Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2015 FBO #4884
MODIFICATION

S -- Hoods & Ducts Cleaning Service on Kunsan Air Base, Korea

Notice Date
4/7/2015
 
Notice Type
Modification/Amendment
 
NAICS
562991 — Septic Tank and Related Services
 
Contracting Office
411th CSB (PARC Korea), Unit #15289, APO, AP 96205-5289
 
ZIP Code
96205-5289
 
Solicitation Number
W91QVN15R0044
 
Response Due
4/22/2015
 
Archive Date
6/6/2015
 
Point of Contact
Han, Chin Ok, 822-7914-6560
 
E-Mail Address
411th CSB (PARC Korea)
(chinok.han.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) Hoods and Ducts Cleaning for Kunsan Air Base l. GENERAL: 1.1. SCOPE OF WORK: The contractor shall provide all necessary personnel, supervision, management, tools, equipment, transportation, expendable materials, and other items and services necessary to clean kitchen hoods and ducts as defined in this Performance Work Statement (PWS) except for those items specified as Government furnished property and services. The contractor shall be responsible to perform the requirements and services of this PWS to the levels and standards in strict accordance with all of the terms and conditions of this contract hereinafter specified and ROK Government Laws and Regulations. The estimated quantities of work are outlined in Technical Exhibit's (T.E.'s), Workload Estimates. 1.2. CONTRACTOR'S QUALIFICATION AND PERSONNEL: 1.2.1. Qualification of Contractor: The Contractor shall be licensed and registered by the City of Kunsan to remove, transport, dispose of all Hoods and Ducts waste and other waste under this contract. The Contractor shall, throughout the contract period, obtain and maintain all required licenses by the ROK Authorities to do the work specified hereinafter. The Contractor shall notify the Government immediately of any changes relating to the status of the license. 1.2.2. Past Performance: The contractor shall have a minimum of two (2) years experience in cleaning kitchen hood and ducts. 1.2.3. CONTRACT MANAGER: The contractor shall designate the Contract Manager (CM), and alternate, who shall act for the contractor while the CM is absent, and in writing to the Contracting Officer (KO), through the Contracting Officer's Representative (COR), prior to the pre-performance conference. 1.2.3.1. The CM and alternate shall be capable of reading, writing, conversing and comprehending English. The CM and alternate shall also fully understand the requirements of the work to be performed under this contract. The CM or alternate shall be on site at all times while work is being performed to coordinate work schedules and supervise the performance of work being performed under this contract. 1.2.3.2. The CM or alternate shall report to the COR each workday between the hours of 0800 to 0830. During this time the CM or alternate and COR shall discuss the daily requirements of the contractor's work schedule. The CM or alternate shall perform no services under this contract prior to reporting to the COR. The CM shall report any problems that are encountered in any work location. The CM shall receive any pertinent information as to any activities that may affect the performance of work under this contract. 1.2.4. CONTRACTOR EMPLOYEES: The contractor shall employ only personnel who can understand the performance requirements of this contract and who are physically capable of performing these requirements. 1.2.4.1. The contractor's personnel shall present a neat appearance and be easily recognized. This shall be accomplished by wearing appropriate badges that contain the company name and the employee's name. Such badges shall be furnished and controlled by the contractor. The contractor shall require each employee to display an approved identification badge at all times during performance of work under this contract. The CM shall submit a sample badge to the COR for approval prior to use. 1.2.4.2. The contractor shall provide the COR with a complete list of all employees, by name and ROK ID number, who shall be performing the requirements of this contract. This list shall be provided to the COR before the contractor performs any contract requirements. When changes of personnel occur, the contractor shall provide updates as required. 1.2.4.3. The contractor shall exercise full control over all of his employees at all times. The contractor shall ensure that all contractor employees shall perform this contract's work in accordance with and pursuant to instructions from their own management and supervision, and shall not accept from any Government personnel additional tasking or changes in tasking. 1.2.4.4. The contractor's employees shall report any special request for services to the CM who shall immediately report these requests to the COR. The CM shall provide the COR with the facility number, the name of the individual and the nature of the special request. 1.2.4.5. The contractor shall not employ any person for work on this contract if such employee is identified to the CM by the KO as a potential threat to the health, safety, security, general well being or operational mission of the installation and its population. The CM shall ensure all employees have adequate knowledge of the proper procedures for using chemicals, tools, and equipment necessary to complete assigned tasks. 1.2.4.6. The contractor shall ensure employees have current and valid driver's licenses before allowing the employees to operate contractor-owned vehicles on Kunsan Air Base. 1.2.4.7. The contractor shall not employ any person who is an employee of the US Government if employing that person would create a conflict of interest. Additionally, the contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval according to the appropriate ethics regulations. The contractor shall not employ any person who is an employee of the Department of the Air Force if such employment would be contrary to the policies in AFI 64-106. 1.2.4.8. The contractor is cautioned that off-duty active military personnel hired under this contract may be subject to permanent change of station, change in duty hours, or deployment. Military Reservists and National Guard members may be subject to recall to active duty. The abrupt absence of these personnel could adversely affect the contractor's ability to perform however, their absence at any time shall not constitute an excuse for nonperformance under this contract. 1.2.4.9. SECURITY REQUIREMENTS: The contractor and his employees shall comply with all security requirements imposed by the local installation commander at all times while performing the requirements of this contract on this military installation. 1.2.5.1. BASE PASSES: The contractor shall obtain all base passes and vehicle permits required for entry onto this installation. The contractor shall obtain the necessary base passes and vehicle permits prior to performing any portion of this contract work. The temporary base pass takes at least two (2) weeks to process and is issued for only three (3) months. The permanent base pass requires two (2) months to process. The COR will not be responsible for providing escorts for the contractor's employees. 1.2.5.1.1. Individual base passes for the contractor's employees shall be issued for the work hours of 0700 to 0030, Monday through Friday Only with COR written approval will individual base pass, for the CM, alternate CM, or the contractor's employees be issued for weekend work during the term of this contract. The COR will be responsible to provide the contractor with the necessary escorts for any emergency night time or weekend work. 1.2.5.2. ESCORT PRIVILEGES: Contractor employees who are issued individual base passes shall not be authorized escort privileges. Escort privileges shall be authorized for the CM or alternate with a limit of three (3) persons per base pass. The contractor shall ensure that the escorting employee has full control over all escorted individuals at all times. Any individual found on this installation unescorted shall be removed from the installation and the escorting employee's escorting privileges shall be withdrawn. Any individual removed from this installation for an escort violation shall not be authorized further access to this installation. 1.2.5.3. VEHICLE PASSES: The contractor shall ensure that all contractor vehicles used in the performance of work under this contract are registered, operated, and maintained in accordance with applicable paragraphs of USFK Regulation 190-1 when such motor vehicles are operated on a U.S. Government installation. All contractor personnel operating a motor vehicle on this installation shall be aware of current driving policies and abide by these policies. Any contractor traffic violations may result in the denial of further driving privileges on this installation by the offending contractor employee. 1.2.5.4. MILITARY RESTRICTED AREAS: In the event that services to be performed entail continuing access to restricted areas, all contractor personnel requiring such access shall be required to have a background investigation, DD Form 254. The contractor shall submit to the COR or KO, fourteen (14) days prior to the contract start date, a list of employees that will require a background investigation in accordance with this provision. 1.3. QUALITY CONTROL: 1.3.1. The contractor shall establish, implement, and maintain a complete Quality Control Plan (QCP) to ensure the requirements of this contract are provided as specified. The contractor shall submit the QCP to the KO not less than ten (10) working days prior to performing the work and revisions shall be submitted one (1) week prior to implementation. The contractor shall not perform any portion of this contract without an accepted QCP. The QCP shall be written in English. 1.3.2. The CM shall ensure that contractor personnel are trained in proper and specific work methods and procedures required to perform the requirements of this SOW. The CM or alternate shall direct, schedule, and coordinate all septic kitchen hood and duct cleaning and emergency services requirements to completely accomplish the work as required by the contract and as specified in Sections C-5 of this SOW. 1.3.2.1. The CM or alternate shall provide direct, continuous inspections and supervision of the work for not less than the eight (8) hour period of time within which the greatest amount of cleaning services are performed in any one (1) twenty-four (24) hour period of time. 1.3.3. Services that are incomplete, defective or not accomplished as scheduled will be reported to the contractor by the COR for immediate corrective action. The contractor shall correct all deficiencies no later than twenty-four (24) hours after receiving notification from the COR. 1.3.3.1. Failure to satisfactorily complete, or timely correct deficiencies in any scheduled services shall be subject to application of FAR clause 52.249-8 Default - Fixed Price Supply and Service Contracts. 1.3.3. THE QUALITY CONTROL PLAN SHALL INCLUDE: 1.3.3.1. A description of the inspection system to cover all services listed on the performance requirements summary (PRS). The description shall include specifics as to the areas to be inspected on both a scheduled and unscheduled basis, frequency of inspections, submission of monthly QC schedule, the title and organizational placement of the inspectors, and procedures for contacting the inspector(s). Additionally, control procedures for any government provided keys or lock combinations shall be included. 1.3.3.2. A description of the methods to be used for identifying and preventing defects in the quality of service performed. 1.3.3.3. A description of the records to be kept to document inspections and corrective or preventive actions taken. 1.3.3.4. Include a customer complaint feedback system for correction of complaints. All Customer Complaint Records shall be answered, all necessary corrective actions taken, and the completed answers returned to the COR within one workday. 1.3.4. The records of inspections shall be kept and made available to the government throughout the contract performance period and for the period after contract completion until final settlement of any claims under this contract. 1.3.5. The Quality Control Plan shall be used by the contractor to collect data, evaluate and document performance against standards associated with each specific requirement. Performance is measured by assessing the required workload quantity in terms of quality and timeliness. The contractor shall use the format below to measure each line item in the PRS table. See Example Below. ObjectivePerformance StandardPerformance ThresholdMonitoring MethodRemedy PRS#1 Monthly Hood and Duct Cleaning PWS para 5.5 All hoods, devices, fans, ducts and other appurtenances shall be cleaned to bare metal. Exception : waved/curved/ inaccessible/disassemble area or parts. unstable/unsafe working situation due to narrow space.95%Visual surveillance by the COR before/during/after contractor's performance and Validated Customer Complaints received by the CORRe-performance within mutually acceptable time frame to the COR, Customers PRS#2 Quality Control Plan PWS1.3The contractor shall provide a copy of QCP within 30 days after contract award to the KO and COR.0% defect100% InspectionContract Discrepancy Report to the KO more than 10 days delay 1.4 QUALITY ASSURANCE: 1.4.l. The Government will evaluate the contractor's performance under this contract using the Inspection of Services Clause. The Government will record all surveillance observations. When an observation indicates defective performance by the contractor, the COR will request the contractor's representative to initial the Government's observation report. l.4.2. PERFORMANCE EVALUATION MEETINGS: The CM may be required to meet at least weekly with the COR and/or KO during the first month of this contract. Meetings will be as often as necessary thereafter as determined by the KO. However, if the contractor requests, a meeting will be held whenever a Contract Discrepancy Report (CDR) is issued to the contractor. The written minutes of these meetings shall be signed by the KO, CM, and COR. Should the contractor not concur with these minutes, the contractor shall so state any areas of nonoccurrence, in writing, to the KO within five (5) calendar days after receipt of these signed minutes. 1.5. PHYSICAL SECURITY: The contractor shall safeguard all government property provided for contractor use. At the end of each work period, the contractor shall secure all government facilities, equipment and materials. Contractor shall immediately notify Security Police if a facility is found unsecured. 1.6. HOURS OF OPERATION: 1.6.1. WORKING HOURS: The contractor shall perform normal cleaning operations between the hours of 0700 - 0030. The contractor shall not perform cleaning operations outside of these hours without prior approval of the COR as outlined in Section 1.6.2. These normal work hours do not apply to request for emergency services. 1.6.2. EMERGENCY SERVICES: The contractor shall perform normal cleaning services on Saturdays, Sundays, or holidays only upon receiving written approval from the COR. The contractor shall submit a request, in writing, to the COR, not less than three (3) calendar days in advance, stating the reasons for this request. The COR shall evaluate the contractor's request and inform the contractor within two (2) calendar days if approval is granted. 1.6.3. RECOGNIZED HOLIDAYS: The contractor is not expected to perform normal cleaning services on the holidays listed below. The contractor shall be notified in accordance with Section C-5, for requests for emergency cleaning or unscheduled/unlisted cleanings. The contractor shall not receive any compensation from the Government for work performed on a Saturday, Sunday, or holiday, unless the Contracting Officer issued a prior written request for that work. 1.7. CONSERVATION OF UTILITIES: 1.7.1. The contractor shall instruct all employees in utility conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which shall include: turn off lights when not in use, and turn off water faucets or valves when not in use. 1.7.2. All reasonable quantities of water and electricity shall be furnished at no charge to the contractor for, work performed on this installation. The contractor shall coordinate with the COR for the locations of water and electrical supply points. The contractor shall make and remove temporary connections at the contractor's own expense, regardless of distance or accessibility of existing service. The contractor shall ensure that all connections are made and removed by experienced craftsmen and shall coordinate all such activities with the COR. The contractor shall pay for costs for repair of utility systems damaged by the contractor. Utilities required for work performed at off-base locations shall be obtained at the expense of the contractor. 1.8. SAFETY 1.8.1. The contractor shall comply with the general safety requirements of AFVA 91-209, with applicable attachments, figures, and tables in all activities pertaining to work performed under this contract. 1.8.2. FIRE PROTECTION: The contractor shall comply with the provisions of the Base Fire Protection Program, 8th FWI 32-2001(JUL 08). The contractor shall provide suitable fire extinguishers as necessary in the performance of work performed under this contract. 1.8.3. The contractor shall ensure that all work performed under this contract is accomplished in a safe and proper manner. 1.8.3.1. The contractor shall ensure that all contractor equipment is equipped with proper safety and noise limiting devices and in a safe operating condition at all times. All contractor equipment shall be subject to safety inspections and/or a functional check at any time by the COR. 1.8.3.2. The contractor shall instruct all contractor employees on accident prevention and safety, placing special emphasis on the safe operation of equipment and proper working conditions. The contractor shall train all employees on appropriate safety measures obligation to obey all existing installation safety regulations. 1.8.3.3. The contractor shall hold weekly safety briefings that apply to the requirements of this contract. The contractor shall maintain a record of these safety briefings and make this record available to the Government at any time throughout the term of this contract. 1.9. ENVIRONMENTAL CONTROLS: 1.9.1. COMPLIANCE WITH LAWS AND REGULATIONS: The contractor shall be knowledgeable of and comply with all applicable Korean and U.S. Federal, State, and local laws, regulations, and requirements regarding environmental protection. In the event environmental laws/regulations/requirements change during the term of this contract, the contractor shall comply with such law/regulation as changed. If there is an increase or decrease in cost as a result of the change, the contractor shall immediately inform the Contracting Officer for possible modification of the contract. 1.9.2. NOTIFICATION OF ENVIRONMENTAL SPILLS: If the contractor spills or releases any substance listed in 40 CFR 302 into the environment, the contractor shall immediately report the incident to the COR. The contractor shall be liable for the spill or release of such substances. 1.9.3. MATERIAL STORAGE AND USE: The contractor shall follow manufacturer's guidelines and professional recommendations for control of humidity, temperature, cleanliness, and materials handling. This includes hazardous materials. 1.9.4. The contractor shall advise employees of all Environmental and Hazardous Materials Handling and shall maintain Material Safety Data Sheets (MSDS) on all materials that are required by State and Federal Laws and/or Regulations. (Reference AFI 91-302 and OSHA requirements). 1.10. RECORDS: The contractor shall create, maintain, and dispose of only those government required records that are specifically cited in this PWS or required by the provisions of a mandatory directive listed in section C-7, Applicable Publications and Forms. If requested by the government, the contractor shall provide the original record or a reproducible copy of any such record within five (5) working days of receipt of the request. 1.11. WORK SCHEDULES: 1.11.1. The contractor shall provide the COR with a monthly work schedule no later than the twentieth (20th) day of the month prior to the scheduled services. This schedule shall describe what type of service is being performed; kitchen hood and duct cleaning, the facility number, the desired day of service, and morning or afternoon (A.M. or P.M.) cleaning. 1.11.1.1. The COR will approve or disapprove the contractor's requested work schedule no later than the last duty day of each month and return the schedule to the contractor. If there is a conflict in the contractor's proposed or approved work schedule, the COR shall immediately notify the contractor and reschedule this service. In the event the contractor cannot meet this schedule, the COR shall be notified of he change(s). 1.11.1.2 Summit to COR Work Completion Report within 48 hours of work load completion, format by contractor, with signatures of Facility Managers for each completed work location. 1.12. INCLEMENT WEATHER: 1.12.1. The contractor shall provide scheduled services during periods of inclement weather unless directed not to perform the services by the K.O. In the case of severe inclement weather, heavy rains, winds, etc., the contractor shall be authorized to alter regularly scheduled services with approval from the KO. The contractor shall immediately notify and coordinate any schedule changes with the KO prior to actually changing the approved schedule. 1.12.2. The contractor shall make up all missed services within 48 hours after the severe inclement weather has ended. The contractor shall submit a revised work schedule to the COR for approval. Rescheduling scheduled services shall not be a basis for a claim by the contractor for additional compensation or permission to neglect other regularly scheduled services. 1.13. DAMAGE TO GOVERNMENT FURNISHINGS OR EQUIPMENT: 1.13.1. If, during contract performance, the contractor soils or damages Government furnishings or equipment, or the personal possessions of any Government employees, the contractor shall clean, repair, ore replace such property, or restore it to a condition no less than the existing immediately prior to damage. The contractor shall perform these remedial actions at no cost to the Government. A contractor's employee's intentional misuse or abuse of such property shall be grounds for the Government to terminate the contractor for default 2. PERFORMANCE REQUIREMENTS SUMMARY (PRS) 2.1 GOVERNMENT QUALITY ASSURANCE: Contractor performance will be compared to the contract standards and performance requirements using the Quality Assurance Surveillance Plan (QASP). 2.1.1 The Government may use a variety of surveillance methods to evaluate the contractor's performance. Only one method will be used at a time to evaluate a listed service during an inspection period for payment computation purposes. The methods of surveillance that may be used are: 2.1.1.1 Random Sampling of recurring service outputs using indifference quality index attribute sampling plan. 2.1.1.2. Periodic Surveillance of output items (daily, weekly, bi-weekly, monthly, bi-monthly, quarterly, semi-annually, or annually) as determined necessary to assure a sufficient evaluation of the contractor's performance. 2.1.1.3. Management Information Systems reported results. 2.1.1.4. Customer Complaint. 2.1.1.5. 100% Inspection of Services. 2.2 CRITERIA FOR EVALUATING PERFORMANCE: Performance of a listed service will be accepted and paid for at the maximum payment percentage specified in column 5 of the PRS when the number of defectives found by the COR during contract surveillance does not exceed the number of defectives allowed by the Performance Requirement (column 3). When the Performance Requirement is exceeded, the contractor shall complete blocks 9 and 10 of a Contract Discrepancy Report (CDR), AF Form 802. The contractor shall explain, in writing, why performance was unacceptable, how performance will be returned to acceptable levels and how recurrence of the problem will be prevented in the future. The Contracting Officer (KO) will evaluate the contractor's explanation and determine if full payment, partial payment, or the contract termination process is applicable. The contractor's payment for services rendered will be calculated as stated in paragraph four. The government specifically reserves the right to make a temporary partial payment for services performed, calculated as stated in paragraph four, prior to receipt and evaluation of the contractor's response to a CDR. 2.2.1. Determining the number of defectives that will cause less than maximum payment. 2.2.2. When the method of surveillance is not random sampling, the number of defectives that will cause less than a maximum payment will be determined as follows. 2.1.3. If the Performance Requirement is a constant number of defectives (for example, 2 defectives) the Performance Requirement plus one or more additional defectives will cause less than maximum payment (for example, 3 defectives). 2.3. CONTRACTOR PAYMENT: 2.3.1. For performance of a service that does not meet the Performance Requirement, the contractor shall be paid the percentage of the monthly contract line item price indicated in column 5 of the attached PRS charts for that service. 2.3.2. If performance of a service does not meet the Performance Requirement, the Government will not pay the full percentage in column 5 for that service. 2.3.2.1. The payment for listed services that do not meet the Performance Requirement will be calculated as follows: 2.3.2.1.2. For services surveyed by periodic inspection, one-hundred percent (100%) inspection, Customer Complaint or Management Information System report, the maximum payment percentage for the service in column 5 of the PRS is multiplied by the percentage of the lot found acceptable. The resulting percentage is the percentage of the monthly contract price that the contractor will be paid for the listed service. The total number of defectives found, not just the defectives in excess of the reject level, are used to determine the percentage of the lot found unacceptable. The percentage of the lot found unacceptable subtracted from 100% percent determines the percentage of the lot found acceptable. 2.3.2.1.3. For those services that are performed less frequently than monthly, surveillance and computation of the contractor's payment will be made during or immediately following the month that service is performed. The payment computation will be determined for the entire period since the last surveillance and will be based upon the total maximum payment available for the entire period since the last surveillance. Should computation of the contractor's payment result in an amount less than has already been paid for the preceding month(s) of the period since the last surveillance, the Government will deduct the overpayment from the current month's invoice. 2.4. EXAMPLES OF PAYMENT COMPUTATION: 2.4.1. 100% INSPECTION: 2.4.1.1. The calculations for 100% inspections will be calculated based on an inspection of each individual service performed. 2.4.1.2. Listed below is an example of how computations will be calculated for deduction of deficient services: 2.4.1.2.1. The service performed is pump and clean portable latrines. The total performance percentage is 100% of the service and the standard is zero (0) defects per month. One (1) defect equals one (1) portable latrine. The computation is as follows: (1) Total defects for the month equals ten (10) portable latrines. (2) The line item cost is W32,500 per portable latrine. (3) The computation will be ten (10) portable latrines x W32,500 x100% = W325,000. (4) This is the total amount of the reduction for non-performance of this service. PERFORMANCE REQUIREMENTS SUMMARY (PRS) ObjectivePerformance StandardPerformance ThresholdMonitoring MethodRemedy PRS#1 Monthly Hood and Duct Cleaning PWS para 5.5 All hoods, devices, fans, ducts and other appurtenances shall be cleaned to bare metal. Exception : waved/curved/ inaccessible/disassemble area or parts. unstable/unsafe working situation due to narrow space.95%Visual surveillance by the COR before/during/after contractor's performance and Validated Customer Complaints received by the CORRe-performance within mutually acceptable time frame to the COR, Customers PRS#2 Quality Control Plan PWS1.3The contractor shall provide a copy of QCP within 30 days after contract award to the KO and COR.0% defect100% InspectionContract Discrepancy Report to the KO more than 10 days delay 3. GOVERNMENT-FURNISHED PROPERTY AND SERVICES: 3.1. GENERAL: The Government will provide, without cost to the contractor, reasonable amounts of water and electricity required to perform the requirements of this contract. The Government will also provide, for emergency purposes only, the following services: Description Emergency NoRegular No a. Security PoliceTelephone 911 782-4944 b. Fire ProtectionTelephone 911 782-4432 c. Hospital EmergencyTelephone 911 782-4333 3.1.1. SECURITY POLICE AND FIRE PROTECTION: The government will provide security police and fire protection to the extent necessary to ensure a secure and safe installation. The contractor shall adhere to the security and fire directives, instructions and policies of Kunsan AB. 3.1.2. EMERGENCY MEDICAL SERVICES: The government will provide ambulance and emergency medical services on a cost reimbursable basis. 3.1.3. Any time the contractor uses one of the above services, the Contract Manager shall immediately report to the COR with all of the details. The Contract Manager shall submit, in writing, within two (2) days, the details surrounding the use of this service to the COR. 3.2. UTILITIES: The government will provide, at no cost to the contractor, reasonable amounts of water and electricity required to perform the requirements of this contract. However, if contractor personnel require utility services that are not existing within the facility, or area of the facility, the contractor shall provide such utility service. The contractor shall accomplish this by portable or temporary means. The contractor shall coordinate with the COR for any installation and removal of temporary or portable units. 3.3. MATERIALS: None: 3.4. The contractor shall not be provided any Government Real Estate during the performance of work under this contract. The contractor shall make all necessary arrangements for any type of office space or storage area at an off-base location; at the contractor's own expense. 4. CONTRACTOR-FURNISHED PROPERTY AND SERVICES: 4.1. GENERAL: Except for those items and services specifically identified in Section C-3 as Government-Furnished, the contractor shall provide everything required to perform this SOW. This includes, but is not limited to, all supervision, management, personnel, tools, equipment, transportation, licenses, permits, expendable materials, and other items and services necessary to clean the kitchen hoods and ducts on Kunsan AB, Republic of Korea. 4.2. MATERIAL APPROVAL SUBMITTALS: The contractor shall submit four (4) copies of AF Form 3000, Material Approval Submittal, along with a sample of each product listed below to the COR for approval. This information shall be submitted to the COR at least 10 days prior to the start of the first operational performance period. a. Cleaning agents to be used to clean hoods and ducts. b. All other items the contractor plans to use in the accomplishment of this PWS. 4.2.1. The above listed materials are contractor-furnished materials. The contractor shall ensure that materials not specifically described herein are standard products of commercial type and grade suitable for the intended purpose. The COR shall be the final authority on all products/equipment used in the performance of this contract. 4.3. CONTRACTOR EQUIPMENT: 4.3.1. The contractor shall provide all equipment, tools, vehicles, expendable materials, and any other items and services necessary to perform all requirements of this PWS. The contractor shall determine the amounts and types of: equipment, tools, vehicles, and expendable materials necessary to perform the requirements of this PWS. 4.3.2. Any contractor vehicles used in the performance of this contract shall have the company name prominently displayed on both sides of the vehicle and be maintained clean to present a neat, professional appearance. 4.3.3. All equipment used in the performance of work under this contract shall be subject to a functional check by the COR at any time. Any equipment found to be defective, unserviceable, or not capable of performing the contract requirements shall be repaired, removed, or replaced by the contractor, at the contractor's own expense. 4.3.3.1. The contractor shall register, license, and insure all vehicles; and shall ensure that employees possess valid driver's licenses and operate vehicles in accordance with base traffic regulations. 4.3.4. The contractor shall provide any and all equipment necessary to ensure compliance with 29 CFR 1910.146 or AFOSH STD 91-25. 4.3.4.1. The contractor's equipment shall be of commercial quality, size, and type suitable for accomplishing the various phases of work specified and operated from existing sources of government furnished electrical power. All electrical equipment used by the contractor shall meet all safety requirements of this contract and shall be Underwriter's Laboratory (UL) approved. The contractor shall prevent employees from operating electrical equipment, or combinations of equipment, which require power exceeding the capacity of existing building circuits. The contractor shall ensure that all equipment has bumpers and guards to prevent marking and scratching of fixtures, furnishings, or building surfaces. The contractor shall maintain equipment in good repair, and has the ability to operate efficiently and safely; and shall ensure that it is clean and presents a neat, professional appearance. The contracting officer may inspect the contractor's equipment and/or tools at any time and direct the removal of any improper or unsafe equipment/tools. These items shall be removed from the job by the contractor and replaced with satisfactory equipment. 5. SPECIFIC TASKS: 5.1. GENERAL: 5.1.1. Except for those items and services specifically identified in Section C-3 as Government Furnished, the contractor shall provide all necessary personnel, supervision, management, vehicles, tools, equipment, transportation, expendable materials, and other necessary items, supplies, or services as necessary to perform kitchen hoods and ducts cleaning on Kunsan Air Base, Republic of Korea. The contractor shall perform these services at various locations or facilities on this installation, The contractor shall perform these services to the level and standards specified in Sections C-5 of this Performance Work Statement (PWS), The estimated quantities of work are listed in Technical Exhibit's (TE.'s) 1, Workload Estimates. 5.1.2. The contractor shall at all times provide adequate supervision of his employees to ensure complete and satisfactory performance of all work in accordance with the terms of the contract. The CM, or alternate representative, shall be on the base and available at all times when the work of the contract is being carried out to receive instructions from the KO or the COR. The contractor shall provide telephone and pager numbers where the CM and alternate can be reached during other than normal duty hours should the KO deem it necessary. 5.2. CLEANING SCHEDULES: 5.2.1. The contractor shall adhere to the cleaning frequencies outlined in TE 1, The contractor shall not be deviate from these cleaning frequencies without prior approval of the KO. 5.2.2. The COR will coordinate the contractor's requested work schedule with each user prior to the actual performance, If a user cannot accommodate the contractor's requested work schedule, the COR will inform the contractor of the next available time that the services may be performed. The COR will return the contractor's requested work schedule, with any changes, to the contractor no later than three (3) duty days prior to the end of the month. 5.2.3. The contractor shall meet the COR each work day, prior to performing any of the scheduled services. The contractor shall have a daily work record signed by either the COR or contractor inspector indicating the contractor has performed the required cleaning services at that location or facility.' 5.3. SAFETY: The contractor shall ensure that all work performed under this contract is accomplished in a safe and proper manner and conforms to the requirements of this contract. Specific emphasis shall be placed on the use of ladders and working on the rooftops of these facilities. 5.4. STANDARD OPERATION PROCEDURES (SOP): 5.4.1. The contractor's SOP shall provide detailed procedures for the removal, transportation and disposal of the contents within each kitchen hood & duct and the organizational structure, documentary proof of licenses, registrations, equipment inspection records, and any other certifications required to perform the contract requirements hereinafter specified. 5.4.2. The contractor shall notify the Government immediately of any change in the status of the items listed in Section 5.4. and shall submit a revised copy of the SOP to reflect these changes. The revised SOP must be submitted to the COR within two (2) calendar days and must be approved prior to the contractor implementing any new changes. 5.4.3. The SOP shall outline the procedures to be utilized to accurately record the quantities removed. The SOP shall also detail a complete description of the treatment and disposal procedures to be utilized. 5.4.4. Before any cleaning operation on any ventilation system, the contractor shall notify the base fire department, Technical Services Branch, at 782-4802 to disconnect the dry chemical extinguishing system. Appropriate safety measures shall be taken by the contractor to ensure that fans will not accidentally start up while the ventilation systems are being cleaned. 5.4.5. The contractor shall not clean within six (6) inches in any direction of a dry chemical system or other fire suppression system installed in the ventilation and exhaust system. This precaution protects the contractor's employees from accidentally setting off one of the fire systems and causing personal injuries. 5.4.6. The contractor shall report any worn, frayed, or defective ventilation or exhaust hood components to the COR or the base fire department technical services inspector. The contractor shall not attempt to repair these components. 5.5 CLEANING REQUIREMENTS: 5.5.1. Before starting any cleaning operations, the contractor shall cover all surfaces below any ventilation or exhaust system. The contractor shall use a suitable material to protect these surfaces from the cleaning operations. These surfaces may include grills, deep fat fryers, ovens, and counter surfaces. 5.5.2. Cleaning hoods, grease removal devices, fans, ducts and other appurtenances shall be cleaned to bare metal at frequent intervals prior to surfaces becoming heavily contaminated with grease or oily sludge. After the exhaust system is cleaned to bare metal, it shall not be coated with power or other substance. A properly trained, qualified, and certified company or person(s) shall inspect the entire exhaust system. 5.5.3 At the start of the cleaning process, electrical switches that could be activated accidentally shall be locked out. Components of the fire suppression system shall not be rendered inoperable during the cleaning process. Care shall be taken not to apply cleaning chemicals on fusible links or other detection devices of the automatic extinguishing system. 5.5.4 After cleaning is completed, the vent cleaning contractor shall place or display within the kitchen area a label indicating the date cleaned and name of the servicing company in accordance with NFPA 96 Page 16, Para 8-3.4. 5.5.5 Cleaning of the ventilation and exhaust systems will include ductwork, motors, motor housing, fans, fan blades, grease filters, hoods, port covers, and any other associated parts or equipment. The contractor shall also remove all access covers, plates, panels, etc., during the cleaning operation. The contractor shall completely clean all areas of grease, film, food deposits, and any other foreign matter, or debris. 5.5.6. The contractor shall thoroughly clean the entire system, from the opening in the hood, to the final point of outlet on the roof, listed in paragraph 5.5.5. as well as any other associated items not specifically listed. 5.5.7. The contractor shall open and clean all access panels, and shall also clean all seams and crevices. After cleaning is complete and the work has been inspected and accepted, the contractor shall place all access panel covers and other associated hardware to their original positions. The contractor shall adjust all dampers and diffusers to correctly induce the proper flow of air. The COR may require the contractor to return to a facility a second time if necessary to make adjustments after initial start up operations. 5.5.8. After cleaning is completed, the COR and the contractor shall inspect the cleaned system and all associated parts. The COR will point out any discrepancies to the contractor for immediate correction by the contractor. 5.5.9. Contractor shall submit the checklist to the COR and each checklist shall have contract manager and facility manager's signature after cleaning works are completed. 5.6. KITCHEN HOOD AND DRYER DUCT CLEANING: 5.6.1. Before starting any cleaning operations, the contractor shall cover all surfaces below any ventilation or exhaust system. The contractor shall use a suitable material to protect these surfaces from the cleaning operations. These surfaces may include grills, deep fat fryers, ovens, counter and floor surfaces. 5.6.6.2. Cleaning of the ventilation and exhaust systems will include ductwork, motors, motor housing, fans, fan blades, grease filters, hoods, port covers, and any other associated parts or equipment. The contractor shall also remove all access covers, plates, panels, etc., during the cleaning operation. The contractor shall completely clean all areas of grease, film, food deposits, lint and any other foreign matter, or debris. 5.6.6.3. The contractor shall thoroughly clean the entire system, from the opening in the hood or vent receptacle, to the final point of outlet on the roof or wall, listed in paragraph 5.7.6.2. as well as any other associated items not specifically listed. 5.6.6.4. The contractor shall open and clean all access panels, and shall also clean all seams and crevices. After cleaning is complete and the work has been inspected and accepted, the contractor shall place all access panel covers, dryer units and other associated hardware to their original positions. The contractor shall adjust all dampers and diffusers to correctly induce the proper flow of air. The COR may require the contractor to return to a facility a second time if necessary to make adjustments after initial start up operations. 5.6.6.5. After cleaning is completed, the COR and the contractor shall inspect the cleaned system and all associated parts. The COR will point out any discrepancies to the contractor for immediate correction by the contractor. 6. DEFINITIONS: 6.1. STANDARD DEFINITIONS: 6.1.1. DEFECT or DEFECTIVE SERVICE: A service output that does not meet the standard of performance associated with it in the Performance Requirements Summary (PRS). 6.1.2. LOT or LOT SIZE: The total number of service outputs in a surveillance period, as defined in the Performance Requirements column of the PRS. 6.1.3. PERFORMANCE REQUIREMENT: The point that divides acceptable and unacceptable performance. In the case of surveillance by random sampling, the performance requirement is the maximum number of defectives in the random sample chosen that may occur before the Government will effect the price computation system in accordance with the Inspection of Services Clause. When the method of surveillance is other than random sampling, the performance requirement is the number of defectives or maximum percent defective allowed before the Government will effect the price computation system in accordance with the Inspection of Services Clause. 6.1.4. PERFORMANCE REQUIREMENTS SUMMARY (PRS): Identifies the key service outputs of the contract that will be evaluated by the Government to assure contract performance standards are met by the contractor. 6.1.5. QUALITY ASSURANCE: Those actions taken by the Government to assure services meet the requirements of the SOW 6.1.6. QUALITY ASSURANCE EVALUATOR (QAE): A functionally qualified person who performs quality assurance functions for a contracted service. 6.1. 7. CONTRACTING OFFICER'S REPRESENTATIVE (COR): A Government person responsible for the surveillance of contractor performance. 6.1.8. QUALITY ASSURANCE SURVEILLANCE PLAN (QASP): An organized written document used for quality assurance surveillance. This document contains specific methods to perform surveillance of the contractor. 6.1.9. QUALITY CONTROL: Those actions taken by a contractor to control the performance of services so that they meet the requirements of this SOW. 6.1.10. UNACCEPTABLE CONDITION(S): A condition that does not conform to quality standards but may be re-performed to conform to quality standards. 6.1.10.1. 100% INSPECTION: A complete and total inspection of each service provided under the terms of the contract. 6.2. TECHNICAL DEFINITIONS: 6.2.1. CUSTOMER: Those personnel at each facility that receives services provided by the contractor under the terms of this contract. 6.2.2. DISINFECTANT: A cleaning agent that cleans by destroying, neutralizing, or inhibiting the growth of harmful bacteria or microorganisms. 6.2.3. KITCHEN HOOD AND DUCT: A sheet metal enclosure installed in restaurants over grills, fryers, broilers, ovens, etc. This enclosure may contain grease filters, grease dripping pans, a fire suppression system, electrical lights, a sheet metal pipe extending through the roof for exhaust ventilation. 7. APPLICABLE PUBLICATIONS AND FORMS: 7.1. Publications and forms applicable to this PWS are listed below. The publications and forms have been coded as mandatory or advisory. The contractor shall follow those publications and use those forms coded as mandatory to the extent (in accordance with specific procedure(s), paragraph(s), section(s), chapter(s) or volume(s) specified in the PWS. The contractor shall select appropriate publications or use those forms coded advisory to the extent necessary to accomplish requirements in the Statement of Work. The Government will provide all publications and forms listed at the below starting of the contract. Supplements or amendments to listed publications from any organizational level may be issued during the life of the contract. The contractor shall immediately implement those changes in publications that result in a decrease or no change in the contract price. Prior to implementing any such revision, supplement, or amendment that will result in an increase in contract price, the contractor shall submit to the Administrative Contracting Office (ACO) a price proposal and obtain the -prior approval of the ACO. Said price proposal shall be submitted within 30 calendar days from the date the contractor receives notice of the revision, supplement, or amendment giving rise to the increase in cost of performance. Changes in the contract price due to supplements and amendments shall be considered under the quote mark changes quote mark clause.' Failure of the contractor to submit a price proposal within 30 calendar days from the date of receipt of any change will entitle the Government to performance in accordance with such change at no increase in contract price. PUBLICATION OR FORMTITLEDATEMANDATORY OR ADVISORY AFVA 91-209AIR FORCE OCCUPATIONAL SAFETY AND HEALTH STANDARDDEC 12M 8th FWI 32-2001BASE FIRE PROTECTION PROGRAMJUL 08M AF FORM 3000MATERIAL APPROVAL SUBMITTALNOV 2003M AFI 64-106AIR FORCE INDUSTRIAL LABOR RELATIONS ACTIVITIESMAR 94A AFI 91-202US AIR FORCE MISHAP PROGRAMAUG 11M 7.2. REQUIRED REPORTS OR SCHEDULES GENERAL: The contractor will be required to submit the required reports or schedules as outlined in paragraph 1.3.1., 1.6.2., 1.8.3.3., 1.9.2.,, 1.12.1, paragraph 4.2., and paragraph 5.1.2., 5.5.4., 5.5.9. The submittal of these reports or schedules may vary due to the type of report, schedule, or frequency required to be submitted. All of the reports or schedules will be submitted to the COR. 7.3. CONTRACTOR MANPOWER REPORTING (CMR) REQUIREMENT. The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the hoods and ducts cleaning service via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: https://www.ecmra.mil/, and then click on quote mark Department of the Army CMRA quote mark or the icon of the DoD organization that is receiving or benefitting from the contracted services. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2015. Contractors may direct questions to the help desk by clicking on quote mark Send an email quote mark which is located under the Help Resources ribbon on the right side of the login page of the applicable Service Component's CMR website quote mark. 8. WAWF INSTRUCTION Army Invoicing Instructions for KOREAN Vendors Electronic submission of invoice is mandatory for Korean vendors, WAWF/electronically is the preferred process for vendors to request for payment. Korean vendors shall submit a electronic invoice in WAWF at https://wawf.eb.mil. Korean vendors shall submit a numbered INVOICE (DO NOT USE Government Contract number as Invoice Number). The invoice shall be Dated with Invoice #, Purchase Order/Contract #, and itemized according to the Item No on the contract. Contractor shall submit payment request using the following method(s) as mutually agreed to by the Contractor, the Contracting Officer, the contract administration office, and the payment office. [X] Wide Area Workflow (WAWF) (see instructions below) WAWF is the preferred method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractors electing to use WAWF shall (i) register to use WAWF at https://wawf.eb.mil and (ii) ensure an electronic business point of contact (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. When submitting the invoice electronically use the instruction below: TYPE OF DOCUMENT [X the appropriate block] [ ] Construction Invoice (Contractor Only) [ ] Invoice (Contractor Only) [ X ] Invoice and receiving Report (COMBO) [ ] Invoice as 2-in-1 (Services only) CAGE CODE (Contractor's Cage Code): ________________ ISSUE BY DODAAC: W91QVN ADMIN BY DODAAC: W90VN9 INSPECT BY DODAAC (if applicable): SJ0605 ACCEPT BY DODAAC (RA DoDAAC/Block 15):SJ0605 SHIP TO DODAAC (if different than Acceptance DoDAAC): SJ0605 LOCAL PROCESSING OFFICE DODAAC (RM/LPO only Miscellaneous Payment): ________________ PAYMENT OFFICE FISCAL STATION CODE: W56GBU EMAIL POINTS OF CONTACT LISTING: ________________ INSPECTOR (email address; if applicable): TBD ACCEPTOR (email address & telephone number: TBD RECEIVING OFFICE POC: TBD CONTRACT ADMINISTRATOR/SPECIALIST (email & telephone number): TBD CONTRACTING OFFICER (email & telephone number): TBD ADDITIONAL CONTACT (Property Book Officer email & telephone number): TBD For more information contact: ________________ Questions concerning payments should be directed to the Defense Finance and Accounting Service (DFAS) Block 18a of your Purchase Order/Contract at DJP-VP-KOREA@DFAS.MIL. Please have your purchase order/contract number ready when calling about payments. Payment Office DoDAAC: W56GBU Address: AFAS-K, 8th Army G8 Unit 15236 APO AP 96205-5236 Customer Support: 0800-1700 (Hours of Operation) 0505-723-4591 (Commercial) 315-723-4591 (DSN) Email: drowawf175fmc@korea.army.mil (Local WAWF Help Desk) 175receivingreports@korea.army.mil (email inquiries) (1) The Contractor hereby authorizes delivery of payments (checks) due under this contract, for deposit to its account or to its company representative as follows: Name of Bank, or Authorized Company Representative:____________________________________ Bank Address: _____________________________________________________ Account Number: __________________________________________________ _ SWIFT Code: ______________________________________________________ (2) The above bank account information must be included on all invoices. (3) The designation in (1), above, does not constitute an assignment of claims, within the meaning of FAR 52.232-23 Assignment of Claims. (4) If the Contractor does not provide the information requested in para (1), above, the Government will mail payment checks to the contractor's address as shown on the cover sheet of this contract. The Contractor assumes all risk for payment(s) mailed. If checks are lost in the mail system, the Contractor can recover for them only by filing a claim to the paying office. The Government may take up to six (6) months to process a claim based on a lost check. * The Government requires most Contractors to provide for payment by Electronic Funds Transfer (EFT), but exempts from that requirement contractors who are individual persons. (End of KOREAN Vendor Instructions) 9. TECHNICAL EXHIBITs: 9.1. Technical Exhibit 1 - Workload Estimates BUILDING NO.Hood numberAREA (SF)FREQUENCYTOTAL SF (annual) 387Greenheck1492MONTHLY 5,904 510Gaylord1162MONTHLY 1,944 550Gaylord62,000MONTHLY 24,000 1025Gaylord21,500MONTHLY 18,000 1027AV tech1195MONTHLY 2,340 1057Greenheck1549MONTHLY 6,588 1102Grease Master5635MONTHLY 7,620 2548Grease Master32,115MONTHLY 25,380 Total (Monthly)207,648Total (Annual)91,776 9. 2. Technical Exhibit 2 - Deliverables Schedule Deliverable & PWS SectionFrequencyAcceptable Quality Threshold# of Copies Medium/FormatSubmit ToRemedy of Failure 1.11.1. The contractor shall provide the COR with a monthly work schedule no later than the twentieth (20th) day of the month prior to the scheduled services.By the 20th of the month prior to the schedule services. 100 % 1 Hard CopyCOR No later than the 23rd of the month prior the scheduled services 1.11.1.2 Summit to COR Work Completion Report, format by contractor, with signatures of Facility Managers for each completed work location.Within 48 hours of completion100 %1 Hard CopyCORNo more than 72 hours after completion of work 1.3.1. The contractor shall establish, implement, and maintain a complete Quality Control Plan (QCP) to ensure the requirements of this contract are provided as specified.After contract award, 10 days prior beginning of work.100%2 Hard CopiesKONo later than 7 days prior work beginning of work. 1.6.2. The contractor shall perform normal cleaning services on Saturdays, Sundays, or holidays only upon receiving written approval from the COR.Monthly100%1 Hard CopyCORNo less than 72 hrs prior work start. 1.8.3.3. The contractor shall hold weekly safety briefings that apply to the requirements of this contract. The contractor shall maintain a record of these safety briefings.Upon request100%Hard CopyCORNo later than 48 hrs upon receiving request 1.9.2. NOTIFICATION OF ENVIRONMENTAL SPILLS: If the contractor spills or releases any substance listed in 40 CFR 302 into the environment, the contractor shall immediately report the incident to the COR.Immediately after incident100%Hard Copy/Digital copyCORWithin 24 hrs of incident 1.12.1 In the case of severe inclement weather, heavy rains, winds, etc., the contractor shall be authorized to alter regularly scheduled services with approval from the KO. The contractor shall immediately notify and coordinate any schedule changes with the KO prior to actually changing the approved schedule.As needed95%1 Hard CopyCORWithin 72 hrs of approved change. 4.2. The contractor shall submit four (4) copies of AF Form 3000, Material Approval Submittal, along with a sample of each product listed below to the COR for approval.At the beginning of the contract100%4 Hard CopiesCORWithin 10 days of the contract start date. 5.5.4. After cleaning is completed, the vent cleaning contractor shall place or display within the kitchen area a label indicating the date cleaned and name of the servicing company in accordance with NFPA 96 Page 16, Para 8-3.4.Once a year replace label, sign for every month cleaned.100%1 Label per hoodHoodNo later than 24 Hrs after cleaning 5.5.9. Contractor shall submit the checklist to the COR and each checklist shall have contract manager and facility manager's signature after cleaning works are completed. For all buildings, every month cleaned100%1 hard CopyCORNo later than 48hrs after cleaning
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/91bada346df125cb4aec63427ee2b80a)
 
Place of Performance
Address: 411th CSB (PARC Korea) Unit #15289, APO AP
Zip Code: 96205-5289
 
Record
SN03691197-W 20150409/150407234754-91bada346df125cb4aec63427ee2b80a (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.