SOURCES SOUGHT
J -- Barrier Corrosion Control - SOW
- Notice Date
- 1/20/2017
- Notice Type
- Sources Sought
- NAICS
- 238290
— Other Building Equipment Contractors
- Contracting Office
- Department of the Air Force, Air Force Space Command, 50 CONTRACTING SQUADRON, 210 Falcon Parkway STE 2116, Schriever AFB, Colorado, 80912-2116, United States
- ZIP Code
- 80912-2116
- Solicitation Number
- FA2550-17-R-1004
- Archive Date
- 2/21/2017
- Point of Contact
- John M Mittelstedt, Phone: 719-567-3453
- E-Mail Address
-
john.mittelstedt@schriever.af.mil
(john.mittelstedt@schriever.af.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Statement of Work Solicitation FA2550-17-R-1004 STATEMENT OF WORK FOR GATE and BARRIER PAINTING SCHRIEVER AIR FORCE BASE (SAFB), COLORADO Schriever AFB 19 January 2017 GATE and BARRIER PAINTING TABLE OF CONTENTS PAGE 1. BACKGROUND 4 2. PROJECT GOALS 4 3. SCOPE OF WORK 4 4. PERSONNEL 5 5. PROJECT REQUIREMENTS 5 6. WORK EQUIPMENT AND MATERIALS STAGING 6 7. COMPLETED WORK 6 8. DOCUMENTATION AND RECORDS 6 9. COORDINATION WITH OTHER CONTRACTORS 6 10. PERFORMANCE PERIOD 6 11. MEETINGS 6 12. SUBMITTALS 6 13. QUALITY CONTROL 6 14. QUALITY ASSURANCE 7 15. GOVERNMENT OBSERVATIONS 7 16. CONTRACT CLEANUP 7 17. DAMAGES TO GOV'T BLDG'S, EQUIP, OR VEGITATION 7 18. HOURS OF OPERATION 7 19. BASE CLOSURE 7 20. DELIVERABLES 7 21. ATTACHMENTS 8 22. REFERENCES 8 23. SECURITY REQUIREMENTS 8 24. IDENTIFICATION OF CONTRACTOR PERSONNEL 11 25. SAFETY 11 26. HAZARDOUS MATERIAL PHAMARCY (HAZMART) ENROLLMENT 13 27. INVOICING AND PAYMENTS 14 28. POINTS OF CONTACT 15 29. LIST OF ACRONYMS 16 30. ATTACHMENT #1 17 31. ATTACHMENT #2 18 PROJECT TITLE: Corrosion Control of Pop Up Security Barriers 1. BACKGROUND: 1.1 The pop up security barriers at Schriever AFB require Corrosion Control. The last time this was accomplished was in 2002. 2. PROJECT GOALS: Repair damaged walls, prepare walls to accept correct types and colors paint per the FEP. Prepare door frames to accept the correct type and color paint. Replace cove base to meet FEP requirement. Prepare and paint handrails. 3. SCOPE OF WORK: The contractor shall provide all personnel, equipment, tools, transportation, materials, supervision, and all other items or services necessary to perform the work as defined in this Statement of Work (SOW), SAFB FEP, and contract Final Inspection at Schriever Air Force Base (SAFB), Colorado. The contractor must perform to the standards specified in this contract. 3.1 A total of eight (8) vehicle pop-up barriers must be removed (2 at a time) from their in-ground pits, pits must be covered with steel plates (government provided). Barriers must be removed from SAFB to the contractor's location. All old paint/rust must be removed from the entire barrier, repainted to Air Force specifications, replaced into the pits and adjusted so barriers are fully functional. 3.2 Barrier types, locations, and install dates: Manufacturer Quantity/Model Install Date Location Delta Scientific 2 Pop Up Barrier Systems TT-207-2 208 Volts 3hp 1 Hydraulic power unit Proximity Sensor Jan 2002 Schriever AFB N. Entrapment Bldg. 200 Delta Scientific 2 Pop Up Barrier Systems # TT2075, 208 Volts, 60 Cycle, 3 Hp and 1 Hydraulic Power Units Proximity Sensor 2004 Schriever AFB W Entrapment Bldg. 778 Delta Scientific 2 Pop Up Barrier Systems # TT 2075, 208 Volts, 60 Cycle, 3 Hp and 1 Hydraulic Power Units. Proximity Sensor 2004 Schriever AFB Enoch Road Bldg. 13 Delta Scientific 2 Pop Up Barrier Systems # TT 2075, 208 Volts, 60 Cycle, 3 HP and 1 Hydraulic Power Unit. Proximity Sensor 2004 Schriever AFB Irwin Road Bldg. 36 4. PERSONNEL: 4.1 PROJECT MANAGER: The contractor shall provide a project manager on site who shall be responsible for the performance of the work. The name of this person and an alternate(s) who can act for the contractor when the project manager is absent shall be designated in writing to the Contracting Officer (CO) prior to contract start date and within 24 hours of any subsequent changes. The project manager or alternate shall be physically present on SAFB during the hours of 7:00 A.M. to 5:00 P.M., Monday through Friday except for federal holidays. The project manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The project manager or alternate shall be available during normal duty hours within (2) hours after notification to meet on the installation with government personnel designated by the Contracting Officer to discuss painting requirements. 4.2 EMPLOYEES: The contractor shall hire Qualified Personnel. The contractor shall provide qualified personnel within their field. Due to safety and health requirements, only qualified personnel in accordance with federal, state, and local requirements shall accomplish certain maintenance/repair tasks. All contractor employees who perform work at SAFB must be able to read, write, speak, and understand English fluently. Contractors shall use E-Verify (https://www.uscis.gov/e-verify). 5. PROJECT REQUIREMENTS: 5.1 AF Form 103, Base Civil Engineering Work Clearance Request: The contractor shall submit a completed AF Form 103 prior to commencing work. Expect at least two (2) weeks for approval. The Contractor, in cooperation with the PM, are responsible to ensure all signatures are obtained. 5.2 Mission Impact: The Contractor shall limit impact to the mission to an absolute minimum. Any impacts shall be coordinated through the 50 CES Project Manager. 5.3 Building Systems Outages: If building systems outages is required, work may need to be phased so as to minimize mission disruption to the facilities being affective by this work. Any planned outages must be coordinated with the 50 CEO PM at least 2 weeks in advance. 5.4 Site Access: Access to the base's restricted area (RA), or the facilities affected by this work shall be coordinated through the 50 CEO Project Manager and the Facility Manager(s). The contractor shall provide their own escorts while performing work within the RA and/or the facilities inside the RA. 5.5 Contractor is required to do a site visit to determine/verify the areas and items to be removed and painted. 5.6 Damage: The contractor shall be responsible for the repair or cleanup of any areas/items resulting from work performed as part of this project, at the contractor's expense. 5.7 Contractor is required to conform to the environmental requirement when on Schriever AFB and during the performance of the work described in this SOW. A copy of the environmental protection specifications is included with this SOW. 6. WORK EQUIPMENT AND MATERIALS STAGING: All work, equipment and materials required for this contract shall be staged within the area at or near the facilities where work is being performed. Areas where staging of material and equipment shall be coordinated with the Contracting Officer and/or the 50 CEO PM. These staging areas will not interfere with building operations or access to work spaces by building personnel. Staging areas will be cordoned off appropriately per applicable safety requirements. 7. COMPLETED WORK: The COR(s) shall be immediately notified in the event of conditions that result in the interruption of work. The contractor shall immediately notify the COR(s) should the requirements change, from what has been authorized, at any time after the contractor's estimate has been approved AND prior to commencement of the work. 8. DOCUMENTATION AND RECORDS: All documentation, records, schedules, etc. as described in this SOW that are the responsibility of the contractor, become the property of the Government and shall remain so even upon termination of this contract. The contractor shall be responsible for keeping these items current at all times. Documentation and records shall be turned over to the government upon completion of the contract. 9. COORDINATION WITH OTHER CONTRACTORS: The government may undertake or award other contracts for additional work, and the contractor shall fully cooperate with such other contractors and government employees and carefully fit his own work to include such additional work as may be directed by the Contracting Officer. The contractor shall not commit or permit any act, which may interfere with the performance of work by any other contractor or by any government employee. This is not anticipated. 10. PERFORMANCE PERIOD: 10.1 The total performance period is eighty (80) calendar days from Notice to Proceed (NTP), inclusive of equipment, tools, and material acquisitions. Requests to alter these time limits shall be submitted in writing to the contracting officer at least ten (10) working days in advance. 10.2 Winter exclusion may be applied based on requirements in the performance period. 11. MEETINGS: The Contractor shall attend one project kick-off meeting at Schriever AFB within one week of receiving NTP. The time and place of the meeting shall be determined in collaboration with the CO or PM. The Contractor shall prepare and submit for the project record a written meeting summary listing items discussed, issues identified, and agreements reached in the kick-off-meeting. Additional meetings, their frequency, time and location will be discussed and agree upon during the kick-off meeting. 12. SUBMITTALS: None. 13. QUALITY CONTROL: The contractor shall develop and maintain a Quality Program Plan (QPP) to ensure requirements are performed in accordance with commonly accepted commercial practices. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor shall provide the QPP to the CO within 10 calendar days after contract award. 14. QUALITY ASSURANCE: The government shall inspect and evaluate the contractor's performance to ensure services are received in accordance with requirements set forth in this contract and FAR 52.246-12, Inspection of Construction. The Contracting Officer's Representative will periodically inspect by watching actual task performance, physically checking an attribute of the completed task, checking a management information report (if applicable), investigating customer complaints, or otherwise inspecting the task or its results to determine whether or not the performance meets the standards contained in this SOW. Defects will also be addressed through FAR 52.246-21 Warranty of Construction. 15. GOVERNMENT OBSERVATIONS: Other government personnel such as Inspector General, Bioenvironmental, Base Safety, the Fire Department, Environmental (CEV) or higher headquarters staff are authorized to observe contractor operation. However, these personnel may not interfere with contractor performance. The contractor shall only perform work as directed by the Contracting Officer or designated representative. 16. CONTRACTOR CLEANUP: The contractor is responsible for leaving the work area free of all debris at the end of each workday and final clean up when the job is completed. 17. DAMAGES TO GOVERNMENT BUILDINGS, EQUIPMENT, OR VEGETATION: 17.1 The contractor shall take appropriate action to restore any contractor caused damage to existing property or services, whether government, private, or commercially owned. 17.2 The contractor shall use reasonable care to avoid damaging buildings, equipment or vegetation. 17.3 The contractor shall be liable for any damages to buildings, equipment or vegetation. 17.4 The contractor shall replace, repair or pay for any damages as determined by the CO. 18. HOURS of OPERATION: Normal operating hours should be between 7:00 am - 5:00pm Monday thru Friday. No work shall be performed on federal holidays, weekends or on days SAFB is closed due to inclement weather unless approved by the Contracting Officer. 19. BASE CLOSURE: Approximately 15 times per year, for four hours in duration, small portions of the installation will be closed to non-essential personnel due to disaster, emergency and contingency responses or exercises. This does not relieve the contractor from responsibilities of performing work in a timely manner, except when the base is closed by the Installation Commander for weather. For base closings or delayed reporting due to weather, call the base information line at 567-SNOW (567-7669) or monitor local news stations for weather conditions at SAFB. 20. DELIVERABLES: In accordance with the contract requirements, the following shall be provided to the CO or PM: 20.1 Project Schedule: Provide a simplified project schedule in printed and PDF format indicating all critical milestones leading to a final completion date. 20.2 As-Built Construction Documents: Not required for this project. 20.3 Operations and Maintenance Manuals: Not required for this project. 20.4 Geographic Information Systems (GIS): Not required for this project. 21. ATTACHMENTS: 21.1 Active Vehicle Barrier (AVB) Envelope Markings 21.2 Active Vehicle Barrier Markings and Delineation 22. REFERENCES: 22.1 DOD MUTCD Supplement Revision 1 Jun 15 22.2 SDDCTEA Pamphlet 55-15 223 23. SECURITY REQUIREMENTS: Contractor is required to provide identification badges for their employees. All Contractor personnel shall wear these badges while on SAFB. Badges are required to identify the individual, company name, and be clearly and distinctly marked as Contractor. These are not substitutes for visitor, temporary or any other SAFB generated badges. The contractor shall comply with all SAFB security requirements. SAFB is a controlled/restricted area and special security procedures are utilized to deter espionage, sabotage, and theft of Air Force resources. The contractor shall be responsible for security of his work areas in cooperation with applicable base agencies. The contractor shall appoint, in writing to the Government, a Security Representative to arrange all needed security support for this contract/project. Contractor shall coordinate security matters with the 50 Civil Engineer Squadron (50 CES) and other base agencies, as needed. Assistance from the 50 CES Security Manager and 50 Security Forces Squadron (SFS) personnel will be provided to the contractor's Security Officer. It is the sole responsibility of the Contractor to obtain any and all required escorts prior to starting work. The contractor shall request, obtain and properly use vehicle passes for all vehicles used in the performance of this contract, in accordance with AFI 31-204 PARA 3.2, Air Force Motor Vehicle Traffic Supervision. To qualify for unescorted entry to SAFB an employee shall obtain a favorable NAC. The contractor shall initiate the NAC by completing a Standard Form 85P, using the latest version of the Electronic Personnel Security Questionnaire (EPSQ) program (available for download at Website www.dss.mil). The NAC requires the employee to authorize an "employment," "residence," and "criminal" history records check, and submit to fingerprinting. The Government shall conduct and cover the cost of the actual NAC. Upon favorable adjudication of the records check results, interim unescorted entry may be granted pending completion of NAC. Unescorted entry based on a favorable records check will be limited to Area 7 (main base portion of SAFB). The contractor shall direct each eligible employee to personally report to their Security Representative who will work with the 50 CES Security Manager for completion of the AF Form 2586 Unescorted Entry Authorization Certificate. Contractor employees will not be allowed unescorted entry to SAFB secured buildings until these procedures have been completed. Employees without unescorted entry authority will be continuously escorted while in a restricted area. The restricted/controlled area badge shall only be valid for the employee's term of employment or for the duration of the contract, whichever is shorter. Upon employee termination, the contractor shall surrender the restricted/controlled area badge to 50 SFS Building 15, Pass and Registration Office, no later than 3:00 p.m. on the following workday. When inside restricted area, contractor personnel shall, at all times, display restricted/controlled area badges on their outer garments above the waist. Remove and secure the restricted/controlled area badges immediately upon departure from the restricted area to prevent loss. Incidents of a person not properly displaying badges or violating escort procedures (e.g. working out of view of escort) shall be treated as a breach of security and that person shall be susceptible to apprehension, search and detainment. Any person inside a restricted area without a restricted/controlled area badge will be detained or apprehended, searched, removed, and turned over to appropriate authorities for disposition. The contractor shall insure personnel are briefed on base security requirements. Access to classified information by contractor personnel during performance of this contract is prohibited. However, contractor performance shall be within controlled areas that shall require contractor compliance with various levels of security and require certain established personnel security entry control procedures. The installation commander reserves the right to deny entry to SAFB to any person whose NAC is unfavorable or upon disclosure of information that indicates the individual's continued entry to SAFB is not in the best interest of the USAF. Additionally, the violation of or deviation from established security procedures by any contractor employee may result in the confiscation of restricted/controlled area badges and denial of future entry to SAFB. Restricted/Controlled Area badges issued to contractor personnel are subject to recall for inventory and verification purposes. Contractor personnel shall surrender restricted/ controlled area badges to Government personnel conducting such inventory and/or verification immediately upon notification. The contractor shall provide an Employee Access List (EAL) to the Contracting Officer and the 50 CES Security Manager by the second workday of each month or as requested. The EAL shall be maintained current and correct at all times and shall include the name of each employee and their restricted/controlled area badge number, and vehicle listing with description. The EAL shall be on company stationery and signed by the contractor's Security Officer or an Officer of the Company. 50 SFS personnel will verify the identity and entry authorization of each contractor employee and vehicle, and may conduct a search of any baggage, articles, or vehicles on SAFB. Contractor employees requiring entry, but not requiring unescorted entry, will be issued a visitor badge and will be under direct surveillance at all times by a contractor employee possessing a restricted/controlled area badge with escort authority. Contractor employees entering SAFB will obtain their visitor badge from the 50 SFS, Building 15. The visitor badge will be returned to the entry controller each time the employee departs the SAFB controlled area. While within the SAFB controlled area, contractor personnel will display the visitor badge on their outer garment above the waist and shall remain at all times within view of the escort official. The escort for all contractor personnel shall maintain positive visual contact with escorted employees at all times. The contractor shall immediately report the occurrence of lost badge(s) to the 50 CES Security Manager, who will in turn report to 50 SFS. If the 50 CES Security Manager is not available, the loss shall be reported directly to 50 SFS within one duty day of loss. Replacement badge will not be issued until reporting procedures are satisfactorily completed. All costs incurred by the contractor associated with security requirements (with exception of the NAC investigations) including submission of necessary security investigation paperwork, routine entry/exit delays, and operational delays due to contingencies or exercises, are to be anticipated by the contractor and shall be included in the price of the contract. Base exercises are estimated to occur approximately 15 workdays per year; however, during contingencies and exercises the contractor's work will normally be rescheduled. The contractor shall obtain all necessary cards, passes, buttons, decals, or other items required for access to the area or areas in which work will be performed. The contractor shall apply for all vehicle and individual identification media at the SAFB Security Forces Squadron; Visitor Control Center, Building 15. All personnel operating a vehicle on SAFB shall obtain a vehicle registration pass. The contractor shall provide proper state registration, proof of insurance, valid driver's license and proof of vehicle emissions testing in order to register the vehicle and drive on base. Upon completion or termination of the contract or an individual's employment on the job, the contractor shall immediately retrieve the identification media issued above and surrender it to the Security Forces, SAFB Visitor Control Center, and Building 15. On average, approximately 15 times per year, for four hours in duration, small portions of the installation will be closed to non-essential personnel due to disaster, emergency and contingency responses or exercises. This does not relieve the contractor from responsibilities of performing work in a timely manner, except when the base is closed by the Wing Commander for weather. The contractor shall comply with the Department of Defense Instruction (DODI) 1402.5, enclosure 6, paragraphs E6.2.2.1, E6.4, E6.4.3, E6.6, E6.6, E6.10, E6.10.6 and AFI 34- 248, chapter 5, paragraph 5.3 criminal history and background checks on any employee working in the Child Development Center. Results of these checks shall be submitted directly to the Contracting Officer at 50 CONS/LGCA, SAFB, CO 80912-2116. If the employee is working in the CDC pending completion of the background checks, then he or she must be within sight and under supervision of an individual whose background checks have been completed, with no derogatory information IAW with DODI 1402. Paragraph E6.2.1.3. The contractor shall be responsible for safeguarding all Government property. At the close of each workday, Government facilities, equipment and materials shall be secured. Procedures for taking photographs within the restricted area are established to ensure that only authorized personnel take photos and only for authorized purposes. Photographs, drawings, videotaping, sketches, cell phones with digital cameras, or any like method of recording operations within the restricted area for other than approved official use is strictly prohibited. 24. IDENTIFICATION OF CONTRACTOR PERSONNEL: IAW DFARS 211.106 Purchase descriptions for service contracts: Agencies shall require that purchase descriptions for service contracts and resulting requirements documents, such as statements of work or performance work statements, include language to provide a clear distinction between Government employees and contractor employees. Agencies shall be guided by the characteristics and descriptive elements of personal-services contracts at FAR 37.104. Contractors shall identify themselves as contractor personnel by introducing themselves or being introduced as contractor personnel and displaying distinguishing badges or other visible identification for meetings with Government personnel. In addition, contracts shall require contractor personnel to appropriately identify themselves as contractor employees in telephone conversations and in formal and informal written correspondence. 25. SAFETY: 25.1 The contractor shall maintain a safe and healthful working condition for all personnel and must ensure conformance with standards developed under United States Public Law 91-596, the Occupational Safety and Health Act (OSHA) of 1970, and State Occupational Safety and Health (OSH) standards, and American National Standards Institute (ANSI) and National Fire Protection Association (NFPA) standards. If a conflict occurs, the contractor shall apply the more stringent standards. The contractor shall ensure that the 50th Space Wing/Safety Office (50 SW/SE) is notified of any mishaps within one (1) hour. Phone numbers for reporting mishaps to 50 SW/SE: (719) 567-7233. If 50 SW/SE does not answer during duty hours, call the 50 SW Command Post to report a mishap at (719) 567-2181. The contractor shall allow the 50 SW/SE to monitor all operations to ensure the safety of Government property and Air Force personnel. The contractor shall follow Air Force traffic regulations according to AFI 91-207 Para 3.4 -- The US Air Force Traffic Safety Program. 25.2 Mishap Reporting: Report all mishaps involving any person sustaining injury or illness resulting from contractor operations and all mishaps involving Government property or equipment damaged by the contractor to 50 SW/SE, the end-user and the CO no later than the end of the next duty day. If the mishap includes damage to Government property or equipment, the report and subsequent investigation is governed by 50 SW/SE. 25.3 Mishap Investigation: The Government has the authority to conduct investigations of mishaps in Government facilities managed by contractors or to participate in the contractor's investigation of contractor mishaps. The contractor shall participate in and cooperate with, Government mishap investigations as requested. 25.4 Follow provisions of AFFARS Clause 5352.223-9001 as required by AFI 91-202, The US Air Force Mishap Prevention Program: 25.4.1 In performing work under this contract on a Government installation, the contractor shall: 25.4.1.1 Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and 25.4.1.2 Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes. 25.4.2 The CO may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract. 25.4.3 Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the CO, shall be grounds for termination of this contract in accordance with the Default clause of this contract. 25.4.4 Specifically, the contractor shall: 25.4.4.1 Maintain a safe and healthful working condition for all Contractor personnel and must ensure conformance with standards developed under US Public Law 91-596, the OSHA of 1970, and State Occupational Safety and Health (OSH) Standards, American National Standards Institute (ANSI), and National Fire Protection Association (NFPA) standards. If a conflict occurs, the contractor shall apply the more stringent standard. Allow the Base Safety Office to monitor all operations to ensure the safety of Government property. Follow Air Force traffic regulations. 25.4.4.2 Provide a Safety Plan for their employees not later than twenty (20) calendar days after contract award. The Contractor shall provide a preliminary draft. The contractor has ten (10) calendar days, after receipt of Government comments, to prepare and deliver final plan to the COR. The Contractor shall provide an updated copy as changes and updates occur. 25.4.4.3 Report all lost time mishaps involving any person sustaining injury or illness resulting from contractor operations and all mishaps involving Government property or equipment damaged by the contractor to the Base Safety Office and CO no later than the end of the next duty day. If the mishap includes damage to Government property or equipment, the report and subsequent investigation is governed by the Base Safety Office. 25.4.4.4 Be responsible for resolving all regulatory citations, request for delays, and variances and exemptions to OSHA. The contractor is solely liable for fines, penalties, or other liabilities resulting from the contractor's failure to comply with these standards. Reimburse the Air Force for any damage to Air Force property determined by the CO to be in the contractor's fault. 25.4.4.5 Inform the Base Safety Office of any identified safety hazards which expose personnel to possible injury, illness, or any possible damage to Government equipment or property. 25.5 Mishaps Investigation: The Government has the authority to conduct investigations of mishaps in Government facilities managed by contractors or to participate in the contractor's investigation of contractor mishaps. The contractor shall participate in, and cooperate with, Government mishap investigations as requested. 25.6 Safety Inspections: The Government may conduct facility inspections in Government facilities that are occupied by the contractor. Within the 50 states and US territories, Air Force contractors operating Air Force facilities located on or off Air Force installations, are subject to enforcement authority by Federal and State safety and health organizations. Authorized safety and health officials from states without OSHA approved occupational safety and health plans may be subject to the exceptions contained here, also exercise jurisdiction over contractors operations. 26. HAZARDOUS MATERIAL PHARMACY (HAZMART) ENROLLMENT: The CO (after coordinating with the HAZMART and 50 CES/CEIE) will direct the contractor's method of reporting of Hazardous Materials (HAZMAT) on a material by material basis. To this end the contractor shall provide the CO a comprehensive list of ALL Hazardous Material to be brought onto SAFB within ten (10) business days of award of this contract, unless otherwise authorized by the CO. 26.1 Fourteen (14) days prior to transporting HAZMAT onto SAFB property, the contractor shall forward to the HAZMART a completed AF Form 3952 and Material Safety Data Sheet (MSDS) for each HAZMAT the contractor anticipates using during the contract performance period. The contractor must receive government approval, prior to transporting any HAZMAT onto SAFB property. 26.2 If the contractor wants to procure a new potentially hazardous material not previously identified and/or approved, the contractor shall request this material by completing an AF Form 3952 (See AFI-32-7086 / AFSPC supplement 1) and forwarding it and the MSDS to the HAZMART. After review of the contractor's material request, the governmentwill, within ten (10) working days of receipt, document on the AF Form 3952 the procurement classification. After the government's initial procurement classification for a specific chemical, the contractor shall make all future procurements of the same material according to the initial procurement classification. The contractor is not required to submit an AF Form 3952 and MSDS for a chemical that has previously received a procurement classification from the government. 26.3 Exceptions: There may be times when the HAZMART cannot obtain a material designated "Through the HAZMART" by the required delivery date. If this is the case, 26.4 50 CES/CEIE will authorize the contractor "in writing" to procure materials designated "Through the HAZMART" from a commercial vendor. This authorization will only be valid for material purchases associated with the specific project and will expire when the project is complete whereby the contractor shall provide to the HAZMART the quantity of the material and its MSDS within one business day of transporting it onto SAFB property. 26.5 Consumption reporting: The contractor will call the HAZMART, 567-7490 or 567-3476 as needed to report empty containers. 26.6 Hazardous Materials/Waste: All hazardous or toxic material used, removed or handled and wastes generated by the contractor shall be managed in accordance with Federal, State and local laws and Air Force regulations. 26.7 Hazardous Materials: Pre-construction/installation hazardous material reporting requirements. All hazardous materials to be brought on-site by the contractor shall be subject to pre-approval by the installation environmental office (50 CES/CEIE). The approval process application requirements are at the discretion of the installation environmental office utilizing the AF Form 3952 process. 26.8 The installation reserves the right to prohibit the use of hazardous materials it deems to be especially hazardous to human health and/or the environment. 26.9 The installation also reserves the right to prohibit the use of hazardous materials due to the type and/or quantity of hazardous wastes potentially generated from the materials. In the event a hazardous material is not approved for use on installation, the installation may provide the contractor a list of suitable substitutes; however, the contractor shall retain responsibility for finding an acceptable substitute. All installations promote waste minimization and pollution prevention practices and the contractor shall take appropriate actions to comply with this policy. 26.10 A minimum of ten (10) business days prior to commencement of work on site, the contractor shall submit to the CO a listing of hazardous materials that shall be brought on site during the performance of the contract. The listing shall include estimated usage and estimated quantities for each hazardous material. 26.11 The contractor shall identify any "extremely hazardous substances" to be used during the execution of the contract and indicate if the amount of the chemical exceeds the threshold planning quantity. The contractor shall also supply a Material Safety Data Sheet (MSDS) for each hazardous material and the contractor shall give a brief description of how the hazardous material shall be used and disposed. 26.12 The contractor shall, at all times, maintain an up-to-date hazardous material inventory with copies of MSDSs for all materials used on the job site. 26.13 Hazardous Waste: 26.13.1 The contractor shall coordinate all hazardous waste (HAZWASTE) disposals with the installation environmental office. 26.13.2 If there is any question about whether or not a substance is classified as hazardous, the contractor shall contact the installation environmental office. 26.13.3 It shall be the responsibility of the contractor to pay for the disposal of hazardous waste unless otherwise specified. 26.13.4 The contractor shall handle, accumulate, and manage hazardous waste in accordance with all regulatory requirements. Questions regarding the proper storage, handling and disposal may be directed to the environmental office (50 CES/CEIE) through the CO. 26.13.5 Hazardous Waste manifested for disposal must be reviewed and authorized through the environmental office (50 CES/CEIE). 26.13.6 The contractor shall, when applicable, have a Hazard Communication (HAZCOM) program required by CFR 29 (OSHA) regulation. 26.13.7 Questions pertaining to these requirements can be addressed to 50 CES/CEIE, 719-567-4242. 27. INVOICING and PAYMENTS: Invoicing will be IAW DFARS clause 252.232-7006, Wide Area WorkFlow Payment Instructions and PGI 232.70 - Electronic Submission and Processing of Payment Requests and Receiving Reports. 28. POINTS OF CONTACT: 28.1 Contracting Officer (CO): Mr. John Mittelstedt 50 CONS CONS/LGCA Phone: 719-567-3453 E-mail: john.mittelstedt@us.af.mil 28.2 Project Manager (PM): Mr. David Barnett 50 CES/CEOES Phone: 719-567-4728 E-mail: david.barnett@us.af.mil LIST OF ACRONYMS AF AFB Air Force Air Force Base AFI Air Force Instruction AFOSH Air Force Occupational Safety and Health AFOSI Air Force Office of Investigation ANSI American National Standards Institute CES Civil Engineering Squadron CLIN Contract Line Item Number CO Contracting Officer COR Contracting Officer's Representative DFARS Defense Federal Acquisition Regulation Supplement DoD Department of Defense EAL Entry Authorization List EPA Environmental Protection Agency FY Fiscal Year HAZCOM Hazard Communication HAZMART Hazardous Material Pharmacy HAZMAT Hazardous Material HAZWASTE Hazardous Waste MSDS Material Safety Data Sheet NAC National Agency Check NFPA National Fire Protection Association OSH Occupational Safety and Health OSHA Occupational Safety and Health Administration QPP Quality Program Plan SAFB Schriever Air Force Base SE Safety SFS Security Forces Squadron SW Space Wing WAWF Wide Area Work Flow Attachment 1 Department of Defense Supplement To The National Manual on Uniform Traffic Control Devices For Streets and Highways 2015 PART 3 Markings Section 3B.28 Active Vehicle Barrier (AVB) Envelope Markings Standard: Active vehicle barriers shall be surrounded with a retroreflective white pavement marking envelope to delineate the hazard area and prohibit standing or parking on the safety loops. The envelope shall consist of 12" wide stripes at a 45 degree angle separated by a 24" clear space. The envelope shall be full lane width and a minimum of 8 feet in length. Support: The use of the safety envelope is required to reduce the probability of vehicles resting over the AVB, or resting over the safety loop, thereby preventing the barrier from deploying. Section 3B.29 AVB Markings Standard: The AVBs shall have retroreflective markings that are in conformance with the MUTCD Section 8C.04. Active Vehicle Barriers shall be fully‐retroreflectorized on both sides with alternating red and white vertical striping (16 inches in width). The minimum height of the vertical stripes shall be 4 inches. The minimum amount of retroreflectorized surface visible to oncoming traffic shall be 1152 square inches. When it is impossible to meet the 1152 square inches of visible surface area due to the AVB design, supplemental in‐road lighting or AVB attached warning lights are required. Support: AVBs, when deployed, are a form of road closure and are a significant hazard to vehicles. The amount of surface area available for marking with retroreflective material is limited by the varying AVB designs. Therefore the dimensions of the red/white intervals may be modified to fit the AVB design. Attachment 2 Traffic and Safety Engineering for Better Entry Control Facilities 2014 Force Protection Issues 8.6.3. Active Vehicle Barrier Markings and Delineation AVBs are often improperly delineated. The use of red and white stripes is appropriate because of the stop condition that is required for the impact hazard (AASHTO Roadside Design Guide). Additionally, since these devices are typically centered within the travel way, striping should be oriented vertically. In addition to the front face of barriers, the backside of barriers should be delineated to the extent possible. Delineation should match the same vertical configuration. The markings will maintain retroreflective based on expected traffic for a minimum of two years. AVBs shown from inbound perspective AVBs shown from inbound perspective (2-Inbound Lanes) Correct Orientation and Colors (1-Inbound Lane) Improper Orientation and Colors
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/50CS/FA2550-17-R-1004/listing.html)
- Place of Performance
- Address: Schriever AFB, Colorado, Schriever AFB, Colorado, 80912, United States
- Zip Code: 80912
- Zip Code: 80912
- Record
- SN04376526-W 20170122/170120233926-4e829894bc8d25f8f343a51308b41154 (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 |