SNOW AND ICE REMOVAL, Clearfield, PA

expired opportunity(Expired)
From: Federal Government(Federal)
W15QKN-19-R-1030

Basic Details

started - 13 Mar, 2019 (about 5 years ago)

Start Date

13 Mar, 2019 (about 5 years ago)
due - 19 Mar, 2019 (about 5 years ago)

Due Date

19 Mar, 2019 (about 5 years ago)
Bid Notification

Type

Bid Notification
W15QKN-19-R-1030

Identifier

W15QKN-19-R-1030
Department of the Army

Customer / Agency

DEPT OF DEFENSE (708180)DEPT OF THE ARMY (132982)AMC (72571)ACC (74945)ACC-CTRS (32874)ACC-NJ (4377)W6QK ACC-PICA (4366)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Added:Feb 05, 2019 11:58 am PERFORMANCE WORK STATEMENTSnow and Ice Removal ServicesFY - 2019- Rev. 31. GENERAL. This is a non-personal services contract to provide snow and ice removal services in support of the 99th Regional Support Command (RSC). The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract services providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The contractor shall not commence until issuance of a task order and notification from the Government COR/RFOS.1.1. DESCRIPTION OF SERVICES. The contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation, fuel and other items necessary to provide snow and ice removal services in accordance with this Performance Work Statement (PWS) except as those items specified as government furnished property and services. The contractor shall perform to
the standards in the contract as well as all federal, state and local regulations.1.2. OBJECTIVE: The result of this contract is to provide a clean workplace free of snow and ice.1.3. SCOPE. Snow and Ice Removal services are to be performed on all on locations as specified on the site map.1.4. PERIOD OF PERFORMANCE. The period of performance shall be for 12 months from the effective date of award with four 12-month option periods.1.5. GENERAL INFORMATION.1.5.1. QUALITY CONTROL. The contractor shall maintain effective quality control to ensure services are performed in accordance with this PWS. The contractor's quality control is a means by which he assures himself that his work complies with the requirement of the contract.1.5.2. QUALITY ASSURANCE. The Government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). The 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). The Government will utilize the snow and ice removal inspection sheet found at Exhibit 2 to document quality of services provided.1.5.3. HOURS OF OPERATION. The Contractor shall NOT perform any services or work elements under this contract UNLESS NOTIFIED AND INSTRUCTED TO DO SO by the COR/RFOS. Failure to receive prior approval from the COR/RFOS may result in NON-PAYMENT and/or consideration will be requested by the government. The Contractor shall arrive on site and begin performing the services ordered within TWO (2) HOURS OF NOTIFICATION. The Contractor shall maintain contact with the COR/RFOS during snow plowing/sanding/ice removal operations. At the conclusion of the work element the Contractor shall contact the COR/RFOS and state that the job has been completed at which time the COR/RFOS may inspect. The contractor is not to leave the site prior to contacting the COR/RFOS. It shall be presumed that the center will remain open for business during all weather conditions, and that there will be pedestrian and vehicle traffic, truck deliveries, cars parked in the parking lots, and other normal business day activities.1.5.3.1 After initial notification from the COR, the Contractor shall begin snow plow/sanding/ salting/ice removal procedures. Parking lots and entrances shall be plowed. It shall be plowed to the bare pavement with no trailing windrows left in the areas. The parking lot curbs shall be visible and catch basins exposed. All parking spaces shall be cleared of snow and available for parking. The contractor will be required to take ‘before and after' time-stamped pictures to be e-mailed to the COR/RFOS, if the COR/RFOS cannot be present to verify the work performed.1.5.4. RECOGNIZED HOLIDAYS: Any reference to holidays shall be construed to mean the Government holidays listed below:New Year's Day 1 JanuaryMartin Luther King Day 3rd Monday in JanuaryPresidents Day 3rd Monday in FebruaryMemorial Day Last Monday in MayIndependence Day 4 JulyLabor Day 1st Monday in SeptemberColumbus Day 2nd Monday in OctoberVeteran's Day 11 NovemberThanksgiving Day 4th Thursday in NovemberChristmas Day 25 DecemberWhen one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday will be observed as a legal holiday.1.5.5. PLACE OF PERFORMANCE. The work to be performed under this contract will be performed at the PFC MELVIN L BROWN USARC/BMA 106, 6400 CLEARFIELD WOODLAND HWY, CLEARFIELD, PA 16830-1007.1.5.6. TYPE OF CONTRACT. The Government will award a Firm Fixed Price Requirements contract vehicle. Task Orders will be issued annually for government requirements for snow and ice removal services. Please note a task order is your official contractual vehicles to commence work for specified period of performance.1.5.7. PERSONNEL. The Contractor shall provide the Contracting Officer, and the Regional Facilities Operational Specialist (RFOS) or Contracting Officer Representative (COR) via email with a list of the names of employees or alternates to be employed in performance of the work 15 calendar days of contract award. The contractor shall maintain a list of telephone numbers for the designed contractor representative which shall be available and provided to the Government to receive and adjust complaints and reports of deficiencies from the COR/RFOS. The Contractor shall also notify the RFOS or COR with any additions or deletions to the list of employees immediately.1.5.7.1 PERFORMANCE OF PERSONNEL. Employees of the contractor assigned for performance of this contract shall be capable employees with sufficient experience and training to assure compliance with the contract requirements. The employees shall be required by the Contractor to maintain themselves and their clothing in a neat and clean manner. A fully qualified workforce shall be on board no later than the second week of the contract.1.5.7.2. CONTRACTOR REPRESENTATIVE. The contractor shall provide an onsite contractor representative who shall be physically present during services to be performed to conduct overall management coordination and furnish liaison with the government. The contractor representative shall be the point of contact with the government and shall have authority to act or make decisions for the contractor on all matters pertaining to this contract. The representative for the contractor must have the ability to communicate with the Government verbally as well as in writing.1.5.7.3. CONDUCT OF PERSONNEL. The Contracting Officer may require the contractor to remove from the job site any employee working under this contract for reasons of misconduct, security, or found to be or suspected to be under the influence of alcohol, drugs, or other incapacitating agent. Contractor employee shall be subject to dismissal from the premises upon determination by the contracting officer that such action is in the best interests of the government. The installation commander has the authority to bar individuals from the installation. Such removal from the job site or dismissal from the premises shall not relieve the contractor of the requirement to provide sufficient personnel to perform the services as required by this PWS.1.5.7.4 IDENTIFICATION OF CONTRACTOR EMPLOYEES. All contract personnel working in situations where their contractor status is not obvious to third parties are required to identify themselves. This may be accomplished by wearing clothing bearing the name of the company or by wearing clearly written and visible nametags which contain the company name and employee name at all times, as such to avoid creating an impression in the minds of members of the public that they are Government officials.1.5.8. ORGANIZATIONAL CONFLICT OF INTEREST. The contractor shall not employ any employee of the United States Government or the Department of Defense, either military or civilian, if such employment may create a current or subsequent Organizational Conflict of Interest (OCI) as defined in Federal Acquisition Regulation Subpart 9.5. The contractor shall notify the Contracting Officer immediately whenever it becomes aware that 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 affect other remedies as he or she deems necessary.1.5.9. SECURITY REQUIREMENTS. Contractor personnel or any representative of the contractor entering the Reserve Center shall abide by all security regulations and shall be subject to security checks. At the close of each work period, government facilities, equipment, and materials shall be secured.1.5.10. VEHICLE OPERATION. Contractor personnel operating motor vehicles used in performance of this contract shall have a valid state operator's license and shall operate all motor vehicles in accordance with policies and procedures established by the Reserve Center. The contractor's vehicles shall have an identification tag clearly visible while on site.1.5.12. SAFETY. The contractor shall maintain a safe working environment to prevent accidents and preserve the life and health of contractor personnel and Government personnel. The Contractor shall instruct employees in appropriate measures as specified by the applicable provisions of the Occupational Safety and Health Act, 1970, PL 91-596 (84 Stat 1590).1.5.13. ENVIRONMENTAL SPECIFICATION.1.5.13.1 Under no circumstances shall hazardous waste/material be transported onto United States Army property. Less hazardous or non-hazardous materials will be substituted for hazardous materials, unless specifically required elsewhere in this contract. Where hazardous materials are needed, users will adhere to all applicable federal, OSHA and state regulations regarding the management and handling of hazardous materials. In the absence of regulations, users will apply the best available technology or management in the use, handling and disposal of hazardous materials.1.5.13.2 Contractor will submit Material Safety Data Sheets for all hazardous materials to be used in this contract within 10 days after contract award to the ROFS/COR.1.5.13.3 RELEASE REPORTING. Any release of oil (including leaks from hydraulic hoses and equipment), hazardous waste material at sites supported by the 99th shall be immediately reported to the local fire department and the COR for reporting to the Environmental Management Office (EMO), Headquarters, 99th Regional Support Command, Directorate of Public Works, 5231 South Scott Plaza, Fort Dix, NJ 08640 at (609) 562-7664 or 7663.1.5.13.4 Any hazardous waste released to the environment (including leaks from hydraulic hoses and equipment) as a result of the Contractor's work shall be the sole responsibility of the Contractor and shall be cleaned up at no expense to the government. Any release shall be cleaned up to the standards set forth in 40 CFR 260 et. Seq.1.5.13.5. The Contractor is required by law to contact the Federal and Local Environmental Agency or Occupational, Safety and Health Agencies for any reason related to compliance requirements arising out of performance of this contract.1.5.13.6 In the event any agency contacts the Contractor for any reason relating to compliance requirements arising out of performance on this contract, the Contractor shall immediately inform the EMO and the Contracting Officer no later than the close of business on the day the contract is made. If such communication is after normal business hours, notification will be made immediately on the next business day. The Contractor shall also provide the name, telephone number of the agency, name of the person making the contact and the substance of any verbal or written communication from such agency. Any coordination with regulatory agencies to discuss the extent of the law requirements will first be made through the EMO.1.5.14. INTERFERENCE WITH GOVERNMENT BUSINESS. The Contractor shall schedule and arrange work so as to cause the least interference with the normal occurrence of Government business and a mission. In those cases where some interference may be essentially unavoidable, the Contractor shall be responsible to make every effort to minimize the impact of the interference and inconvenience of the customer.1.5.15. PROTECTION OF GOVERNMENT PROPERTY1.5.15.1. The Contractor shall assume full liability and responsibility for any loss or damage to Government property caused by his operations and shall assume full responsibility for any and all damages or claims for damage for injury to persons, property or equipment which might result from any service performed under this contract.1.5.15.2 The Contractor shall at all times be responsible for safe, careful and efficient operations of his equipment. The Contractor shall provide an on-site qualified supervisor during all snow plowing, sanding and ice removal operations.1.5.15.3 The Contractor shall be responsible for the repair or replacement of all government property, including, but not limited to curbing, soil, lawns, shrubs, fences, gates and handrails damaged by his operations. This shall include but not be limited to any damage caused by salt or chemical ice melting operations or build-up of sand on any lawn or planting area. The Contractor should review the areas with the COR prior to the first storm to validate current conditions.1.5.15.4 The Contractor shall be responsible for all damages to vehicles or property caused by his operations. If a vehicle is damaged, the Contractor shall report the incident immediately with all pertinent details to local/state police, the Contracting Officer and the COR/RFOS.1.5.16. OTHER REQUIREMENTS.1.5.16.1. The Contractor shall at all times observe and comply with, and shall cause all the agents and employees of the Contractor to observe and comply with, all such existing and future laws, regulations, ordinances, by-laws, orders and decrees; and shall protect and indemnify the 99th Reserve Support Command against any claim or liability arising from or based upon the violation of any such laws, regulations, ordinances, by-laws, orders and decrees, whether by the Contractor or its agents or employees.1.5.16.2. The Contractor shall provide the COR/RFOS with a copy of State and Federal licenses, operating permits and certifications for its vehicles and equipment within five working days of award of the contract.1.5.16.3. The Contractor is required to submit a copy of monthly invoices for services rendered to the COR/RFOS within five days after monthly services are performed. Pictures as required in PWS 1.5.3.1 must be submitted in order for invoices to be approved. The contractor is responsible to ensure that appropriate tasks are performed as specified in the task order and noted on the invoice. The contractor shall not invoice for services beyond the scope of each line item of the task order.2. DEFINITIONS. As used throughout this contract, the following terms shall have the meaning set forth below.2.1 SNOW FALL. The total accumulation of snow that the contractor plows each time the contractor is called out to the site to perform plowing/sanding/salting/deicing as measured by the Contractor and may be required to be confirmed by the COR or the COR's representative.2.2 MEASUREMENTS. All measurements are approximate and should be field verified by the Contractor and government representative. A date stamp photograph may be substitute with approval of the RFOS.2.3 PERFORMANCE REQUIREMENT SUMMARY. The contractor service requirements are summarized into performance objective that relate directly to the mission essential items.2.4. CONTRACTOR REPRESENTATIVE. A foreman or superintendent assigned in accordance with within the PWS.2.5. REGIONAL FACILITIES OPERATIONAL SPECIALIST (RFOS). A designated individual who shall have the primary responsibility for assuring that all supplies, service or workmanship presented to or performed for the Government meet all conditions of the contract.2.6. CONTRACTING OFFICER REPRESENTATIVE (COR). The Government employee designated by the Contracting Officer to be responsible for monitoring of Contractor's performance.2.7. HAZARDOUS AND SPECIAL WASTE. Any material which poses a hazard to health and/or environment as defined in the Resource Conservation and Recovery Act (RCRA) of 1976 and regulations implementing those laws and similar local laws and regulations. Such wastes include but are not limited to those materials which are toxic, corrosive, ignitable or reactive, requiring special handling and procedures for disposal. This waste shall not be collected as part of this contract.2.8. QUALITY CONTROL PROGRAM (QC). Contractor's system of controlling the equipment, system or services to ensure the requirements of the contract are met. Contractor is responsible for QC and for offering to the Government for acceptance only those samples or services conforming to contract requirements.3. KEY CONTROL3.1.1 The Contractor shall establish and implement adequate methods of insuring that all keys issued to the Contractor by the Government are not lost, misplaced, or used by unauthorized persons.3.1.2 The Contractor and his personnel shall not duplicate the Government issued keys.3.1.3 There is a $50.00 charge for each key lost by the Contractor. If the Contracting Officer rules that the Contractor lost or duplicated a key and it is necessary to replace or recode the locks for security reasons.3.1.4 The Contractor shall report the occurrence of a lost key immediately to the Contracting Officer's Representative and the Contracting Officer.3.1.5 The Contractor shall prohibit the use of Government issued keys by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by the Contractor's employees not engaged in the performance of assigned work in those areas.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. All equipment and materials shall be of acceptable commercial grade to perform services.4.2.1 The Government will not be responsible in any way for the Contractor's supplies, materials, equipment or personnel belongings that may be damaged or lost by fire, theft, accident, other conditions or circumstances.4.2 EQUIPMENT MAINTENANCE. The contractor shall maintain all contractor provided containers ensuring they are free of unpleasant odors, dirt, debris, and pests. All containers shall remain in good, workable condition. Containers shall remain easily accessible to customers. The contractor shall perform all cleaning, painting, repair and other maintenance tasks off-site. Trucks and trailers used for hauling and collecting shall be washed as required to ensure they are free of odor, dirt, debris, and pests.4.3 VEHICLE AND EQUIPMENT REQUIREMENTS. The Contractor's vehicles and accessories required to perform this contract shall be specifically designed for the purpose intended in this contract. The Contractor's furnished equipment and vehicles shall be provided in adequate numbers and of appropriate type and size to fulfill the requirements of PWS.4.4. VEHICLE SPECIFICATIONS. Contractor's vehicles shall also meet the following criteria:4.4.1 The Contractor shall comply with the provisions set forth in the most recent revision of 40 CFR Part 202, for the routine maintenance of vehicles and all equipment required to assure satisfactory performance of snow plowing/ice removal operations.4.4.2 The Contractor shall comply with the provisions set forth in 49 CFR Part 390-397 (available upon request), for motor carrier safety standards.4.4.3 The vehicles furnished by the Contractor shall have the Contractor's name, address and telephone number clearly visible on both sides of each vehicle.4.4.4 The Contractor shall operate his vehicles in accordance with all Federal, state and Installation traffic regulations and provide for registration, licensing and insurance in compliance with all applicable laws, regulations and subject to the terms and conditions of this contract.4.4.5 The Contractor shall supply all fuel, lubricants, spare parts and provide repair and maintenance necessary to keep equipment in operating condition.5. SPECIFIC TASKS.5.1. BASIC SERVICES. The Contractor shall remove snow and ice from all paved areas, sidewalks, landings and entrance ramps. The Contractor shall ensure walkways are free of snow accumulation, piles, or drifts by removing all snow and ice from sidewalks, landings, and entrance ramps. The Contractor shall remove snow, including drift or piles, from all remaining paved surfaces.5.1.2 REMOVE ICE. The Contractor shall immediately remove ice upon notification from COR/RFOS to perform services to provide secure footing or safe driving conditions. The Contractor shall provide all sand. Contractor shall remove and dispose of excess accumulations of sand off Government property.5.1.3 CATCH BASINS. All snow shall be removed from all catch basins to allow free drainage. The basins shall be cleared at the end of each snowstorm. Contractor may conduct a site visit to verify location of catch basins.5.1.4 HYDRANTS. All snow shall be removed from the hydrants so they may be easily accessible. The cleared area shall be approximately six (6) feet wide around the hydrant. The hydrants shall be cleared at the end of each snowstorm.5.1.5 DUMPSTERS. All snow shall be removed from around the dumpsters to allow for pedestrian access to disposal of refuse. No snow shall be placed in front of the dumpsters. The dumpsters shall be cleared at the end of each snowstorm.5.1.6 MONITORING WELLS. No snow shall be stockpiled at or near any monitoring wells.5.1.7 SNOW PLOW OPERATIONS. Snow plowing shall include the clearing of snow from the driveways and parking areas by pushing and piling the snow into adjacent areas. Snow shall be cleared from all walkways, doorways and gates to provide full opening and safe access for personnel and equipment. No snow piles shall be left in the plowed areas. The parking lot shall not have a reduction of more than 10% of parking spaces at the end of the storm as were there before the snow season began. At the parking lot entrances and exits, the snow shall be plowed back four (4) feet from the curb line/edge of pavement for traffic visibility. The snow banks shall not exceed three (3) feet high in this areas. The contractor is responsible for relocation of excessive accumulation as necessary off site.5.1.8 SIDEWALKS. All sidewalks shall be cleaned at least each four (4) inch snowfall interval. All sidewalks shall receive a complete cleaning and sanding/salting at the end of each snowstorm if slippery conditions exist, regardless of depth. Contractor shall be required to mark all sidewalks and appurtenances before the start of the snow season. Contractor may conduct a site visit to verify access and condition of the sidewalks.5.1.9 HEATING, VENTILATING, AND AIR CONDITIONING (HVAC) CLEARING. The HVAC unit(s) shall be kept clear of snow and ice to provide access to control panels from all sides. This is to be accomplished by means other than plowing (i.e.: snow blowing or hand shoveling).5.1.10 SAND and/or SALT. The use of sand, salt or a mixture of the two will be used in accordance with local regulations, local policy, or any other procedures applicable to the local area. It will be the contractor's responsibility to ensure that any material used in compliance with local procedures and is acceptable to the COR/RFOS. No change to the material shall be used without the COR/RFOS authorization. Sand shall consist of clean inert, hard, durable grains of quartz or other hard durable rock, free from loam or clay surface coatings and deleterious materials. The allowable amount of material passing a No. 200 sieve as determined by AASHTO-T11 shall not exceed 10% by weight. The maximum particle size for sand borrow shall be M1.04.0 Type a, 1⁄4 inch. At the end of the Snow Removal Season, the contractor shall remove all excess sand from sidewalks and parking lots.5.1.11 ON-CALL SANDING/SALTING. All sanding/salting of the parking lots and sidewalks shall be performed as an on-call requirement. The application shall be a complete coverage of the parking area, not a drive-by or drive-through application.5.1.12 SAND BARRELS. The Contractor shall provide, maintain, and place sand barrels with weather protective lids. The Contractor shall be responsible for all tools, equipment, and sand required. The COR/RFOS shall approve the sand barrels shall approve prior to placement. The Contractor shall keep the barrels 3⁄4 full of sand throughout the winter season. The Contractor shall replace or repair any damaged barrels or lids within one (1) day after notification by the COR/RFOS. The Contractor shall keep the area in and around the sand barrels clean. The Contractor will dispose of all trash and debris found in those areas. Sand barrels shall not be placed prior to 1 November and shall be removed within 5 days after winter season. Sand barrels shall contain a tool or scoop of adequate size for the individual application of sand. The size of the barrels shall not be less than 30 gallon containers for the season.6.0. CONTRACTOR MANPOWER REPORTING (CMR).The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the 99th RSC via secure data collection site. The contractor is required to completely fill in all required data fields using the following address: http://www.ecmra.mil, and then click on "Department of the Army CMRA" or the icon of the DoD organization that is receiving or benefitting from the contracted services.Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk by clicking on "Send an email" which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component's CMR website".7. ANTITERRORISM (AT) AND OPERATIONS SECURITY (OPSEC)7.1. AT LEVEL 1 TRAINING. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. 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 5 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil or non-CAC card holders - http://jko.jten.mil/courses/atl1/launch.html7.2. ACCESS, GENERAL PROTECTION, AND SECURITY POLICY AND PROCEDURES. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.7.2.1 For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.7.3 iWATCH TRAINING. The contractor and all associated subcontractor employees shall brief all employees on the local iWATCH program (training standards are provided by COR/RFOS). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR/RFOS. This training shall be completed within 30 calendar days of contract award and with 30 calendar days of new employees commencing performance with the results reported to the COR/RFOS not later than 5calendar days after contract award.7.4 OPSEC TRAINING. Per Army Regulation 530-1, Operations Security, new contractor employees must complete Level I OPSEC training within 30 calendar days of reporting for duty and annually thereafter.7.5 Threat Awareness Reporting Program. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b.8. ATTACHMENT/TECHNICAL EXHIBIT LIST8.1 EXHIBIT 1 - PERFORMANCE REQUIREMENTS SUMMARYPerformance Objective Standard Performance Threshold Method of SurveillanceClear snow and ice removal in accordance with PWS paragraphs 5.1 through 5.12 Army Regulation 420-1, dated 24 August 2012 95% with no more than one valid customer complaint a month Random Sampling, Periodic Surveillance and/or Validated Customer ComplaintMaintain equipment in good workable condition. in accordance with PWS paragraphs 4.1 through 4.4.5 Army Regulation 420-1, dated 24 August 2012 95% with no more than one valid customer complaint a month Random Sampling, Periodic Surveillance and/or Validated Customer Complaint8.2 EXHIBIT 2 - SNOW AND ICE REMOVAL SERVICES INSPECTION SHEETSNOW AND ICE REMOVAL SERVICES INSPECTION CHECKLISTContract Number: _____________________________________________Location: _____________________________________________Service Frequency: _____________________________________________Instructions: Check the box that applies, make comments as needed and have both the Regional Facilities Operation Specialist (RFOS)/Contracting Officer's Representative (COR) and Contractor Representative sign at the bottom.Were the following in accordance with the Performance Work Statement (PWS) and in accordance with the standards outlined in the Performance Requirements Summary (PRS)?Work Requirement Service Completed Satisfactory Unsatisfactory CommentsSnow and Ice removal - Parking areas, Driveways, GatesSnow and Ice removal - Sidewalks and PathwaysSnow and Ice removal - Catch BasinsSnow and Ice removal - HydrantsSnow and Ice removal - DumpstersSnow and Ice removal - HVACSand Barrels MaintainedSanding / Salting appliedAdditional Comments __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________Signature of COR/RFOS Date______________________________________________________________________________Signature of Contractor's Representative DateAdded:Feb 21, 2019 9:50 amModified:Mar 12, 2019 10:43 amTrack Changes The 99th Regional Support (RSC) a requirement for a Snow and Ice removal services for the PFC Melvin Brown USARC in Clearfield, PA. ACC-NJ anticipates releasing a solicitation to be published in the Federal Business Opportuntities (www.fbo.gov). The soliciation will result in a Firm Fixed Price contract with a period of performance of 12 month base period and four 12 month option years. The contractor shall provide all personnel, supplies, supervision, tools, materials, equipment, transportation, fuel and other items necessary to provide snow and ice removal services in accordance with this Performance Work Statement (PWS) except as those items specified as government furnished property and services. The contractor shall perform to the standards in the contract as well as all federal, state and local regulations.This requirement will be set aside 100% for small businesses utilizing NAICS Code 561790 with a size standard $7M.This synopsis is provided for informational purposes and is not considered a request for quote. The solicitation will be posted on or about 12 March 2019. The offer due date will be stated in the solicitation. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. It is the responsibility of the offeror to review the webpage for notice of amendments, updates, or changes to the solicitation. Please be advised that hard copies of the solicitation will not be made available; you must download solicitation documents from the FBO. All potential sources must obtain a DUNS number, a CAGE code, register in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/ in order to transact business with the Government. Failure to obtain a DUNS number, a CAGE code and register in the SAM may result in the delay of award of a contract or possible award to the next otherwise successful offeror. For further information, please contact Rashida Funches, Contract Specialist at Rashida.d.funches.civ@mail.mil.Interested businesses should prepare a statement of capabilities to include the following:1. Organization's name, address, e-mail, telephone and website address.2. Provide a listing of three (3) most recent relevant projects your firm has performed. Include contract number, location, dollar value, period of performance, scope of work and point of contact.3. Does your company have the cash flow or resources available to manage a large contract if the Government pays on a monthly basis? Based on the projected workload, how long would the firm be able to sustain payroll should a delay in payment occur?4. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to immediately perform that portion of the requirement upon Task Order award.5. Your firms Data Universal Numbering System (DUNS) and Commercial and Government Entity (CAGE) code.6. System for Award Management (SAM) registered NAICS codes.IMPORTANT NOTICE:The Government does not intend to award a contract on the basis of this request or otherwise pay for the information solicited.

CLEARFIELD, Pennsylvania 16830 United StatesLocation

Place Of Performance : N/A

Country : United States

You may also like

SNOW AND ICE REMOVAL SERVICES

Due: 31 Mar, 2029 (in about 5 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

FY24 SNOW REMOVAL FOR WILEY

Due: 30 Apr, 2024 (in 5 days)Agency: PUBLIC BUILDINGS SERVICE

RLR SNOW AND ICE REMOVAL

Due: 14 Nov, 2024 (in 6 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

561 -- Administrative and Support Services/561790 -- Other Services to Buildings and Dwellings
naicsCode 561790Other Services to Buildings and Dwellings
pscCode SLandscaping/Groundskeeping Services