AWARD
B -- Historic Property Evaluation
- Notice Date
- 9/25/2018
- Notice Type
- Award Notice
- NAICS
- 541620
— Environmental Consulting Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, USACE District, Albuquerque, Attn: CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, New Mexico, 87109-3435, United States
- ZIP Code
- 87109-3435
- Solicitation Number
- W912PP18Q0107
- Archive Date
- 10/9/2018
- Point of Contact
- Glenda D. Kohlieber, Phone: 5756524135
- E-Mail Address
-
glenda.d.kohlieber@usace.army.mil
(glenda.d.kohlieber@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912PP18P0103
- Award Date
- 9/24/2018
- Awardee
- KFS, LLC, 303 WILLIAMS AVE STE 116, HUNTSVILLE, Alabama 35801, United States
- Award Amount
- $184,622.79
- Line Number
- 0001
- Description
- This action was awarded as an 8(a) Sole Source Set-Aside under the authority of section 8(a) of the Small Business Act. This is a non-personal, Performance Based Contract (PBC) to perform a Historic Property Evaluation (HPE) in support of U.S. Army Garrison, Yuma Proving Ground (YPG), Arizona. Task #1 - Kickoff Meeting: The Contractor shall create an agenda and present it to USACE and YPG two weeks before the scheduled meeting. The Contractor shall coordinate a 4-hr meeting on-site at YPG providing the Field Crew Lead and the Project Manager shall be in attendance. Government PM, COR, YPG PM, and ESD PM shall be in attendance. The Contractor shall document the meeting per Section 1.19. The Contractor is expected to lead the meeting. 5.2 Task #2 - Work Plans and Other Documents: The Contractor is responsible for providing the following: 5.2.1 The Contractor shall prepare an Accident Prevention Plan (APP) and a Site-specific Safety and Health Plan (SSHP) as an addendum to the Contractor's corporate Health and Safety Plan in accordance with USACE EM 385-1-1, EM 385-1-97, and 29 CFR 1910.120. Contractor cannot use an Abbreviated Accident Prevention Plan (AAPP) for this contract. 5.2.2 The Contractor shall prepare a UXO Escort and Avoidance plan as an addendum to their corporate health and safety plan or SSHP as an appendix. Also, the Contractor shall use UXO Technician III, meeting Department of Defense Explosives Safety Board (DDESB) Technical Paper 18 qualifications, who shall review all plans, checklists, SOPs, and etc. for this project. 5.2.3 The Contractor shall prepare Milestones and an Activity-based Project Schedule for fieldwork performance and project deliverables. Utilize Microsoft Excel or Portable Document Format (PDF) of a Microsoft Project file. USACE and YPG do not have Microsoft Project software installed on Government provided computers. 5.2.4 Project Management Plan and Technical Management Plan. See Attachment F for example content. 5.2.5 The Work Plans shall be written using Microsoft Word for Draft and Draft-final versions. The Historic Building Inventory Work Plan shall include an Introduction, Goals, Objectives, identify key personnel and their roles and responsibilities, and survey methods to be used. The final version shall be submitted using Adobe PDF. USACE shall review the Work Plan and seek YPG Cultural Resource Manager (CRM) approval. The Work Plan shall be prepared in draft, draft-final, and final versions with responses to Government comments in between each version. The Contractor shall include responses to comments as an attachment or appendix. 5.2.6 The Contractor shall submit their draft Quality Control Plan (QCP) within 60 days of contract award. See paragraph 1.8. 5.3 Task #3 - Contractor Training: The Contractor shall complete the required training for OPSEC Training, 4 hours; Foreign Disclosure Training, 4 hours; Range Control Training, 2 hours. This training includes prime Contractor employees and those of any subcontractor employees involved in this project. 5.3.1 Additional Training may be identified in Attachment C - Antiterrorism (AT) and Operations Security (OPSEC) Requirements, identified by an asterisk to the left of any numbered paragraph. 5.3.2 All contractor personnel require 40-hr Hazardous Waste Operations Worker in accordance with 29 CFR 1910.120, and A minimum of two personnel require Adult First Aid, Cardiopulmonary Resuscitation (CPR) and Automated External Defibrillator (AED) training. 5.4 Task #4 - Fieldwork: The contractor's field crew lead must make contact with the YPG CRM and/or the YPG Archeologist two weeks prior to beginning any fieldwork.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP18P0103 .html)
- Record
- SN05105120-W 20180927/180925231446-5249cf46b6e10c1eb6d73ce656842562 (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 |