SOLICITATION NOTICE
Z -- Fort Campbell, KY Sabre Tower Airfield Renovations
- Notice Date
- 9/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of the Army, Army Contracting Command, MICC, MICC - Fort Campbell, Bldg 2174, 131/2 & Indiana St, Fort Campbell, Kentucky, 42223-1100, United States
- ZIP Code
- 42223-1100
- Solicitation Number
- W91248-15-T-0055
- Point of Contact
- Mark D. Cooley, Phone: 2707987129, Wanda F. Jobe, Phone: 2704122302
- E-Mail Address
-
mark.d.cooley.mil@mail.mil, wanda.f.jobe.civ@mail.mil
(mark.d.cooley.mil@mail.mil, wanda.f.jobe.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Combined Synopsis/Solicitation to upgrade Air Traffic Control Tower 2. Solicitation Number: W91248-15-T-0055 3. Classification Code: Z1BA- Maintenance of Air Traffic Control Towers 4. Set-Side: 100% Small Business Set-Aside 6. Response Date: 18 September 2015, 1:00 PM CST Restrictions: 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. Request for Quotes are being requested and a written solicitation will not be issued. Solicitation Number is issued as a Request for Quote. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-85 dated 02 July 2015. The NAICS is 238210; business size is $14,000,000.00; acquisition is unrestricted with no set aside. The Period of Performance is contemplated to start 28 September 2015 and end on 30 November 2015. Description of Items Requested. This requirement requires the removal, design, assembly, and installation of air traffic control tower consoles. The requirement must be met with no interruption of the services provided by the employees assigned to the air traffic control tower. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirements listed. A site visit will be conducted on 15 September 2015 at 9:00 am CST. Please contact Mark D. Cooley at mark.d.cooley.mil@mail.mil and Wanda Jobe at wanda.f.jobe.civ@mail.mil to be provided access and directions. Period of Performance: As stated above; the complete Performance Work Statement document is attached. See attached offer schedule for description of items and quantities. The Government's intent is to make a single award to the responsive and responsible lowest price Technically Acceptable offeror. Quotes must be submitted for all line items as listed herein in order to be considered for award. The provision 52.212-1-Instruction to Offerors-Commercial Items is applicable and tailored as follows: Paragraphs (d), (e), (h), and (i) are deleted. 52.212-2- Evaluation-Commercial Items (OCT 2014). The following factors shall be used to evaluate offers received: 1) Technical, and 2) Price. In order to be considered technically acceptable, the offeror must provide evidence of possessing the special qualification annotated at paragraphs 1 and 2 of PWS paragraph 1.6.7. Pricing will be evaluated for reasonableness in accordance with FAR 15.404-1. 52.252-1, Solicitation Provisions Incorporated by Reference with fill-in information as (http://farsite.hill.af.mil). The successful offeror must be registered on the System for Award Management (SAM). Offerors are instructed to submit completed copies of FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items or offerors may complete Representation and Certification on website https://www.sam.gov/portal/public/SAM. (Contractor may be required to provide name of financial institution where business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers; as well as a brief description of previous contract services, provide the length of the contract or agreement, the dollar value, point of contact, and telephone number. This information will be used to determine responsibility for the successful offeror.) The following clauses and provisions apply: 52.212-4, Contract Terms and Conditions-Commercial Items (AUG 2012) is applicable; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Contract Items (MAY 2015), The following apply under this clause; 52.219-28- Post Award Small Business Program Representation (JUL 2013); 52.219-6- Notice of Set-Aside for Small Business Concerns (NOV 2011); 52.222-21, Prohibition of Segregation Facilities (APR 2015); 52.222-26, Equal Opportunity (APR 2015); 52.222-35, Equal Opportunity for Veterans (JUL 2014), 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014); 52.222-37, Employment Reports on Veterans (JUL 2014); 52.223-18- Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.228-5- Insurance- Work on a Government Installation (JAN 1997); 52.232-33 Payment by Electronic Funds Transfer -System for Award Management (JUL 2013); 52.232-99 - Providing Accelerated Payment to Small Business Subcontractors (DEVIATION 2012-00014) (August 2012); 52.246-4- Inspection of Services - Fixed Price (AUG 1996); This clause is amended to incorporate 52.216-1 Type of Contract- Firm Fixed Price. The following DFARS clauses and provisions apply to this solicitation: 252.204-7004 Alt A System for Award Management (MAY 2013); 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005); 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012); 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (SEP 2011); 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel (JUN 2013); 252.205-7000, Provisions of Information to Cooperative Agreement Holder (Dec 1991); 252.232-7006 Wide Area Workflow Payment Instructions (MAY 2013); and 252.232-7010, Levies on Contract Payments(Dec 2006). SCHEDULE OF INSURANCE: a. The Contractor shall, at its own expense, provide and maintain during the entire performance period of this contract at least the kinds and minimum amounts of insurance required below: Workmen's Compensation and Employer's Liability Insurance$100,000.00 General Liability Insurance for Bodily Injury Liability: Minimum per Occurrence $500,000.00 Automobile Liability Insurance: Minimum per Person $200,000.00 Minimum per Occurrence for Bodily Injury $500,000.00 Minimum per Occurrence for Property Damage $20,000.00 b. Before commencing work under this contract, the Contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. The policies evidencing required insurance shall contain an endorsement to the effect that any cancellation or any material change adversely affecting the Government's interest shall not be effective (1) for such period as the laws of the State in which this contract is to be performed or prescribed (2) until 30 days after the insurer or the Contractor give written notice to the Contracting Officer, whichever period is longer. c. The Contractor shall insert the substance of the clause entitled "Insurance - Work on a Government Installation (FAR 52.228-5)," in subcontracts under this contract that requires work on a Government installation and shall require subcontractors to provide and maintain the insurance required above. Contractor Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report ALL Contractor manpower (including subcontractor's manpower) required for performance of this contract. The Contractor is required to completely fill in all information in the format using the following web address https://contractormanpower.army.pentagon.mil. The required information includes: a. Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; e. Estimated direct labor hours (including subcontractor); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, county, when in an oversea location, using standardized nomenclature provided on website; l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's systems to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. SUBMISSION OF INVOICES (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports. Instructions for use of the WAWF system are located and authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type: 2 in 1 Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. OFFER SCHEDULE GEOGRAPHICAL INFORMATION SYSTEM SUPPORT FORT CAMPBELL, KY The contractor shall provide all labor, supplies, equipment, and necessary materials to perform all operations. BASE PERIOD (12 MONTHS - PERIOD OF PERFORMANCE): Unit ofUnit Total Item No. Supplies/ServicesQuantity Issue Price Price 0001 Consoles Flight Operation 1MO $________ $_______ (WEEKLY) -Provide progress reports for up-to-date account of works listed herein and IAW Performance Work Statement (PWS). See Paragraph 5.1 and Part 7 for the Performance Requirements TOTAL PRICE $___________________ ALL WORK TO BE PEFORMED: SABRE TOWER, FORT CAMPBELL, KY PERFORMANCE WORK STATEMENT (PWS) Sabre Tower Console Replacement/SABRE Tower Console Modification, DPTMS Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide Sabre Tower Control console replacement and Sabre Tower console modification. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the Sabre Tower console replacement and Sabre Tower console modification as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. 1.2. Scope of Work: Contract project to replace all control position consoles in Sabre Tower and modifying Sabre Tower consoles with an additional assistant position without disrupting the mission critical flow of air traffic or creating a life safety hazard for the controller workforce or the aviation customer they support. Contract is necessary to de-install the existing consoles, rewire the facilities as necessary and install new consoles. Projects exists of 4 phases to be completed in 4 consecutive weeks. 1.3. Objectives: 1) Replace T-3 panel in tower cab 2) Complete electrical service modifications 3) Remove all ATC equipment from the existing consoles listed to be removed in each work phase 4) Remove the existing consoles 5) Install new electrical wiring and conduit, upgrade electrical grounding 6) Upgrade electrical service 7) Install new consoles 8) Install the previously removed ATC equipment with its power circuits and data lines into the new consoles 9) Verify the consoles are fully operational and certified to be FAA functionally compliant 11) After consoles in the phase are certified as fully functional start next phase 12) Repeat Steps 2-9 until all 3 phases of console replacement and the entire project including electrical are completed in a consecutive 4 week period 13) Install custom millwork 14) Remove old carpet and replace with new ESD discovery ECO series carpet 1.4. Scope: Electrical preparation and modifications, equipment/console removal, equipment/console installation, certification to Federal Aviation Administration standards. Services include: • Replace "T-3" Panel • New Electrical Routing • Removal of Equipment from Existing Furniture • Removal of Existing Consoles • Installation of new Consoles by a Certified Installation Manager. • Electrical Grounding and new electrical routing • Reinstallation of equipment in new consoles • Removal of Equipment from Existing Furniture • Removal of Existing Consoles • Installation of new Consoles by a Certified Installation Manager. • New Electric grounding and new electrical routing • Reinstallation of equipment in new consoles • Modesty panel for stairwell opening • Removal of Equipment from Existing Furniture • Removal of Existing Consoles • Installation of new Consoles by a Certified Installation Manager to include TCW and assistant position in Sabre Tower. • New Electric grounding and new electrical routing • Reinstallation of equipment in new consoles • Carpet Work The contractor shall accomplish the entire scope of work in accordance with project schedule time limitations without negatively impacting or degrading the air traffic services provided by Sabre Control Tower and without impacting the capability of facility to provide those services. 1.5.Period of Performance: Complete 1 electrical preparation phase and 3 console removal and installation phases in 4 consecutive weeks immediately upon approval of funding. 1.5.1. Conservation of Resources. The contractor shall conduct a program to conserve the supplies, materials, equipment, utilities, and facilities furnished by Government under this contract. 1.6. General Information 1.6.1. Quality Control: ISO 9001 construction standards. The contractor shall develop and maintain an effective quality control program to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. QCP is to be delivered within 15 days after contract award. Three copies of a comprehensive written QCP shall be submitted to the KO and COR within 5 working days when changes are made thereafter. After acceptance of the quality control plan the contractor shall receive the contracting officer's acceptance in writing of any proposed change to his QC system. 1.6.2. Quality Assurance: The government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s). 1.6.3. Recognized Holidays: Sabre Control Tower is a 24 hour/5 day-a-week facility. Contractor will not be allowed to work holidays. The following are observed holidays: New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.4. Hours of Operation: Contractor hours of work must conform to periods of light to moderate traffic density and noise pollution. Noise created by the contractor must not impact the tower controller's work environment or be audible to the customer via radio communication when the controller is transmitting critical safety and control instructions to aircraft. Based on light to moderate traffic density those hours are generally 0700-1800 Monday - Friday. Monday thru Friday except Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.5. Place of Performance: The work to be performed under this contract will be performed at Sabre Air Traffic Control Tower, Building 6639, Sabre Army Heliport, Ft. Campbell, KY. 1.6.6. Security Requirements: Contractor personnel performing work under this contract must have a government employee escorting or accompanying them while working in secure government facilities at time of the proposal submission, and must maintain the level of security required for the life of the contract. The Contractor shall comply with installation and Department of Defense security requirements. All personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor, entering the Government reservation, shall abide by all security regulations of the installation which may be in effect during the contract period. 1.6.6.1. Physical Security: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. 1.6.6.2. Key Control N/A, building is access controlled via cipher locks, contractors will be escorted or accompanied by government employees. 1.6.6.3.Lock Combinations N/A, contractors will be escorted or observed by government employees during all work phases. 1.6.7. Special Qualifications: 1) The installation of the consoles must be carried out by certified installers who have experience in retrofitting operational ATCT's in "live cut-over" situations. 2) The Prime Contractor must demonstrate a background in installing custom mission critical consoles into new tower installations as well as cab modernizations, and must have past performance representing as such. Past Performance may be with the United States Military, the FAA, international ATCT's, and approach facilities. Must provide reference POC's upon request. 3) Prime contractor must provide phased installations without interrupting mission critical flight operations, and must be able to provide past performance history with reference POCs. 1.6.8. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award meetings convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. 1.6.9. Contracting Officer Representative (COR): The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10. Key Personnel: The following personnel are considered key personnel by the government: Contractor Manager/Team Leader, Electrical Contractor and Console Installers. The contractor shall provide a contract manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the contracting officer. The contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between 8 AM - 6 PM., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. Qualifications for all key personnel are listed below: 1.6.10.1. Contract Manager (CM). The Contractor shall provide a full time, on-site Contract Manager who shall be responsible for the performance of the work. The CM and Alternate CM shall be appointed in writing and submitted to the Contracting Officer and COR on contract start date. The CM position will be a certified Console Installer which includes certification and Instructor with extensive experience in Air Traffic Control (ATC) Towers, especially in ATCT Installations and live cutovers. 1.6.10.1.1. The contract manager and alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract including, but not limited to the following: all electrical associated with the tower modernization and refit, console demolition /installation, custom stair build out enclosure, carpet demolition and installation. 1.6.10.1.2. The CM, or alternate, shall be available during normal duty hours upon notification by the Contracting Officer or COR within 60 minutes to meet with Government personnel at locations on the installation specified by the Government, to discuss contract matters. After normal duty hours, the contract manager, or alternate, shall be available within 2 hours after Contracting Officer or COR notification to meet with Government personnel at locations on the installation specified by the Government, to discuss emergency contract matters. 1.6.10.1.3. The Contract Manager responsible for the management and scheduling of work to be performed under this contract shall possess at least 3 years of recent (within the past 5 years) experience in managing personnel responsible for the installation of the Consoles and the electrical upgrade. 1.6.10.1.4. Contractor's letter appointing the Contract Manager and alternate shall provide the required experience of these personnel and shall be submitted to the Contracting Officer and COR on contract start date and if Contract Manager and/or alternate is replaced during the contract period. 1.6.10.2. Console Installers: Must hold an installation certification and have extensive (3 to 5 years) experience with ATCT installations and live cutovers. 1.6.10.3. Electrical Contractor: Responsible for all efforts of the electrical team including electrical demolition and installation as well as for the efforts of the Contract Electrician. Effects coordination as necessary with CM, the ATC Chief, Air Traffic, NAVCOM and Radar Supervisors. Responsible for Quality Control/ Inspection of the contractor electrical work and DPW final electrical inspection certification. Additional responsibilities are to install necessary infrastructure (electrical, grounding and related support structures) as directed by the CM. 1.6.10.4. Employees: The Government may restrict the employment of any contract employees, or prospective employees, who are identified as a potential threat to the health, safety, security, and general well being of the operational mission of Fort Campbell, Sabre Army Heliport and their population. 1.6.11. Identification of Contractor Employees: All contract 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. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. Contractor employees will be required to wear their respective company badges and be escorted by a government employee while in government facilities. 1.6.12. Contractor Travel: Contractors should include in the contract cost all travel and per diem expenses necessary for his employees to effectively complete this project. Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires Government approval/authorization and notification to the COR. For proposal purposes, a Not to exceed amount for travel can be established or you can include in your IGCE and the workload summary, a projected listing of travel locations to include frequency and number of persons required to travel so the offerors can provide pricing. The timeline must be met in order to hold schedule, and to keep from any additional charges to Ft. Campbell due to extended schedules and travel. 1.6.13. Other Direct Costs: All other direct cost requirements must be listed in the bid and preapproved by the contracting officer. These costs include reproduction, shipping expenses and other associated direct cost expenses necessary to complete the project. 1.6.14. Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.6.15. Organizational Conflict of Interest: 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 Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the Contracting Officer 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 Contracting Officer to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may effect 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. 1.7. Installation Access: 1.7.1. In order to gain access to Fort Campbell, KY non-Federal Government and non-DoD issued ID cardholders require identity proofing and vetting to determine fitness and eligibility for access. Specifically, a check of records through the National Crime Information Center (NCIC) Interstate Identification Index (III) is the Army's minimum background check for the entrance onto Army installations for non-Common Access Card (CAC) holders, to include entrance of visitors. 1.7.2. Fort Campbell applies the following non-Federal Government cardholder criteria to determine the authorized type of access control credentials: a. ContractorsRAPIDGate or 1-Day Pass b. Sub-ContractorsRAPIDGate or 1-Day Pass c. VendorsRAPIDGate or 1-Day Pass d. SuppliersRAPIDGate or 1-Day Pass e. Service ProvidersRAPIDGate or 1-Day Pass f. Visitors (Case-by-Case Basis): 1-Day Pass g. Privatized Business Partners: Air Assault Card (The following are Privatized Business Partners: IHG, Campbell Crossing, University/College faculty, Fort Campbell Credit Union, Bank of America and Home Health Care) 1.7.3. Contractor Common Access Card (CAC) Eligibility: Authorized contractor personnel requiring access to two or more DoD-controlled installations/facilities on a recurring basis for a period of 6 months or more; OR an individual requiring both access to a DoD-controlled installation/facility and onsite/remote access to DoD or Army controlled information networks on behalf of the Army REQUIRE a favorable NACI background investigation. Buildings or activities where special security measures (i.e., Controlled Access Areas) are employed may be considered a "separate facility" from the installation, in accordance with the determination of the command leadership for the particular building/activity a. Initial issuance of a CAC requires the completion of a Federal Bureau of Investigation (FBI) fingerprint check with favorable results and the successful submission of a National Agency Check with Inquiries (NACI) (equivalent or higher) background investigation to the Army's investigative service provider, the U.S. Office of Personnel Management (OPM), via the U.S. Army Personnel Security Investigation Center of Excellence. i. To process the NACI, a Background Investigation Worksheet, (FC FM 255), and proof of citizenship is required. The following are the only documents allowed for citizenship verification: birth certificate, certificate of citizenship-INS, certificate of naturalization, certification of birth-Form DS-1350, certification of birth-Form FS-545, passport and the report of birth abroad-Form FS-240. ii.The Contracting Officer's Representative (COR) is responsible for completion and submission of the "Initiation Packet" consisting of each individuals completed FC FM 255 and citizenship documentation. iii.The COR submits the completed packet to the DPTMS Security & Intelligence Division (SID) for review. Following review by the SID, the COR will be contacted by the SID to have the individual make an appointment for fingerprinting. At the appointment, the SID representative will verify the information provided by the individual, take and submit digital fingerprints, and explain the remaining process. b.After the contractor's appointment with SID, Fort Campbell Installation Access Control will issue the individual a 30 day installation pass to allow for processing of the NACI background investigation. The NCIC III must be favorable prior to issuance of the 30 day pass. 1.7.4. Contractor personnel who are ineligible for a Common Access card (CAC) will be required to either obtain daily visitors pass or participate in the RAPIDGate Program. RAPIDGate is a voluntary program due to associated costs. RAPIDGate Credential Holders Vendors, suppliers, contractors, sub-contractors and service providers with RAPIDGate credentials may enter the installation operating single rear axle small to medium vehicles through any Access Control Point (ACP). Single axle trailers may be towed by RAPIDGate ID card holders that are operating small to medium vehicles through the above mentioned ACPs. RAPIDGate credential holders operating large multiple rear axle commercial vehicles or towing multiple axle trailers of any type are required to access the installation through ACP 7 or ACP 10. A large commercial vehicle is generally greater than 27 feet in length (cab and cargo area), generally has multiple rear axles and is designed for large load transportation and delivery. Examples include, but are not limited to: semi-trailers, delivery trucks, heavy equipment movers and other vehicles of similar size, shape or design. Non-RAPIDGate Credential Holders Vendors, suppliers, contractors, sub-contractors and service providers operating small to medium single rear axle privately owned passenger type vehicles may obtain a one day pass at the Gate 4 or Gate 7 Visitor Control Center. Hours of operation are 0500-2100, seven days a week. Personnel operating the abovementioned vehicles may use the one day pass for access at any ACP. All occupants of the vehicle must have either a one day pass or an installation approved DoD issued identification card. All visitors and contractors will be vetted with an NCIC III check. Vendors, suppliers, contractors, sub-contractors and service providers operating commercial vehicles or towing trailers of any type may obtain a one day pass at the Gate 7 Commercial Vehicle Inspection checkpoint. The Gate 7 Commercial Vehicle Inspection checkpoint is operational 24 hrs a day, seven days a week. Personnel operating the abovementioned vehicles may only enter the installation at the Gate 7 Commercial Vehicle Inspection checkpoint. All occupants of the vehicle must have either a one day pass or an installation approved DoD issued identification card. Access procedures for all personnel may change at any time due to installation security requirements. 1.7.5. DoD ANTI-TERRORISM STANDARDS: Pursuant to Department of Defense Instruction 2000.16, "DoD Anti-Terrorism Standards," each contractor employee who needs access to Fort Campbell, Kentucky, must complete Level I anti-terrorism awareness training and receive certificate of training. The training is publicly available at https://jkodirect.jten.mil. Contractor shall provide certificates to the Contracting Officer. If an automated system is not available, contractor may conduct required training (i.e., as part of Quality Control or Safety training) and provide employees' names and evidence of certification to the Contracting Officer. 1.7.6. OPSEC REQUIREMENTS: All contractors granted access to the Fort Campbell domain or with knowledge of military/government operations will complete annual Operations Security (OPSEC) training as outlined in AR 530-1 Chapter 4. The contract lead will submit training certificates or a sign-in roster with attached training materials to the Contracting Office Representative (COR) at the end of the fiscal year or as requested. Recommended source for required OPSEC training is located at http://cdsetrain.dtic.mil/opsec/index.htm all other training must be approved by the COR. All newly assigned personnel within the first 30 days of arrival in the organization must receive initial training. It is recommended this training be conducted as part of an initial entry briefing or unit/organization newcomer's briefings. PART 2 DEFINITIONS & ACRONYMS 2. DEFINITIONS AND ACRONYMS: 2.1. DEFINITIONS: 2.1.1. CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER. A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3. CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4. DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. DELIVERABLE. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10. QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR. One that enters into a contract with a prime contractor. The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13. WORK WEEK. Monday through Friday, unless specified otherwise. 2.2. ACRONYMS: ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation ATCAir Traffic Control ATCTAir Traffic Control Tower ATSMAmerican Society for Testing and Materials AWGAmerican Wire Gauge CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTRContracting Officer's Technical Representative COTSCommercial-Off-the-Shelf DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DODDepartment of Defense DPW Department of Public Works FAAFederal Aviation Administration FAA-STDFAA Orders and Standards FARFederal Acquisition Regulation FSFederal Standards HIPAAHealth Insurance Portability and Accountability Act of 1996 IEEEInstitute of Electrical and Electronics Engineers KOContracting Officer MDPMain Distribution Panel NAVCOMNavigational Aids and Communication Systems NEMANational Electrical Manufacturers Association NETAInternational Electrical Testing Association NFPANational Fire Protections Association NRTLNationally Recognized Testing Laboratory OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs OPSECOperations Security PIPOPhase In/Phase Out POCPoint of Contact PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program TETechnical Exhibit ULUnderwriters Laboratories PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide ATC Maintenance Technicians to assist the electrical and console installation teams and an ATC Maintenance Supervisor(s) to answer technical questions that arise during this installation. Ft. Campbell ATC Maintenance staff will work with the installation team in getting the consoles to the top of the air traffic control tower. Ft. Campbell ATC Maintenance staff will work with the installation team in getting the old consoles to the bottom of the air traffic control tower and ready for DRMO turn in. ATC maintenance team will be responsible for the removal and reinstallation of all ATC specific equipment. 3.2. Facilities: The Government will provide contractor access to the workspace necessary for the contractor staff to provide the support outlined in the PWS to include desk space, telephones, computers, and other items necessary to maintain an office environment. 3.3. Utilities: The Government will provide all utilities in the facility will be available for the contractor's use in performance of tasks outlined in this PWS. The Contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities. 3.4. Equipment: The Government will provide the new consoles which will be delivered as required from the storage area to the tower by the ATC Maintenance staff of Fort Campbell. The contractor will have access to pdf scanners, fax machines, and printers as necessary to complete the project. 3.5. Materials: The Government will dispose of the pre-existing consoles and associated materials from the ATCT after they are removed (furniture, carpet, any construction debris etc.) PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1. General: The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2. Secret Facility Clearance N/A: 4.3. Materials: The Contractor shall furnish all materials, supplies, and equipment necessary to meet the requirements under this PWS, with the exception of the consoles that are already on site. 4.4. Equipment: The Contractor shall provide the equipment necessary to upgrade the wiring including power panels and boxes, wiring, wiring connectors, conduit, breakers, anchors, nuts, bolts and carpet (including mastic) necessary to complete this project. PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide services for: Task #1 - Electrical Preparation Replace "T3" Panel: Electrical Contractor to replace CR panel in Cab: - Ingress to the LP-2 panel is from the bldgs. Main electrical room on the ground floor to the new T3 panel in Tower cab. -Remove "T-3" with new 100 Amp 30 circuit 120/208V 3 flush mounted panel. - Install new 1 ¼ " conduit with 32 AWG copper conductors from existing panel "LP-2" in the bldgs. main electrical room to "T-3". - Provide 100A 3 phase circuit breaker in panel LP-2. - Schedule short outage period to replace existing panel in tower with new panel and refeed panel. New Electrical Routing. Electrical Contractor to provide new electrical routing: - Route circuit wires for phase 1 and phase 2 console replacement, no shared ground wire. - Phase 2 circuits will be staged in the wire duct until phase 2 console removal. Task #2 - Console Replacement Phase 1 Removal of Equipment from Existing Furniture: On-site ATC maintenance technicians removes all ATC specific equipment from existing consoles in phase #1 of the project. The removal of equipment is scheduled to take one day and begins on the Monday of each phase, the maintenance group has the weekend to prep and remove the equipment if it is projected to take longer than the one day schedule. Removal of Existing consoles: Certified project/ Installation manager to remove existing console furniture: -The ATC maintenance technicians will help in removing this furniture from the ATCT. ATC maintenance technicians are responsible for disposing of the existing furniture. Installation of New Consoles: Installation of Phase #1 area by a certified Installation Manager. Electrical Grounding: Electrical Contractor to prepare electrical grounding: - Mount (1) ground bar inside the console at each new operator position. All new ground bars will be connected to the existing main ground bar (MGB) currently installed. New Electrical Grounding: Routing provided by electrical contractor: - when Phase 1 old consoles are removed, extend wire duct, wires and install receptacles and boxes. One per console position. Reinstallation of Equipment into the new Consoles: Ft. Campbell ATC Maintenance technicians: All equipment will be reinstalled into the Consoles as described in Phase #1. The reinstallation of equipment is scheduled to take one day and begins on the Friday of each phase, the ATC maintenance technicians has the weekend to prep and reinstall the equipment if it is projected to take longer than the one day schedule. The equipment needs to be up and running and completely operational by the following Monday in order to begin Week #3 of the project. Task #3 - Console Replacement Phase 2 Removal of Equipment from Existing Furniture: Ft. Campbell ATC maintenance technicians will remove all ATC specific equipment from existing consoles as described in Phase #2. The removal of equipment is scheduled to take one day and begins on the Monday of each phase, the maintenance group has the weekend to prep and remove the equipment if it is projected to take longer than the one day schedule. Removal of Existing Consoles: Certified project/ Installation manager to remove existing console furniture: the local FT. Campbell group will help in removing this furniture form the ATCT. Ft. Campbell is responsible for disposing of the existing furniture. Installation of New Consoles: Installation of Phase #1 area by a certified Installation Manager. Electrical Grounding: Electrical Contractor to prepare electrical grounding: - Mount (1) ground bar inside the console at each new operator position. All new ground bars will be connected to the existing main ground bar (MGB) currently installed. New Electrical Grounding: Routing provided by electrical contractor. When Phase 2 old consoles are removed, extend wire duct, wires and install receptacles and boxes. One per console position. Reinstallation of Equipment into the new Consoles: Ft. Campbell ATC maintenance technicians reinstalls all ATC specific equipment into new consoles as described in Phase 2. The reinstallation of equipment is scheduled to take one day and begins on the Friday of each phase, the maintenance group has the weekend to prep and reinstall the equipment if it is projected to take longer than the one day schedule. The equipment needs to be up and running and completely operational by the following Monday in order to begin Week #4 of the project. Modesty Panel for Staircase Opening: During the removal of equipment for phase 3, installation team to create and install custom frame for stair case modesty panel so electrical panel can be mounted inside modesty panel. New light fixture to be installed in new stair well enclosure. Task #4 - Console Replacement Phase 3 Removal of Equipment from Existing Furniture: ATC maintenance technicians removes all ATC specific equipment from existing consoles as described in Phase #3.The removal of equipment is scheduled to take one day and begins on the Monday of each phase, the maintenance group has the weekend to prep and remove the equipment if it is projected to take longer than the one day schedule. Removal of Existing Consoles: Project/Installation Manager to remove existing console furniture; ATC maintenance technicians will help in removing this furniture from the ATCT. Ft. Campbell responsible for disposing of the existing furniture. Installation of new Consoles: Installation of Phase # 3 area Certified Installation Manager, to include the new TCW corner unit. Electrical Grounding: Electrical Contractor to prepare electrical grounding: - Mount (1) ground bar inside the console at each new operator position. All new ground bars will be connected to the existing main ground bar (MGB) currently installed. New Electrical Grounding: Routing provided by electrical contractor. When Phase 3 old consoles are removed, extend wire duct, wires and install receptacles and boxes. One per console position. Reinstallation of Equipment into the new Consoles: On-site local ATC maintenance technicians reinstalls all ATC specific equipment into new consoles as described in Phase 3. The reinstallation of equipment is scheduled to take one day and begins on the Friday. Carpet: Carpet contractor will come in and cut around the new console furniture removing the existing carpet from the front of the new furniture out into the tower. Once this is removed the carpet contractor will reinstall the 31 sq. yds. by Julies Industries Static Smart TM ESD carpet tile 24"x24" Discovery ECO Series specifically designed for ATCT applications. 5.2. Task Heading. 11. Electrical Pre-Phase 2 1.1 Remove old panel and install new T-3 panel 1.1.2 Run new electrical routing for Phase 1 and 2 4 2. Phase I Installation 5 2.2.1 Remove equipment from existing furniture 2.2.2 Remove existing consoles 2.2.3 Install new consoles for Phase 1 6 2.2.4 Prepare electrical grounding and new electrical routing for Phase 1 consoles 2.2.5 Reinstall equipment into new consoles for Phase 1 7 2.2.6 Remove and dispose of Phase I consoles 9 3. Phase II installation 10 3.1.1 Remove equipment from existing furniture 11 3.1.2 Removal of existing consoles 3.1.3 Installation of new console for Phase 2 3.1.4 Prepare electrical grounding and new electrical routing for Phase 2 consoles 3.1.5 Reinstall equipment into new consoles for Phase 2 3.1.6 Install modesty panel for stairwell opening 124. Phase III Installation 13 4.1.1 Remove equipment from existing furniture 14 4.1.2 Removal of existing consoles 15 4.1.3 Installation of new console for Phase 3 to include TCW corner unit in Sabre Tower. 16 4.1.4 Prepare electrical grounding and new electrical routing for Phase 3 consoles 17 4.1.5 Reinstall equipment into new consoles for Phase 3 18 4.1 6 Remove old carpet and replace with new carpet 5.3. CONTRACTOR MANAGEMENT REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also know as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 5.4. SPECIAL CONDITIONS: 5.4.1.The Contractor is responsible for knowledge of and compliance with all environmental laws, regulations, and programs of this installation, the County, State and Federal agencies that relate to or may arise under the performance of this contract. Included, but not limited to its compliance with applicable standards for the prevention, control and abatement of environmental pollution in full cooperation with the Installation, Federal, State and Local Governments. 5.4.2.Penalty charges resulting from citations against Department of Defense, Department of the Army or Fort Campbell, Kentucky or its agents, officers or employees due to the Contractor's failure to comply with environmental laws, regulations and programs, that relate to or may arise under the performance of this contract may be deducted or offset by the Government from any monies due the Contractor, and with respect to such citations, the Contractor will further take any corrective or remedial actions as directed by such agencies. 5.4.3.Warranty: Contractor's warranty shall last one (1) full year unless otherwise noted from the date of acceptance of the final unit completed under this contract. Any rework shall be done at no additional cost to the Government by the contractor in a timely manner. 5.5.Permits: 5.5.1 TN/KY Construction Permits: If permit applies to this requirement. (1) Construction Activity - Storm Water Discharges - Notice of Intent, NOI, (2) National Pollution Discharge Elimination System Permit, NPDES. The contractor must also complete and document weekly inspections of sediment and erosion control devices, which must be submitted to Fort Campbell. Erosion Control Measures shall be submitted with a copy of Project Drawings prior to construction activities that will expose areas to erosion. Erosion control measures shall be in accordance with the provisions of Section C.1.9.6 and the Fort Campbell Policy for Storm Water Erosion and Sediment Control at Construction Projects. Documents can be found by going to: http://www.campbell.army.mil/campbell/directorates/DPW/envdiv/Pages/default.aspx from the main page, enter the ‘Water Program' area and a link can be found to download the proper documentation. Project Engineer will provide to Environmental for guidance. Erosion control measures shall be removed after establishment of grass at the completion of the contract. Sample BMPS can be found in the Tennessee Erosion and sediment Control Handbook. http://www.tnepsc.org/handbook.asp Note: All erosion control shall be removed prior to request for final payment with permanent control in place. 5.5.2. Dig/Excavation Permit: If permit applies to this requirement. All contractors and their subcontractors shall be required to obtain a dig permit prior to performing rock or soil excavation. The contracting officer (CO) will discuss the excavating policy at the construction pre-work conference. Contract shall contact Tennessee One Call and follow the requirements and procedures and will maintain a current, valid permit. Should the policy not be addressed during the pre-work, the contractor shall still be responsible for obtaining the excavation permit. The government reserves the right to assess monetary damages against any contractor for repair of damage to underground utilities when excavations are performed without the referenced permit. Contractor shall contact Tennessee One call for underground locates at "811", 800-351-1111 or email - tnocs@tnonecall.com 5.5.3. Confined Work Space: If applies to this requirement. Contractor shall observe OSHA Regulation 29 CFR Parts 1910 regarding permitting, entry and working within confined spaces. Contractor is required to provide a copy of his work plan to the Contracting Officer's representative prior to entering any confined space. 5.5.4. Electrical Permit: If permit applies to this requirement. No electric equipment shall be installed within or on any Fort Campbell building, structure, or premises, nor shall any alteration or addition be made in any such existing equipment without first securing an Electrical Permit from the Fort Campbell Electrical Inspector in accordance with CAM Regulation 420-4 (Quality Assurance "Electrical" InspectionStandards) latest edition. 5.6. Notification Requirements: Any time work of any kind will or may cause interference with Fire alarm or Sprinkler Systems: Contractor shall notify the Central Dispatch Center before and after working on any fire alarm or sprinkler system. Contractor shall notify the Central Dispatch Center that they are testing the fire alarm and sprinkler system at a specific building and request that they record time and signals received. Contractor shall notify Central dispatch Center following testing to verify signals received and to advise fire department that testing has been completed. Central Dispatch Center (798-1221 or 798-1224). Proper notification and coordination is required to preclude unnecessary response to false alarms. Failure of Contractor to provide this notification and a false alarm occurs; a deduction of $453.00 may be assessed from the Contractor's payments. NOTE: Any time a fire alarm or sprinkler system is to be affected the contractor is responsible to provide notification, and qualified personnel to take down and bring back on line the existing FACP, King Fisher Transmitter, or suppression system. The government will not provide this service. 5.7. Radios: Contractors utilizing mobile/hand radios are required to register their frequency with Jesse Tharpe, Network Enterprise Center; (NEC), telephone 270-798-9789. 5.8. Conduct & Dress: Workers shall be properly attired at all times. Full-length pants (no shorts), shirts (tee-shirt minimum), and proper shoes (no flip-flops, thongs, or open-toed sandals) are required. No smoking in buildings. Department of the Army Smoking Policy shall be observed. Tobacco use is prohibited in all DA-occupied workplaces except for designated smoking areas only. Smoking allowed outside as long as butts, wrappers, packages, etc., are policed daily. The contractor shall ensure that all lunch and break times debris are contained and removed from the site at the end of each period and properly disposed of as specified. Profanity is strictly forbidden. Only necessary company operational vehicles shall be driven to project site. All privately owned vehicles shall be parked at contractor's storage area. 5.9. Work Area: All debris, equipment, tools, supplies, etc., shall be removed or stored in such a manner as not to interfere with the use of the facility. 5.10. Disposition of Materials: Disposal of materials and equipment is the responsibility of the contractor at locations as specified. No materials or equipment shall be removed from Government property without written permission from the proper authorities. Miscellaneous Metals and Scrap Rubber shall be delivered to DRMO or other appropriate facility for recycling. The metals can be steel, aluminum, brass, copper and bronze. Empty containers (55 gallon drums, 5 gallon cans, etc.) that have contained petroleum, antifreeze, paint, acid, etc. cannot be accepted as scrap metal and shall be emptied of any liquid contents in accordance with applicable regulations and then flatten and placed in dumpsters at the convenience centers. 4.3.10Construction and Demolition (C&D) debris should be taken to the Woodlawn landfill. Note the maximum concrete size is 48" x 34". Per ACSIM policy, it is required to divert a min. of 50% of all C&D waste from the Woodlawn landfill. All diverted salvageable materials (valves, piping, electrical, etc) should be taken to DRMO or other appropriate facility and counted as diverted. The weight of all diverted materials shall be turned in to the COR to distribute to the DPW Environmental Division, Solid Waste Program manager for reporting to higher headquarters. 5.11. Use of Dumpsters: The contractor is not permitted to use the Fort Campbell refuse dumpster, located near the project site, for disposal of materials 5.12. LANDFILL ACCESS: If required, the contractor shall obtain a "landfill access permit" to gain access to Woodlawn C&D landfill. Permit can be obtained from the Pollution Prevention Operating Center (PPOC) Building 5134. POC is contract support at 798-9785/ PPOC Branch Chief at 798-9767. All access to landfill shall be during the hours of 7:30 a.m. to 3:00 p.m., Monday thru Thursday and 7:30 a. m. to 11:30 a. m. on Friday unless coordinated through the COR. 5.13. Hot Permit: If permit applies to this requirement. Any time an open flame is used in performance of a contract a Hot Work permit shall be requested from the Fire Department. (270) 798-7171 Contractor is required to provide a copy of permit to the Contracting Officer's representative prior to any hot work. 5.14. Environmental Issues: Contractors are responsible for compliance with all Fort Campbell Environmental policies. Available at: http://www.campbell.army.mil/campbell/directorates/DPW/envdiv/Pages/default.aspx 5.15. Hazardous Chemicals: If hazardous chemicals or POL spills occur at the job site the Fire department and then the DPW Environmental Division shall be notified immediately. 5.16. Hazardous Waste: No liquids or hazardous waste created or used during construction of the facility shall be deposited in the landfill. Disposal of such waste shall be done in accordance with environmental regulations. Manifests for disposal must be coordinated through the DPW Environmental Division. If any fluorescent tubes or electrical ballasts are removed during renovation, they must be recycled by an approved facility. Any hazardous waste generated during renovation is the sole responsibility of the contractors in regard to regulatory storage and disposal requirements. All hazardous wastes generated during this contract must also be manifested off post. The manifest shall be submitted for review and signature prior to transporting any materials off the installation. 5.17. EPCRA: The Emergency Planning and Community Right-To-Know Act (EPCRA) require that site specific information concerning hazardous chemicals use and releases be provided. A hazardous material as per 29 CFR 1910.1200 is any substance which is a physical or health hazard. The Contractor is required to maintain an inventory of hazardous materials and associated MSDS sheets using the attached FTCKY Hazmat Inventory Form. This inventory shall be provided on a separate submittal sheet to the Contracting Officer at least 10 working days before the hazardous materials are brought on to the installation. 5.18. Inventories of hazardous substances listed in the Act shall include quantities received, amount used, and quantities turned in for disposal. The amount that is not accounted for will be considered as quantities that were released to the environment. Based on this new requirement it is imperative that strict inventory controls be placed on hazardous substances that are being used on Fort Campbell. Questions in reference to the EPCRA can be directed to the Pollution Prevention Branch, Environmental Division, telephone 798-9771 NOTE: If no hazardous material IAW 29 CFR 1910.1200 is to be brought onto the installation note such on the inventory form and submit the form. 5.19. Air pollution restrictions applicable to this project do not allow materials to be burned on the Government premises. 5.20. Suspect Asbestos/Lead Based Paint-Containing Materials: If, at any time during the project, the contractor discovers suspect asbestos/lead based paint-containing material(s) which have not been previously identified in the contract, the contractor shall not proceed with the work, and shall notify the Contracting Officer's representative immediately. 5.21. Asbestos work: Any asbestos work to be conducted at Fort Campbell requires the personnel doing the work to have a minimum 5 years verifiable experience in either Tennessee or Kentucky. 5.22. SCHEDULE OF WORK: The contractor shall note the following conditions: 5.2.1. The contractor shall coordinate all his work and scheduling with the Contracting Officer's Representative (COR). The contractor shall notify the COR a minimum of forty eight (48) hours in advance of commencing work. All work shall be done during the hours of 7:30 a.m. to 4:00 p.m., Monday thru Friday unless coordinated through the COR. 5.2.2. Coordinate all activities with facility personnel in order to minimize interruption to normal activities. 5.2.3. The Contractor shall be responsible for all damage to premises and structures caused by the Contractor during remediation. Damage shall be repaired to the original condition at the Contractor's expense using original criteria. 5.3. Power Outages and Shutdowns: 5.3.1. The heating system shall be operational during the heating season from approximately 1 November to 1 April, except for short-term schedule shutdowns approved by the Contracting Office. Any request for a short term shutdown shall be submitted seven (7) days in advance. The request shall give the approximate length of time required for the proposed work and the methods to be used. 5.3.2. During shutdowns of heating systems it shall be the contractor's responsibility to provide auxiliary heat and freeze protection as required. 5.3.3. Any request for a short term power outage shall be submitted seven (7) days in advance. The request shall give the approximate length of time required for the proposed work and the methods to be used. 5.4. Exterior Utility Connections: 5.4.1. Water/Wastewater: Projects involving connections to the exterior water or sewer service shall be coordinated with CH2M HILL (931.431.2013 On-Site Engineer) prior to bidding. No water or waste water connections may be made without the execution of a written agreement with CH2M HILL. All design and construction of water and wastewater facilities at Ft. Campbell shall be in compliance with the Water and Wastewater Design and Construction Standards obtained from CH2M HILL. CH2M HILL will determine what, if any, water and sewer infrastructure may be physically constructed by the Contractor and shall be the sole judge of the adequacy of any such construction performed by the Contractor. The Contract Price is to include the complete cost to design and construct water and sewer services under this contract whether designed and constructed by the Contractor or by CH2M HILL. Contractor shall include all cost associated with water/sewer line design/installations in proposals for this Task Order. Remember that some work in Tennessee requires stamped drawings such as new lines, sewer, fire hydrants, etc. 5.4.2. Natural Gas: Projects involving connections to exterior gas service shall be coordinated with Clarksville Gas. All requests must be returned to Clarksville Gas Fort Campbell (CGFC) operations center at bldg 5100 1st St and Tennessee Ave or fax to Clarksville Gas Fort Campbell at (931) 542-9601. For questions, please call (931) 542-9600. Contractor to include all cost associated with gas line installation by CGFC in proposals. 5.4.3. Communications: Projects involving any Communications work shall be IAW the latest edition of the Fort Campbell Network Enterprise Center (NEC) standards and regulations unless specifically directed otherwise. The General Contractor shall be responsible for the installation of the telephone and data system including the duct bank into the building, conduit, panels, cable trays, boxes, faceplates, etc., as per the latest edition of the I3A - Technical Criteria for the Installation Information Infrastructure and the Fort Campbell Information Technology (IT) Design Guide unless required otherwise in this statement of work. 5.5. The contractor shall comply with requirements of EM 385-1-1, SAFETY AND HEALTH REQUIREMENTS MANUAL - USACE (See http://www.usace.army.mil/SafetyandOccupationalHealth/SafetyandHealthRequirementsManual.aspx, and all applicable federal OSHA standards. (Latest Edition) 5.6. All pertinent local, state and federal building codes, Unified Facilities Criteria (UFC) and the Unified Facilities Guide Specifications (UFGS) to include specific guidelines in the Fort Campbell design Guide (Technical and Installation) and the International Building Code (IBC). 5.7. Site Safety and Health Plan (DID002): Site Security and Safety: Site security shall be in accordance with the contract and/or as further instructed by the Contracting Officer. Site safety shall be in accordance with EM 385-1-1, and the contract generic Site Security and Safety Plan unless otherwise indicated in submittal requirements. PART 6 APPLICABLE PUBLICATIONS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. AR 420-43Facilities Engineering Electrical Services AR available at: http://engineers.ihs.com/document/abstract/AUGYDAAAAAAAAAAA ASTM B 3 Standard Specification for Soft or Annealed Copper Wire ASTM B 33 Standard Specification for Tinned Soft or Annealed Copper Wire for Electrical Purposes ASTM B 8 Standard Specification for Concentric-Lay-Stranded Copper Conductors ASTM A 36 Standard Specification for Carbon Structural Steel ASTM A 53 Standard Specification for Pipe, Steel, Black and Hot-Dipped, Zinc-Coated, Welded and Seamless ASTM specifications are available at: http://www.astm.org/standards/index.html CAM 420-4 Electrical Inspections and Specifications for all Construction Requirements CAM Reg 420-4 specifications are included in 6.1.2 FAA-STD-1217f Electrical Work, Interior FAA-STD-019eLightning and Surge Protection, Grounding, Bonding and Shielding Requirements for Electronic Equipment FAA-STD-1391B Installation and Splicing of Underground Cables FAA Order 6950.2 Electrical Power Policy Implementation at National Airspace System Facilities FAA Order 6950.27Short Circuit Analysis and Protective Device Coordination Study FAA specifications available at: everyspec.com/FAA/FAA-SPEC or http://www.faa.gov/Regulations_Policies/Orders_notices/ FS WC-375D Circuit Breakers, Molded Case, Branch Circuit and Service FS WP-115C Panel, Power Distribution FS specifications available at: http://www.everyspec.com/FED-STD/ IEEE C2 National Electrical Safety Code IEEE 1100 Powering and Grounding Sensitive Electronic Equipment IEEE 81 Guide for Measuring Earth Resistivity, Ground Impedance, and Earth Surface Potentials of a Ground System IEEE C62.41 Recommended Practice for Surge Voltages in Low-Voltage AC Power Circuits IEEE specifications available at: http://www.ieee.org/publications_standards/index.html or IEEE, Inc, Service Department, 445 Hoes Lane, PO Box 1331, Piscataway, NJ 08855-1331 NEMA 250 Enclosures for Electrical Equipment (1000 Volts Maximum) NEMA FB1 Fitting, Cast Metal Boxes, and Conduit Bodies, and Cable Assemblies NEMA ICS-6 Industrial Control System Enclosure NEMA OS1 Sheet-Steel Outlet Boxes, Device Boxes, Covers, and Box Supports NEMA RN1 Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit NEMA AB1 Molded Case Circuit Breakers and Molded Case Switches NEMA PB1 Panelboards NEMA PB1.1 General Instructions for Proper Installation, Operation, and Maintenance of Panel boards Rated 600 Volts or Less NEMA WD-1 General Requirements for Wiring Devices NEMA KS1 Enclosed and Miscellaneous Distribution Equipment Switches (600 Volts Maximum) NEMA specifications available at: http://www.nema.org/Standards/Pages/All-Standards.aspx or National Electrical Manufacturers Association, 2101 L Street NW, Washington, DC 20057; (202)457-8400 NFPA 70Article 100, Listing and labeling agency qualifications as defined in 29 CFR 1910.7 NFPA70National Electrical Code, NFPA specifications available at: http://www.constructionbook.com/nec-code-2011/ or http://www.nfpa.org/catalog/ UL 467 Grounding and Bonding Equipment UL 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors UL 1 Flexible Metal Conduit UL 1242 Intermediate Metal Conduits UL 360 Liquid-tight Flexible Metal Conduit UL 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors UL 5 Surface Metal Raceways and Fittings UL 50 Enclosures for Electrical Equipment UL 514A Metallic Outlet Boxes UL 514B Fittings for Conduit and Outlet Boxes UL 6 Rigid Metal Conduit UL 797 Electric Metallic Tubing UL 870 Wireways, Auxiliary Gutter, and Associated Fittings UL 1283 Electromagnetic Interference Filters UL 1449 Transient Voltage Surge Suppressors UL 486A Wire Connectors and Soldering Lugs for Use with Copper Conductors UL 67 Panelboards UL specifications are available at: http://www.UL.com/global/eng/pages/solutions/standards/ 6.1.2. CAM Regulation 420-4 PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7.Attachment/Technical Exhibit List: 7.1.Attachment 1/Technical Exhibit 1 - Performance Requirements Summary 7.2. Attachment 2/Technical Exhibit 2 - Deliverables Schedule TECHNICAL EXHIBIT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required-usually a shall statement)StandardPerformance Threshold (This is the maximum error rate. It could possibly be "Zero deviation from standard") Method of Surveillance PRS # 1. In the electrical preparation and modification phase the contractor shall provide the electrical service necessary to facilitate the new console installation The contractor provided work shall meet National Electric Code and CAM 420-4 electrical inspection standards and the FAA requirements for grounding of electrical equipment used in control towers. Zero deviation from standardsElectrical inspection after completion of Phase 1& 4 PRS # 2 In each console phase the contractor shall remove the existing consoles Removal of existing consolesDamage inspection of remaining equipment and Function/certification standard inspection100% functional inspection procedure validating remaining equipment works satisfactory PRS # 3 In each console phase the contractor shall complete the necessary tower cab electrical work required for installation of the new consoles The contractor provided work shall meet National Electric Code and CAM 420-4 electrical inspection standards and the FAA requirements for grounding of electrical equipment used in control towers. Function/certification standard inspection100% functional inspection of electrical and ATC equipment associated with the Phase PRS # 4 In each console phase the contractor shall install the new consoles Install the new console without damage to it, the new electrical circuits or the other existing consoles Function/certification standard inspection100% function inspection of electrical and ATC equipment associate with the Phase PRS#5 In the carpet phase the contractor shall remove the old carpet, prep the floor, lay the mastic and install the new carpet specifically designed for ATCT facilities. Install Julies Industries Static-Smart TM ESD carpet tile 24"x24" Discovery ECO Series specifically designed for ATCT. Zero deviation from standard100% Inspection TECHNICAL EXHIBIT 2 DELIVERABLES SCHEDULE DeliverableFrequency# of CopiesMedium/FormatSubmit To Air Traffic Consoles Replacement Report All four tasks will be completed in one shipment, broken down into four phases. A copy of all paper work, with changes, be provided to the customer before termination of contract Hardcopy and CD ATC Division Bldg 7164, H Ave. Ft. Campbell, KY 42223-6010 Electrical WorkElectrical work for all four tasks will be completed in one shipmentA copy of all paper work, with changes, be provided to the customer before termination of contract Hardcopy and CD ATC Division Bldg 7164, H Ave. Ft. Campbell, KY 42223-6010
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9de5451b19c47c8ce537e4598e2213e1)
- Place of Performance
- Address: Sabre Airfield, Fort Campbell, Kentucky, 42223, United States
- Zip Code: 42223
- Zip Code: 42223
- Record
- SN03882662-W 20150913/150912000000-9de5451b19c47c8ce537e4598e2213e1 (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 |