted. 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. (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) Attachment I 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. L21 PACKING SLIPS All deliveries shall include a packing list that references the contract/order number. This applies to packing slips from 3rd party/drop ship vendors. Failure to include the contract/ order number in the packing list will result in payment delays and the possibility of rejected deliveries. Attachment II PERFORMANCE WORK STATEMENT (PWS) FOR SANDBLAST TRAILER 1.0General: 1.1Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform sandblasting services on one 40 foot trailer 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. 1.1.1Unforeseen Developments: The Contractor will promptly advise the Contracting Officer (KO) of significant, unforeseen developments affecting the contract within five (5) working days of the event. The Contractor will take appropriate measures to obtain clarification of any direction or contract requirement which is not fully understood and incorporate such information into the work being performed. 1.1.2Public Disclosures: The Contractor will make no public announcement or disclosure relative to information contained or developed under this contract, except as authorized by the KO. 1.2Background: Trailer needs sandblasted and painted to prevent rusting. 1.2.1Location and Description of Installation - Site of work will be Letterkenny Army Depot (LEAD) located in the Cumberland Valley approximately 4 miles north of Chambersburg, PA., Franklin County in south central Pennsylvania. 1.3Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and zero 12-month option years. The Period of Performance reads as follows: 1.3.1Base Period: 9/25/2012-11/2/2012. 1.4General Information: 1.4.1Lost and Found Property: It is the responsibility of the Contractor to ensure all articles of possible personal or monetary value found by the Contractor's employees are turned in to the Security Office, located in Building 322, and reported to the Police Desk phone (717) 267-8800. 1.4.2Contractor's Sole Responsibility: The Contractor is solely responsible for the quality of all contract deliverables and will perform services and develop products by referring to their QAQC to assure service and product quality. 1.4.3Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.3.1Labor Day: First Monday in September 1.4.3.2Columbus Day: First Monday in October 1.4.3.3Veteran's Day: November 11th 1.4.3.4Thanksgiving Day: Third Thursday in November 1.4.3.5Christmas Day: Third Thursday in December 1.4.4Depot Closures: If possible, the POC or KO will inform the contractor of depot closures. The Contractor will not be required to work or perform deliveries when the depot is closed due to inclement weather or unforeseen reasons. 1.4.4.1Physical 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. 1.4.5Special Qualifications: The contractor shall ensure all employees possess all required licenses for operating equipment used in the performance of this contract. NOTE: The Government does not provide training to contractors. Contractors must ensure that any personnel performing under a contract are fully trained, licensed, certified and qualified for the position in which they will be serving. 1.4.6Post 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. 1.4.7Personnel: 1.4.7.1Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract and will act as a central point of contact with the Government. 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. The Contractor will only employ persons able to speak, read, write, and understand English for those positions interacting with Government personnel, and where English is used or essential to provide the product, record, data, information, or service and will be able to discuss and convey the technical aspects of the work task, both orally and in written form. Contractor personnel will be physically capable of performing work under all climatic conditions. 1.4.7.2 The designated representative will direct the Contractor's working force and operations in accordance with the requirements specified within this performance work statement and will be empowered with sufficient authority to enable him/her to meet conditions and make decisions which arise in the day-to-day operations. 1.4.7.3Other Personnel: The contractor will furnish supervisory, administrative, and direct personnel to accomplish all work required. Contractor may not hire off-duty Government Quality Assurance Evaluators or any other persons whose employment would result in a conflict with Standards of Conduct. The contractor will provide the Contracting Officer or his delegated representative (POC) a current list of all supervisory personnel. 1.4.7.4Contractor's Employees: The Contractor will provide personnel possessing the skills, knowledge, and training to satisfactorily perform the services required by this contract. Personnel performing work under this work statement will remain employees of the Contractor and will not be considered employees of the Government. 1.4.7.5Employee Briefing: Each employee used in conjunction with this contract will receive a thorough briefing by the contractor relating to the standards of work to be achieved and maintained under the contract, and the personal conduct, regulations, and safety measures that must be observed while on the installation. The Contractor will maintain a file of all such briefings. 1.4.7.6Employee Conduct: In accordance with AR 600-85, The Army Substance Abuse Program dated 2 February 2009, the Contractor will not allow any employee to perform work who has illegal possession of, or who is under the influence of alcohol or controlled substances. http://www.apd.army.mil/pdffiles/r600_85.pdf. Government rules, regulations, laws, directives, and requirements, which are in place or issued during the contract term will be applicable to all Contractor employees or representatives who enter the Installation or who travel using Government transportation. Violation of such rules, regulations, laws, directives, or requirements will be grounds for removal (permanently or temporarily as the Government determines) from the work site. Individuals who violate such rules, regulations, laws, directives, or requirements may be denied access to the Installation, either temporarily or permanently. As outlined in AR 190-5, being charged with DUI or any serious traffic offense individuals' privilege to drive on installation can be suspended for one year. http://www.apd.army.mil/pdffiles/r190_5.pdf. This is also covered in LEAD Reg. 1-6. 1.4.7.7Identification 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. 1.4.8Organizational 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. 2.0Definitions and Acronyms: 2.1Accountability: The basic obligation imposed by law, lawful order, or regulation, upon a person to establish and keep accurate record(s) of property, documents, or funds. The person having this obligation may or may not have actual possession of the property, documents, or funds. 2.2Contract Line Item Number (CLIN): An item of work for which the Contractor will receive compensation. The unit bid price of a CLIN represents the unit price the Contractor will receive relative to the cost attributed to that requirement. 2.3CONTRACTOR. 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. 2.4 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. 2.5Days: When days are referenced in this contract anywhere, the term refers to calendar days. 2.6DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.7DELIVERABLE. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.8FAR: Federal Acquisition Regulations: The federal government's regulation for the execution of all federal acquisitions and purchases with contractors and suppliers. It contains clauses which may or may not be included in the contract. 2.9Follow-On Year: Follow-On Year is the term used instead of contract option year. As long as the requirement exists, services will be provided by the Nonprofit Agency. 2.10Government: United States of America, U.S. Army, and/or Letterkenny Army Depot. 2.11Hazardous Waste: A waste as defined in title 40, CFR, Part 261.3. 2.12Inspection: The examination and testing of supplies or services to determine whether they conform to contract requirements. Inspections could be administered by the Inspector or the POC. 2.13KEY 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. 2.14LEMC: Letterkenny Munitions Center 2.15PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.16POC: Point of Contact 2.17QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.18Quality Assurance Evaluator (QAE): Representative of the Contracting Officer who normally performs surveillance of the contract. 2.19QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.20SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor 2.21TPOC: Technical Point of Contact. 2.22WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.23WORK WEEK. Monday through Friday, unless specified otherwise. 2.24ACRONYMS: 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 KO Contracting Officer 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 TE Technical Exhibit 3.0Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): 3.1The Government will provide the facilities, equipment, materials, and/or services listed below: 3.2Facilities: The Government will not furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment. The Government is not responsible for supplying any area on Depot or in the Munitions Center for the storage use of Contractor equipment. 3.3The Government will not be held responsible for damage to the Contractor's supplies, materials, equipment or personal belongings brought onto the installation by employees of the Contractor. 3.4Equipment: none 3.5Materials: none 3.6Orientation and Training: none 3.7Regulations and Directives: All required Army and Department of Defense regulations, directives, and forms will be furnished by the Government upon request. Initial supplies of these items will be available at contract start upon request. 3.8Services: 3.8.1Written Records: A written record of all conferences, meetings, discussions, verbal directions, telephone conversations, etc., relative to this contract per task order in which a Government representative(s) and the Contractor and/or a designated representative(s) participates will be documented within the contract folder. These records will be dated and will identify the contract number, the task order number (if applicable), and the PWS paragraph references, if applicable, participating personnel, subject discussed, and conclusions reached. The POC will forward to the Contracting Officer and the Contractor within seven (7) calendar days, a reproducible copy of the records. 3.9Utilities: none 4.0Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1General: 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. 4.2Materials: The Contractor will furnish all materials, except Government furnished, necessary to perform the tasks specified in the contract. 4.2.1Equipment and Tools: The Contractor will furnish all equipment and tools necessary to properly perform the work defined in this contract. All equipment used by or proposed to be used by the Contractor will be in good mechanical condition and will be subject to approval by the KO before use in performance of this contract. 4.2.2The Contractor will provide his employees with Safety Shoes, hearing protection and protective eyeglasses as required by LEAD Pamphlet 385-4. 4.3Security Requirements: The Contractor and his employees will be required to comply with all Installation Regulations on security, which are in effect or may be put into effect during the course of performance of work under the contract. Required forms and instruction will be provided by POC for completion by the Contractor for access to the installation. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. 5.0Requirements: 5.1Non-Contractual Direction: Direction that contradicts contractual direction on task execution or which appear to violate licensing and/or proprietary considerations, will be immediately brought to the attention of the Contracting Officer in writing or certified electronic document for resolution. 5.1.1Direction given to any Contracted employee by anyone else other than the POC or the KO will not be reimbursed. Only tasks given on delivery orders or modifications to the delivery orders will be honored for payment. 5.2The contractor shall: 5.2.1Pick up trailer and transport it to vendor's facility, sandblast trailer, repair or replace lights and trim when needed, paint trailer, wheel rims and axles black and replace reflector tape. Once completed the trailer will be delivered back to LEAD Motor Pool. 5.2.1.1If the vendor is within a 50 mile radius LEAD will deliver trailer to avoid fees. 5.3Circumstances to be Reported: The Contractor or the Contractor's employees will report any circumstances of needed repair of the facility to the Building Custodian or Point of Contact (POC). Unusual soiling of an area which may affect the performance of the work will be reported to the Contracting Officer or his representative. Unhealthful or hazardous conditions, or interference with the work caused by Government employees will be reported immediately to the Contracting Officer or his representative. 5.3.1Service Cooperation: The Contractor will cooperate fully with the POC to accomplish work in support of the Depot and its assigned mission. In order to fulfill the intent of the contract, the Contractor must be flexible in meeting changing requirements and priorities. The Government reserves the right to reprioritize the work to be done under the contract in order to meet changing needs and requirements, so long as such changes are within the services to be provided by the Contractor. Any such changes will be performed at no additional cost for the services rendered. 5.4Losses or Damages Caused by the Contractor: The Contractor agrees to save harmless the Government from any claims for damage to property, bodily injury, or death resulting from activities of the Contractor, his agents, servants, and employees. The Contractor will be held accountable and liable to the Government for any damages to but not limited to Government facilities, fixtures, furnishings, equipment, telephone pedestals, electrical apparatus or grounds caused by the Contractor or his employees. The Contractor will verbally notify the KO or POC immediately following any occurrences. The Contractor will submit to the Contracting Officer or POC within twenty-four (24) hours following occurrences of any such damage, loss or injury, a complete report of the incident. 6.0Applicable Publications: 6.1Publications applicable to this PWS are listed below: Documents applicable to this Performance Work Statement are listed below as well as stated within the PWS. These documents are mandatory and the Contractor is obligated to follow them. Supplements and amendments to mandatory publications will be considered to be in the full force and the responsibility of the Contractor. It is the Contractor's responsibility to ensure that all mandatory publications are posted and up-to-date. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. Manuals are subject to change throughout the life of the contract. The contractor will follow the latest addition to any regulation, pamphlet, law or memorandum. 6.2Army Regulation and Pamphlets: All Army Regulations apply to any work performed on Depot and can be found at the following website http://www.whs.mil/library/mildoc.htm. An nonexclusive list includes AR 385-10 Army Safety Program, and AR 385-55 Prevention of Motor Vehicle Accidents. 6.3Other Manuals: All LEAD Regulations, Pamphlets, and Memorandums apply to any work performed on Depot. An nonexclusive list includes: 6.3.1OSHA Part 1910- Occupational Safety and Health Standards can be found at http://www.osha.gov/index.html under Regulations / Standards. 6.3.2Lead Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD, see Attachment 7. 6.3.3LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg 4, see Attachment 4. 6.4Other Rules and Regulations: The Contractor will comply with all applicable federal, state and local laws, executive orders, rules and regulations applicable to its performance under this contract. 6.4.1Local Rules and Regulations: The contractors, subcontractors, suppliers and their employees will be governed by local, state and federal Laws along with installation rules and regulations. All the installation requirements are in the current issue of the pamphlet LEAD Reg 385-4 entitled "Security, Safety, and Fire Prevention for Contractors Performing Work on Letterkenny Army Depot, Chambersburg, PA", see Attachment 5, Pamphlet 385-1 "LEAD Safety & Occupational Health Program", and any additional requirements determined necessary by the Contracting Officer will be strictly complied with. Provisions for unescorted access into buildings are outlined in Chapter 2 of AR 190-16. 6.4.2Permits: The Contractor is responsible for identifying, obtaining and renewing all permits from federal, state, local, or installation agencies to carry out the requirements specified in this contract or detailed on an individual task order. 6.4.3Fire Regulations: The Contractor and his employees will be required to comply with all installation regulations on fire prevention which are in effect or may be put in effect during performance of work under this contract. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. 6.4.3.1Fire Extinguishers: Extinguishers must be on all motorized equipment and trailers if they are to enter the Munitions Area. If one is not mounted to the motorized equipment and trailer, access will be denied into the area. motorized equipment examples are, but not limited to commercial trucks, mowers, and tractors. 6.4.3.2Safety Requirements: The Contractor will abide by all rules, regulations, and pamphlets concerning safety on depot posted by local, state, and federal agencies. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. Disregarding safety regulations in the industrial area will not be tolerated. Publication (Chapter / Page)Date of PublicationMandatory or AdvisoryWebsite Army RegulationsvariousMandatoryhttp://www.whs.mil/library/mildoc.htm AR 385-10 Army Safety Program20 May 1991Mandatoryhttp://armypubs.army.mil/epubs/pdf/R385_10.PDF AR 385-55 Prevention of Motor Vehicle Accidents12 March 1987Mandatoryhttp://www.calguard.ca.gov/gs/Documents/AR385-55.pdf LEAD Regulations, Pamphlets, and MemorandumsvariousMandatorynone Lead Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD15 March 2011 Mandatorynone LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg 4,1 April 2011 Mandatorynone OSHA Part 1910- Occupational Safety and Health StandardsVariousMandatoryhttp://www.osha.gov/index.html All applicable federal, state and local laws, executive orders, rules and regulationsvariousMandatory FAR Subpart 9.5March 2005Mandatoryhttps://www.acquisition.gov/far/current/pdf/FAR.pdf vehicle code of the Commonwealth of Pennsylvania, VariousMandatoryhttp://www.dmv.state.pa.us/vehicle_code/index.shtml Standards of Conduct14 Dec 2011Mandatoryhttps://www.federalregister.gov/articles/2011/11/14/2011-29090/standards-of-conduct TECHNICAL EXHIBIT 1 Deliverables Schedule Deliverable Frequency Number of Copies Medium/Format Submit To 1.4.6 - Contract Manager's InfoOnce2Electronic Submission KO 5.2 - CMRAnnually1Electronic Submissionhttps://cmra.army.mil The trailer is 40 feet long by 8 feet wide- and is depicted in the attached for estimation of cost purposes:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8cfbda4c397dab3dcd74b45e88b64c46)
 
Place of Performance
Address: ACC-RSA-LEAD - (SPS) ATTN: CCAM-ALK, 1 Overcash Avenue, Bldg 2 Chambersburg PA
Zip Code: 17201-4152
 
Record
SN02868807-W 20120907/120906001612-8cfbda4c397dab3dcd74b45e88b64c46 (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.