Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 22, 2016 FBO #5173
MODIFICATION

F -- Aerial Deer Survey - Solicitation 1

Notice Date
1/20/2016
 
Notice Type
Modification/Amendment
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911N2) LEAD - (SPS), 1 OVERCASH AVE KO, BLDG 2 SOUTH, CHAMBERSBURG, Pennsylvania, 17201-4150, United States
 
ZIP Code
17201-4150
 
Solicitation Number
W911N2-16-T-0005
 
Archive Date
12/31/2015
 
Point of Contact
Trudy O. Alleman, Phone: 7172675874
 
E-Mail Address
trudy.o.alleman.civ@mail.mil
(trudy.o.alleman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Changes are on the attached document. The required response date/time has changed from 20 January 2016 at 10:00 A.M. to 29 January 2016 at 10:00 A.M. The following questions have been submitted and are hereby answered as follows: Questions and Answers to the Solicitation for the Deer Survey 1. Question - Can you provide a map and possibly a.KMZ for the survey area? Answer - A map has been posted to Fed Biz Opps a.KMZ cannot be provided. 2. Question - Is there any flexibility in the requirement regarding the camera Operator? Does The Thermal Infrared Sensor Operator have to be a "Certified Wildlife Biologist" by The Wildlife Society with 5 years experience interpreting wildlife counts. Answer - As long as the post analysis of the imagery/data is performed by a Certified Wildlife Biologist by The Wildlife Society with 5 years' experience, it is acceptable if the operator is not certified. 3. Question - Is OPSEC training for contractors something we do online? Answer - Yes. In accordance with Performance Work Statement, Paragraph 1.4.3.2 and Paragraph 1.4.3.3 - OPSEC Training: Per AR 530-1, Operations Security, new contractor employees and associated sub-contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. Level 1 OPSEC training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.3.3 OPSEC SOP/Plan: The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan and provide it to the COR or the contracting officer within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will include the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure this individual becomes OPSEC Level II certified per AR 530-1. 4. Question 1.4.2.1, Period of Performance, gives a start date of 1Feb 2016 and completion date of 31 March 2016. Then paragraph 5.2 states the "survey of Letterkenny Army Depot shall be completed between 1 February and 31 March of each year". Paragraph 5.3.1 states "The report and shape files shall be submitted no later than one month after the survey is complete." Can we assume the 1.4.2.1 definition of Period of Performance defines only the survey data collection and the report can be submitted as late as April 30? Answer - Yes, also, the start date for the Base Year of the Contract has been changed to: ASAP after award of the Contract and be completed by 31 March 2016. Option Year One, Two, Three and Four shall remain as stated - start 1 February and be completed by 31 March of each option year. 5. Question - If we determine the optimum altitude for our sensor is in the region of 1,500 ft. to 3,000 ft. above ground level, is the approval required for flying above 1000ft per 5.4.5 highly probable? Answer - Yes 6. Question - 5.4.2 Requires that the Pilot have 3 years of Deer Survey experience. Is there credit for related experience such as commercial survey flight (power line, right of way) or military ISR surveillance flight experience that can substitute for deer survey experience? Answer - No, having experience performing deer surveys or other aerial thermal infrared wildlife surveys (e.g. elk, moose, etc.) is a must. 7. Question - Does the ADENDUM to FAR 52.212-2 "Thermal Infrared Sensor Operator: Certified Wildlife Biologist by The Wildlife Society" require that the sensor, during aerial data collection, be operated by the Certified Wildlife Biologist or can post analysis of imagery by the Certified Wildlife Biologist satisfy this requirement? Answer - Yes, that is acceptable. 8. Question - The NAICS code lists a SB size standard of 15 Million Dollars. Is this a hard ceiling?" Answer - Yes 9. Question - Why does the survey have to be done between 1 Feb and 31 Mar? Also, if the survey is done between 1 Feb and 31 March what is the deadline that is must be submitted to you by? Answer - Since the survey will be done by thermal imagining it is easier to see the deer during the winter time when the outside temp is significantly lower than deer's internal temps. Answer - The report and shapefiles will be submitted prior to May 30 of each year. 10. Question - Are there any specific imaging specifications? The solicitation says video however, is there an actual deliverable or just a by-product that needs to be delivered as well along with the classified deer count shape file? Answer - There are three deliverables with the contract. The contractor is to provide a written report of findings (describing the survey methods used to collect the data, equipment for data collection, dates and times of data collection and summary on the results of findings), a GIS coverage file (an ESRI compatible GIS shapefile with all the deer locations), and all the raw image data (which would include any video and/or photos). 11. Question - Is there an NTE attached to this solicitation at all? Answer - There is no NTE attached to this solicitation. The Performance Work Statement is hereby changed to read as follows: PERFORMANCE WORK STATEMENT (PWS) FOR Aerial Deer Surveys 1.0 General: 1.1 Scope: The contractor shall provide all personnel, equipment, tools, materials, supervision, quality control and other items and non-personal services necessary to perform Aerial Deer Surveys as defined in this PWS, except as specified in Paragraph 3.0 as Government Furnished. The contractor shall perform to the standards in this contract. 1.2 Background: Letterkenny Army Depot is soliciting offers to conduct five thermal infrared imaging (FLIR) surveys to determine white-tailed deer population on approximately 18,400 acres. Surveys will be done using an aerial radiometric infrared camera. Survey aircraft are required to be equipped with properly functioning Global Positioning Systems (GPS) to assist in aircraft guidance and flight recording. Helicopter, fixed winged or drone aircraft may be used. Performing an aerial deer survey is very important in determining the abundance and distribution of white-tailed deer on Letterkenny Army Depot. LEAD's Integrated Natural Resources Management Plan requires that the wildlife on the installation be managed to ensure the long-term health, viability and productivity of the forests and natural landscapes on LEAD. White-tailed deer are perhaps the most influential wildlife species in the forest ecosystem. Through selective browsing of native plants, shrubs and trees, they influence the vegetation that grows and the health of the forest. Deer also influence other wildlife species and other forest values, and can impact their own habitat. Overabundance leads to malnutrition, disease, increased vehicular accidents, and loss of ecosystem health. Currently, the deer population is estimated through vehicular ground surveys and harvest results although the accuracy of the data is unproven at this point. Performing aerial deer surveys in the late winter for 4 consecutive years and comparing that data to our existing data would provide a more accurate baseline of the deer herd abundance and distribution. This would allow the Natural Resources Office to make more effective decisions in terms of the deer harvest to ensure a healthier ecosystem and maintain a sustainable population. 1.3 Period of Performance (PoP): The Period of Performance shall be one Base Year of 12 months and four 12-month option years. The Period of Performance will be identified in the solicitation and contract. 1.4 General Information: 1.4.1 Recognized Holidays: The following are recognized US holidays. The contractor shall not perform services on these days: 1.4.1.1 New Year's Day: January 1 1.4.1.2 Martin Luther King, Jr.'s Birthday: Third Monday in February 1.4.1.3 President's Day: Third Monday in February 1.4.1.4 Memorial Day: Last Monday in May 1.4.1.5 Independence Day: July 4 1.4.1.6 Labor Day: First Monday in September 1.4.1.7 Columbus Day: Second Monday in October 1.4.1.8 Veteran's Day: November 11 1.4.1.9 Thanksgiving Day: Fourth Thursday in November 1.4.1.10 Christmas Day: December 25 1.4.1.11 When an observed holiday falls on a Tuesday or Thursday, the Depot regularly schedules a closure on the corresponding Monday or Friday. 1.4.2 Place and Performance of Services: The contractor shall provide services Monday through Friday, except on recognized US holidays or when the Government facility/installation is closed due to local or national emergencies, administrative closings, or similar Government-directed facility/installation closings. Performance shall be at Letterkenny Army Depot. The contractor shall at all times maintain an adequate work force for the uninterrupted performance of all tasks defined within this PWS when the Government facility/installation is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the work force are essential. All surveys will be conducted at night. 1.4.2.1. Period of Performance as follows: Base Year - Contractor shall begin ASAP after award of the Contract and complete by 31 March 2016. Option Year 1 - The Project Start (PS) date must occur by 1 February 2017 and be completed by 31 March 2017. Option Year 2 - The Project Start (PS) date must occur by 1 February 2018 and be completed by 31 March 2018. Option Year 3 - The Project Start (PS) date must occur by 1 February 2019 and be completed by 31 March 2019. Option Year 4 - The Project Start (PS) date must occur by 1 February 2020 and be completed by 31 March 2020. 1.4.3 Security Requirements: Contractor and all associated sub-contractor's employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Risk Management or Security Office. Contractor workforce shall comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. Should the Force Protection Condition (FPCON) change, the Government may require changes in contractor security matters or processes. 1.4.3.1 Physical Security: The contractor shall safeguard all Government property provided for contractor use. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.4.3.2 OPSEC Training: Per AR 530-1, Operations Security, new contractor employees and associated sub-contractor employees shall complete Level I OPSEC training within 30 calendar days of their reporting for duty and annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 15 calendar days after completion of training. Level 1 OPSEC training is available on the Letterkenny Army Depot homepage - www.lead.army.mil. 1.4.3.3 OPSEC SOP/Plan: The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan and provide it to the COR or the contracting officer within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer, per AR 530-1, Operations Security. This SOP/Plan will include the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it. In addition, the contractor shall identify an individual who will be an OPSEC Coordinator. The contractor will ensure this individual becomes OPSEC Level II certified per AR 530-1. 1.4.3.4 Classified Information: For Contracts That Require Handling or Access to Classified Information. Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified "Confidential," "Secret," or "Top Secret" and requires contractors to comply with- (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); any revisions to DOD 5220.22-M, notice of which has been furnished to the contractor. 1.4.4 Conservation of Utilities: The contractor shall instruct employees in utilities conservation practices. The contractor shall operate under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount. 1.4.5 Special Qualifications: The contractor shall ensure all employees possess all required licenses for operating the required equipment used in the performance of this contract. NOTE: The Government does not provide training to contractors. Contractors must ensure that any personnel performing under a contract are fully trained, licensed, certified and qualified for the position in which they will be serving. 1.4.6 Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the KO in accordance with Federal Acquisition Regulations Subpart 42.5. The KO, Contracting Officer's Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contactor's performance. At these meetings, the Contacting Officer will apprise the contractor of how the Government views the contractor's performance and the contractor shall apprise the Government of problems, if any, being experienced The contractor shall resolve outstanding issues raised by the Government. Contractor attendance at these meetings shall be at no additional cost to the Government. 1.4.7 Contract Manager (CM): The contactor shall provide a CM who shall ensure performance under this contract. The name of this person, and an alternate who shall act for the contractor when the CM is absent, shall be designated in writing to the KO. The CM or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. 1.4.8 Identification of Contractor Employees: All contact personnel attending meetings, answering Government telephones and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. The contractor shall also ensure that all documents or reports produced by contractor personnel are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.4.9 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 KO. 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. 1.4.10 Organizational Conflicts of Interest (OCI): The contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent OCIs, as defined in FAR Subpart 9.5. The contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 2.0 Definitions and Acronyms: 2.1.1 CONTRACTOR. A supplier or vendor awarded a contract to provide specific supplies or service to the government. The term used in this contract refers to the prime. 2.1.2 CONTRACTING OFFICER (KO). A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government. Note: The only individual who can legally bind the government. 2.1.3 CONTRACTING OFFICER'S REPRESENTATIVE (COR). An employee of the U.S. Government designated by the KO to monitor contractor performance. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4 DEFECTIVE SERVICE. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5 DELIVERABLE. Anything that can be physically delivered and includes non-manufactured things such as meeting minutes or reports. 2.1.6 KEY PERSONNEL. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7 PHYSICAL SECURITY. Actions that prevent the loss or damage of Government property. 2.1.8 QUALITY ASSURANCE. The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9 QUALITY ASSURANCE SURVEILLANCE PLAN (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.10 QUALITY CONTROL. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11 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: AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation CFR Code of Federal Regulations CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation KO Contracting Officer OCI Organizational Conflict of Interest ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit 3.0 Government Furnished Property, Material, Equipment and Services (GFP/M/E/S): The Government will provide the facilities, equipment, materials, and/or services listed below: 3.1 Facilities: The Government will not furnish the necessary workspace for the contractor staff to provide the support outlined in this PWS to include desk space, telephones, computers and other items necessary to maintain an office environment. 3.2 Equipment: none 3.3 Materials: none 3.4 Services: none 3.5 Utilities: none 4.0 Contractor Furnished Property, Materials, Equipment (CFP/M/E): 4.1 General: Except for those items specifically stated to be Government-Furnished in Paragraph 3.0, the contractor shall furnish everything required to perform these services as indicated in Paragraph 1.1. 5.0 Requirements: 5.1 The Contractor shall provide one Federal Aviation Administration (FAA) certified aircraft (helicopter, fixed wing or drone) equipped with GPS or equivalent system, support equipment, and personnel capable of performing a thermal infrared imaging aerial survey to provide distribution and abundance of white-tailed deer on Letterkenny Army Depot. In addition the Contactor shall provide all maintenance, support, fuel, and equipment necessary to accomplish the survey. The Contractor must have adequate knowledge of the difference in thermal descriptions of white-tailed deer and other animals and be able to differentiate as the data is being collected. 5.2 The survey of Letterkenny Army Depot (LEAD) shall be completed between 1 February 2016 and 31 March 2016 for Option Years One, Two, Three and Four. The survey for the Base Year of the Contract shall be completed as soon as possible after award of the contract. The objective for this survey is to obtain a post-hunting season late winter count of white-tailed deer on the 18,400 acre installation. The plan is for this survey to be performed for 5 consecutive years beginning in 2016 with a survey performed each late winter through 2020. This information will be used to manage deer by LEAD Natural Resources Management personnel. 5.3 Methods: The Contractor shall attend a pre-survey conference (via telephone or video conference if required) prior to the start of the work and after completion. Surveys will be conducted between February 2016 and 31 March 2016 with the over flights to identify the distribution and abundance of deer groups within Letterkenny Army Depot. All video be must be georeferenced. Position locations for each species group will be extracted and mapped. The data will be provided in an ESRI Geographic Information System (GIS) compatible shapefile. 5.3.1The Contractor shall also provide a professional report describing the survey methodology used to collect the data, equipment for data collection, dates and times of data collection, and a summary on the results of findings. The report will include the target species, number of groups per species, group sizes. All other species found during the survey will be considered anecdotal data and not considered a complete survey. All imagery collected will become property of the Government and shall be provided to the Government on CD/DVD disks. The report and shapefiles will be submitted prior to May 30 of each year. 5.3.2 The video footage collected shall be reviewed to extract the animal group locations and map locations to the deer position and group size. The shapefiles must be compatible with ArcGIS 10 and be provided in the projection of UTM zone 17, NAD 1927 or Pennsylvania State Plane. The geo-referenced data collected will be exported to an ESRI GIS compatible shapefile. 5.4 Tasks: The survey area consists of 18,400 acres within the boundaries of LEAD located near Chambersburg, Franklin County, Pennsylvania. 5.4.1. Aircraft: Provide a fully serviced certified aircraft (helicopter, fixed wing or drone) that meets FAA requirements for safe commercial operations. 5.4.2 Pilot: Provide a properly licensed pilot with a minimum of three years of experience conducting aerial deer surveys and has more than 3,000 hours of total flight time. The pilot will be required to provide copies of the flights logs to the Contracting Officer upon completion of the wildlife survey. The Contractor must supply personnel who are trained in the use of GPS. The Contractor must provide pilots that are FAA qualified to operate the aircraft specified in the bid. The Contractor must provide LEAD with a list of all pilots slated for use on the contract. Each pilot must meet or exceed the experience minimums as the pilot in command. The Government reserves the right to approve or disapprove the pilot in command based on these minimum requirements. 5.4.3 The contractor must notify LEAD, local 911, FAA and Chambersburg State Police prior to conducting flights over Federal lands. This notification must occur each day that flights will occur. 5.4.4 In the event of equipment failure, the Contractor must have all parts and equipment repaired for use by the next calendar day. Failure to repair equipment resulting in excessive delays may be reason for deductions or default of this contract. Only emergency repairs are permitted during scheduled survey hours. Routine maintenance must be conducted only at times that will not interfere with the survey operation. Care must be taken to prevent leakage of aviation fuels at all times. 5.4.5 Surveys will be conducted between 1 February and 31 March of each year. Night flights are the preferred method for the survey. The weather must be clear skies with no fog or haze is required for optimal surveying conditions. The altitude of the aircraft will fly between 600 and 1,000 feet above the Earth's surface during the survey unless otherwise approved. 5.5 CONTRACTOR MANPOWER REPORTING (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, KO, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. 6.0 Applicable Publications: Documents applicable to this Performance Work Statement are listed below as well as stated within the PWS. These documents are mandatory and the Contractor is obligated to follow them. Supplements and amendments to mandatory publications will be considered to be in the full force and the responsibility of the Contractor. It is the Contractor's responsibility to ensure that all mandatory publications are posted and up-to-date. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. Manuals are subject to change throughout the life of the contract. The contractor will follow the latest addition to any regulation, pamphlet, law or memorandum. 6.2 Army Regulation and Pamphlets: All Army Regulations apply to any work performed on Depot and can be found at the following website http://www.whs.mil/library/mildoc.htm. An nonexclusive list includes AR 385-10 Army Safety Program, and AR 385-55 Prevention of Motor Vehicle Accidents. 6.3 Other Manuals: All LEAD Regulations, Pamphlets, and Memorandums apply to any work performed on Depot. An nonexclusive list includes: OSHA Part 1910- Occupational Safety and Health Standards can be foundat http://www.osha.gov/index.html under Regulations / Standards. Lead Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD, see Attachment 7. LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg 4, see Attachment 4. 6.4 Other Rules and Regulations: The Contractor will comply with all applicable federal, state and local laws, executive orders, rules and regulations applicable to its performance under this contract. 6.5 Local Rules and Regulations: The contractors, subcontractors, suppliers and their employees will be governed by local, state and federal Laws along with installation rules and regulations. All the installation requirements are in the current issue of the pamphlet LEAD Reg 385-4 entitled "Security, Safety, and Fire Prevention for Contractors Performing Work on Letterkenny Army Depot, Chambersburg, PA", see Attachment 5, Pamphlet 385-1 "LEAD Safety & Occupational Health Program", and any additional requirements determined necessary by the Contracting Officer will be strictly complied with. Provisions for unescorted access into buildings are outlined in Chapter 2 of AR 190-16. 6.6 Permits: The Contractor is responsible for identifying, obtaining and renewing all permits from federal, state, local, or installation agencies to carry out the requirements specified in this contract or detailed on an individual task order. Fire Regulations: The Contractor and his employees will be required to comply with all installation regulations on fire prevention which are in effect or may be put in effect during performance of work under this contract. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. 6.7 Fire Extinguishers: Extinguishers must be on all motorized equipment and trailers if they are to enter the Munitions Area. If one is not mounted to the motorized equipment and trailer, access will be denied into the area. Motorized equipment examples are, but not limited to commercial trucks, mowers, and tractors. 6.8 Safety Requirements: The Contractor will abide by all rules, regulations, and pamphlets concerning safety on depot posted by local, state, and federal agencies. It is the Contractor's responsibility to ensure that all mandatory publications are addressed to all employees working on depot. Disregarding safety regulations in the industrial area will not be tolerated. Publication (Chapter / Page) Date of Publication Mandatory or Advisory Website Army Regulations various Mandatory http://www.whs.mil/library/mildoc.htm AR 385-10 Army Safety Program 20 May 1991 Mandatory http://armypubs.army.mil/epubs/pdf/R385_10.PDF AR 385-55 Prevention of Motor Vehicle Accidents 12 March 1987 Mandatory http://www.calguard.ca.gov/gs/Documents/AR385-55.pdf LEAD Regulations, Pamphlets, and Memorandums various Mandatory none Lead Pamphlet 385-4 Requirements for Security, Safety and Fire Prevention for Contractor's Performing Work on LEAD 15 March 2011 Mandatory none LEAD Regulation 385-1 LEAD Safety and Occupational Health Program, Chg 4, 1 April 2011 Mandatory none OSHA Part 1910- Occupational Safety and Health Standards Various Mandatory http://www.osha.gov/index.html All applicable federal, state and local laws, executive orders, rules and regulations various Mandatory FAR Subpart 9.5 March 2005 Mandatory https://www.acquisition.gov/far/current/pdf/FAR.pdf vehicle code of the Commonwealth of Pennsylvania, Various Mandatory http://www.dmv.state.pa.us/vehicle_code/index.shtml Standards of Conduct 14 Dec 2011 Mandatory https://www.federalregister.gov/articles/2011/11/14/2011-29090/standards-of-conduct
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/cd6528aa682ac10cb8e9e63bd15bc4d0)
 
Record
SN03996729-W 20160122/160120234946-cd6528aa682ac10cb8e9e63bd15bc4d0 (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.