Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2009 FBO #2748
SPECIAL NOTICE

Y -- Responder Support Camps (Base Camps)

Notice Date
6/3/2009
 
Notice Type
Special Notice
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Homeland Security, Federal Emergency Management Agency, Logistics Section, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472
 
ZIP Code
20472
 
Solicitation Number
HSFEHQ-09-R-0079
 
Archive Date
7/2/2009
 
Point of Contact
Ora L. Bethea, Phone: 2026463608
 
E-Mail Address
FEMA-Industry@dhs.gov
(FEMA-Industry@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information. SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK PERFORMANCE WORK STATEMENT NATIONAL BASE CAMP OPERATION SERVICES BACKGROUND Pursuant to the Robert T. Stafford Relief and Emergency Assistance Act, Department of Homeland Security (DHS)/Federal Emergency Management Agency (FEMA) is authorized to provide individual and public assistance under Presidential declarations of a disaster and emergency. Types of disasters and emergencies that could happen across the United States are, but not limited to: hurricanes, floods, earthquakes, cyclones, tornadoes, blizzards, acts of terrorism, tsunamis, or avalanches. The contractor shall construct and operate a base camp to stage FEMA disaster responders and other authorized personnel and assets deployed for such declarations within disaster-declared states. OBJECTIVE FEMA is responsible for leading the United States in preparing for, preventing, responding to, and recovering from disasters. During disaster situations, FEMA federal, state and local responders may need a place that provides shelter, food, and additional basic needs. Hence the need for the procurement of effective and efficient Base Camps is present. The National Base Camps contract will be used at the time a Federal disaster is declared. FEMA shall be able to call upon vendor/vendors to provide Base Camp Services in the Continental United States (CONUS) depending the region affected by the disaster. SCOPE The scope of this Performance Work Statement includes providing base camp support services inclusive of mobilization, site preparation, installation, base camp management and operation, and demobilization as set forth herein and in task orders. Contractor shall have the ability to provide two concurrent base camps. Contractor services include:  Base camp design;  Site preparation;  Installation and maintenance of all contractor provided equipment; and  All services necessary to effectively and efficiently manage and operate the base camp. The contractor shall house all authorized camp occupants with tents or modular units, equip tents and other facilities with air conditioning and heating (HVAC) and leveled plywood floors (or equivalent) as well as provide bedding, meal services, kitchen, dining hall, limited recreation facilities, operations center, medical unit, refrigerated trucks, shower units, hand wash units, potable (drinking) water, water purification and manifold distribution systems, toilets, on-site manifold distribution of black and grey water and associated on-site sanitation systems, complete laundry service, industrial generators, and light towers. GENERAL INFORMATION The Contractor shall be capable of establishing and maintaining a base camp within disaster-impacted areas within 72 hours of task order award. The Base Camp task order will specify the initial base camp capacity, but the scope will be no less than 301 base camp occupants and no more than 2,000 base camp occupants. The Contractor shall provide complete, turn key base camp operations as designated by the Government within the designated disaster area. The Contractor shall have the capability to gather and stage those capabilities outside of harms way for immediate deployment, pre and post events. The Contractor shall be capable of removing assets within eight hours, in the event additional disasters or other threatening occurrences put the base camp or responders at risk. The Contractor shall have sufficient staffing capabilities that are supported by a team of trained specialists to professionally set-up, operate and manage the camp. The Contractor shall have the capability of expanding or reducing assets (equipment) within 24 hours notice based on changing mission needs and camp population. The Contractor shall have sufficient equipment readily available for rapid deployment and preventive maintenance programs to ensure optimum equipment readiness levels at all times. The Contractor shall have the capability to provide engineering, site design and phasing analysis to assist in effective planning and use of the base camp site. HOURS OF CAMP OPERATION Base camp hours of operation are 24 hours a day, seven days a week. The base camp shall be open all holidays, but holiday hours of operation may be reduced by the Contracting Officer via the COTR/TM. The Government will provide holiday schedules to the contractor at least three days before the date of the event. CONTRACTOR STAFFING The contractor's staff shall be comprised of multi-disciplined personnel operating around the clock while the camp is in operation. Staff sizing will be dependent on the size and scope of the camp operation and shall be sufficient to insure that the camp is managed efficiently and effectively. Whenever practical, displaced citizens will be given the first opportunities for employment within the camp, assuming skills and capabilities are pertinent for the open positions. The contractor and its staff shall adhere to federal privacy laws, including the privacy act. All contractors' personnel shall be able to pass a background check in accordance with the FEMA Contractor Eligibility and Personal Identification Verification (PIV) Process, (DHS Clause 3052-204.71). Contractors and subcontractors that are engaged solely in site preparation work are exempt from the background check requirement. EQUIPMENT The Contractor shall have the capability to provide assets that can be expanded and reduced based on mission needs and camp population. The contractor will be required to provide an Equipment Inventory report to the CO and COTR/TM. An inventory list shall be required. The Contractor shall have sufficient equipment available for rapid deployment and preventive maintenance programs to ensure optimum equipment readiness levels at all times. The Contractor shall have the capability to provide engineering, site design and phasing analysis to assist in effective planning and use of the base camp site. GOVERNMENT FURNISHED PROPERTY/EQUIPMENT/SERVICES The Government will furnish land and be responsible for the site lease for the base camp. The site condition for a base camp may vary significantly. Base Camp Security will be provided by the Government. The Government reserves the right to provide any other equipment or services to support base camp operations. Any other Government furnished equipment or services shall be set forth in the task order. SAFETY STANDARDS The base camps shall be kept in compliance with applicable OSHA rules in CFR29 Part 1926 & 1910.142 and all other local, state and federal regulatory standards and conditions (http://www.osha.gov/pls/oshaweb/owasrch.search_form?p_doc_type=STANDARDS&p_toc_level=0) CODE ADHERENCE The contractor is responsible for adherence to applicable local, state, and federal building regulations and laws. This includes all Local and State Health Department regulations. The contractor shall be responsible for acquiring all permits and approvals for the services provided. The contractor shall be responsible for meeting manufacturer recommended installation specifications. The contractor shall perform a local code review of the jurisdictional area where the base camp is located and implement any requirements determined to be more stringent than the National Codes indicated in this Performance Work Statement. A written compliance report shall be provided to the Government upon completion of this code review within 15 days of the task order award. SPECIAL NEEDS The contractor is responsible for accommodating individuals with special needs. This includes, as a minimum, the Americans with Disabilities Act and any other federal, state and local codes. DAILY LOGS The contractor shall maintain daily camp logs. Copies of the logs shall be made available to the COTR and FEMA Logistics Base Camp Coordinator. Daily logs shall be documented on the standardized report. See section J Attachments, Attachment E. Base Camp Daily Log Daily log must be signed by the Task Monitor and the Contractor Base Camp Manager. The Contractor's employees, including sub-contracted employees, shall not be included in occupancy, meal or laundry counts for billing purposes, but shall be included as a separate category in the daily camp summary reports to aid the Task Monitor in the event of an emergency or evacuation situation. REQUIREMENTS CONTRACTOR RESPONSIBILITIES The contractor shall provide all necessary labor, supervision, equipment, tools, materials, fuel, and supplies necessary to provide the items and services described herein and set forth in task order(s). TRAINING The contractor will be expected to travel to and participate in one FEMA Sponsored Agency Training Exercises and/or Conferences annually. Typically these conferences are 2 to 3 days. It is anticipated that the training will be held in the National Capital Region. BASE CAMP PHASE-IN/PHASE-OUT The contractor shall perform all necessary site preparation and make the site ready for the placement of all contractor provided equipment and assets. Depending on the site, the contractor may be required to perform site excavation to establish positive drainage. The contractor shall maintain camp grounds on a periodic basis to include brush clearing, grass and brush cutting. The contractor shall provide a transition plan for the task order to ensure a smooth transition from task order award to full camp operational status (phase-in). The transition plan for the phase-in period shall include mobilization, site preparation, transition with existing camp contractor (if necessary), contractor employee training and orientation, assessment of potential security risks, and assumption of full operational responsibility. A site specific transition plan shall be submitted with the task order proposal. A similar plan shall be provided for phase out seven days prior to base camp closing. Base camp set-up shall be completed to the base camp capacity set forth in the task order, within 72 hours of the task order award. Base Camp services shall be fully operational within 72 hours of the task order award. Changes to accommodate increases or decreases in base camp population (within the limits of the base camp capacity set forth in the task order) shall be completed within 24 hours after notice provided by COTR/TM. Any changes to exceed base camp capacity set forth in the task order must be approved by the Contracting Officer and must be completed within 72 hours of notice provided by the Contracting Officer. BASE CAMP CAPACITY The Contractor shall construct the base camp to meet the base camp capacity as set forth in the task order. Actual camp occupancy may vary from camp capacity. Base Camp Capacity is defined as the number of camp occupants the base camp is designed, constructed and outfitted to support. Base Camp Population or Occupancy is defined as the number of individuals actually lodging at the base camp. The Government does not guarantee that the base camp will be fully occupied to meet the specified camp capacity. Base camp occupancy or population may change significantly over the duration of the task order. The COTR will give the contractor at least a 24-hour period of notification prior to any changes in the estimated camp population. The COTR may only adjust base camp populations to levels not to exceed the maximum or minimum base camp capacity established in the task order. Vendor must be capable of scaling the camp size up or down in increments of 100 occupants, not to exceed base camp capacity range in one 24-hour period, within 24 hours of notification. Adjustments in camp capacity will not be done more frequently than once per week unless negotiated through the Contracting Officer. The Contractor shall increase base camp capacity if directed to do so by the Contracting Officer via modification to the Task Order. Any additional increases in base camp capacity must be approved by the Contracting Officer and will be in increments of 100 occupants based on the pricing schedule set forth in the task order. Any increases in the base camp capacity must be completed within 72 hours of notice provided by the Contracting Officer, consistent with competitive prices. BASE CAMP SITE LAYOUT The contractor shall provide camp site requirements and layout in accordance with spacing and implement erosion controls in accordance with EPA Storm Water Best Management Practices found at http://cfpub.epa.gov/npdes/stormwater/menuofbmps/index.cfm. The Contractor shall perform all necessary site improvements to establish positive drainage, expand site capacities, create parking and common areas and perform selective clearing and grubbing. The Contractor shall restore the site to meet or exceed original site conditions. BASE CAMP POINT OF CONTACT The Contractor shall provide a Base Camp Point of Contact for check-in at the base camp entrance. The Contractor's staff shall operate camps in accordance with established guidelines and be subject to using National Incident Management System (NIMS) Incident Command System formats. This format can be found at http://www.fema.gov/emergency/nims/index.shtm. The Contractor is responsible for all check-in and check-out of personnel (occupants and authorized visitors) entering and exiting the base camp. DESIGN PLAN APPROVAL Site specific design plans shall be submitted with each task order proposal. FACILITIES ADMINISTRATIVE AREAS The Contractor shall provide administrative areas. These areas shall be within tented facilities or office trailers. These areas will be used to house the Contractor's camp management and the Government COTR and representatives operations. These shall also be the locations for in-processing and out-processing of base camp inhabitants and base camp information boards. FENCING AND BARRICADES The Contractor shall provide fencing and barricades around the perimeter of the base camp as set forth in the task order. The contractor shall also provide fencing and barricades around areas which are "off limits" to occupants. This requirement is required within the 72 hours setup timeframe. This is to ensure the health and safety of occupants to prevent injuries from all hazards (i.e. tripping). Fences, barriers, and implemented separation mechanisms shall comply with all local, state, and applicable building codes and regulations, as well as any applicable FEMA security requirements as defined by the Joint Field Office (JFO) Security Officer. All fences or barriers shall comply as a minimum with requirements imposed by the Americans with Disabilities Act or other Federal, State and local requirements. RESTROOM FACILITIES The Contractor shall provide portable restroom trailers and/or portable toilets at each base camp to ensure compliance with OSHA CFR29 1910.142(e) & (f)(3). These units shall be designed and certified for use by the Portable Sanitation Association International. All units shall be fully serviced once or twice daily as the site capacity requires or directed by the COTR/TM. All waste water shall be collected with vacuum trucks and transported offsite and disposed at permitted treatment facilities. When available, public utilities shall be utilized. MOBILE SHOWER FACILITIES The Contractor shall provide mobile shower facilities to ensure compliance with OSHA CFR 29 1910.142(f)(3). Shower facilities shall have individual stalls, sinks with mirrors and outlets for hairdryers and shaving equipment shall be provided. Units shall have hot and cold water and shall be serviced with an ASME rated propane water heater and an anti scald valve for user safety. Heated water shall be provided at a minimum of 101 degrees Fahrenheit. Hand wash facilities shall be provided at base camps to meet camp population demand. All showers and sink facilities shall be sanitized twice daily with a disinfecting solution. LAUNDRY FACILITIES The Contractor shall provide laundry services and shall ensure that clean, fresh linens and towels are available for each occupant daily. This includes all towels for showers, bedding and any linens for the dining facility. These basic services will be provided to all camp occupants and shall be included in the daily contract price. A drop and fold service for base camp occupants' personal laundry shall be available for daily drop-off and pick-up. If requested by an occupant laundry shall be done individually for sanitation concerns. Drop off and pick-up service for base camp occupants shall be provided with a maximum 24 hour turn around time and service will be included in base price. The Contractor may also provide self-pay drop off and pick-up laundry service for authorized base camp visitors who are not Base Camp occupants. MORALE WELFARE AND RECREATION (MWR) The Contractor shall provide a MWR facility. This requirement is not required within the 72 hours setup timeframe; however, it must be established within three days after the setup of the camp. This area shall be a tented facility with lights, power and HVAC and flooring. This area shall also have tables and chairs for reading and doing personal paperwork. The area shall have television capabilities for inhabitants to relax. The contractor shall provide TV, internet access, cell phone charging stations as well as numerous magazines and newspapers. As a minimum, the MWR facility will accommodate 5% of the Base Camp Capacity. Computers must be compliant with Section 508 found at http://www.section508.gov. POWER AND HVAC The Contractor shall provide power and HVAC as required to power the requirements of the camp. Available site utilities will be specified in each task order. Temporary power and HVAC, when needed, shall be provided via mobile diesel generators and heating and cooling units sized to support the facility needs. Units shall be self contained and mobile and over the road transportable. Units shall be sound attenuated with noise levels rated at no higher than 69 dBA. Panels and transformers shall be placed as required by the site configuration. Distribution shall be provided with cam lock connectors and sized to applications. GFCI outlet boxes shall be placed throughout the facility as design requires. Wherever cabling crosses roadways or pedestrian areas, cable ramps shall be used for safety and protection. All electrical equipment shall be UL Listed and rated for NEMA 3R and 4 applications. Electrical systems shall be installed to NEC (National Electrical Codes) by licensed electrical personnel. HVAC shall be provided for all structures in sufficient capacities to cool tented areas to approximately 72 degrees Fahrenheit from ambient temperatures of 95 degrees and heat to approximately 70 degrees Fahrenheit from ambient temperatures of 40 degrees. All mobile HVAC units shall be operated on a digital thermostat control. ENVIRONMENTAL CONTROL UNITS (ECU) The Contractor shall ensure that all dining facilities are equipped with reverse cycle (Heat and A/C) ECU's capable of controlling the ambient temperature inside the facility to a reasonable level even during maximum capacity periods. ECU's should be capable of maintaining the temperature inside the dining facility in accordance with Power and HVAC. OCCUPANT SERVICES PHOTO IDENTIFICATION CARDS The Contractor shall furnish photo identification cards for all camp occupants requiring entry into the base camp. This identification will be used to access lodging, base camp facilities, meals, and laundry services. These ID cards will be clearly distinctive from other categories of ID badges. Identification cards will also be provided to authorized, non-occupant base camp visitors and will allow these authorized visitors access to base camp dining and laundry self-pay services. These ID cards will be clearly distinctive from other categories of ID badges. All Contractor employees, including sub-contractors, shall have identifiable markings on their outer clothing displayed at all times. Additionally, identification badges with their name and photograph showing they are employees of the Contractor must be worn and visible at all times. These ID cards will be clearly distinctive from other categories of ID badges stating "Under Contract to FEMA". BILLETING The contractor shall provide billeting for the personnel assigned to the camp. Billeting shall be provided in commercially available climate controlled facilities which include floors, doors, lights, sleeping cots and fire extinguishers in accordance with OSHA CFR 29 1910.142. Such billeting shall be fully installed and ready for occupancy within 72 hours of task order award unless directed otherwise on a task order specific basis. Changes to accommodate increases or decreases in base camp population will be authorized by the Contracting Officer and shall be completed within 24 hours after notice provided by COTR. Tents provided shall typically be one of two types; pole tents or frame tents. Alternate structures which meet or exceed these specifications may be substituted with approval of the Contracting Officer. All billet facilities shall be installed in accordance with referenced codes and manufacturers approved engineering data. All structure engineering data shall be maintained on file in the project site office. Air movement within structures shall be in accordance with ANSI Z.4.1.4. These documents can be located at www.osha.gov. POLE TENTS Pole tents shall be supported with large center poles and side poles. Pole tents shall be anchored via double ropes and pins. The pins shall be driven into the earth 48" and the 5/8" diameter ropes have a tensile strength of 5000 pounds. The double anchor points shall be spaced 7'6" on center around the perimeter of the tent. Pole tents shall comply with the California Fire Code, GA217 for Flame Retardancy and NFPA 701 Flame Retarding Fabric Requirements. FRAME TENTS Frame Tents shall be membrane structures engineered by the manufacturer providing a clear and open span from side to side. These tents shall be supported via aluminum frame members and shall be anchored to the ground with 48" stakes or with ¾" x 8" wedge bolts for concrete pavement locations. Frame tents shall be rated for Class C wind loads (70 mph) in accordance with ANSI/ASCE 7-93. Structures shall be in compliance with the OSHA CFR 29 1910.142 Frame tents shall meet or exceed California Fire Code GA 217 for Flame Retardancy and NFPA 701 Requirements. For privacy and to accommodate 24/7 work schedules, windows are required to be able to close.. Flooring shall be in compliant with OSHA CFR 29 1910.142 (b)(8)(9) &(11). Flooring shall be placed within all interior portions of the tents to provide a firm level working or living area. Prior to placing floors on the ground, an entomology service shall be utilized to eliminate potential bug or insect hazards. Periodic screenings and repeat applications shall be provided as needed to ensure inactivity. Tent lighting shall be provided at a rate of 20 foot candles and will be placed on timers for blackout times to accommodate sleep schedules. All lights shall be NEC and UL listed for outdoor and wet conditions. Cell phone charging areas shall be provided throughout the tents. Fire Extinguishers shall be provided for each individual structure (tent) and sized appropriately for its occupancy and rated for Type ABC fires. Special areas such as kitchens may require other rated type extinguishers appropriate for their specific location. Sleeping cots shall be constructed of nylon and aluminum or equivalent and have a minimum 300 lb capacity. Pillow, blanket, sheets and pillow cases shall be provided with each cot. Cots shall be placed in compliance with OSHA CFR 29 1910.142(b)(5). DINING AND MEAL SERVICES KITCHEN AND DINING FACILITY The Contractor shall provide a dining facility at each base camp which shall comply with OSHA CFR 29 1910.142. Contractor shall provide food preparation services capable of providing meals per feeding sufficient to meet base camp occupancy levels. All meals may be prepared in accordance with the Army 14 Day Menu program (or equivalent like NIFC Mobile Food Services contract http://www.fs.fed.us/fire/contracting/index.htm) and may be enhanced based on individual chef specialties and skills. The contractor shall prepare three meals per day (Breakfast, Lunch and Dinner). Hot coffee, tea, water and snacks shall be made available at a twenty-four hour service bar. The contractor shall prepare regular and vegetarian sack lunches. Vegetarian sack lunches shall at a minimum be prepared for the Ovo-Lacto vegetarian classification level and shall consist of the same quantities and items as regular sack lunches with the exception that no meat, fish, poultry or dairy shall be included. Non-meat protein substitutes shall be used in vegetarian sack lunches in lieu of meat, fish or poultry. Lunch meals shall be prepared as bagged meals or hot boxed meals. Dinners shall be hot meals. The Contractor shall accommodate special meal needs such as vegetarian, vegan, kosher, halal or other special dietary menu needs. Food supplies shall be staged in appropriate storage equipment, dry vans or refrigerated/freezer trailers until prepared. Meal counts for each meal shall be provided to the FEMA Task Monitor (TM) on a daily basis. The Contractor shall provide a dining facility adequate to feed the base camp population within a four hour window or within a schedule as agreed to by the Contracting Officer via the COTR/TM. The dining facility shall have adequate seating capacity to accommodate a minimum of 1/3 the base camp occupancy level. The Contractor shall ensure that all personnel entering or working in food preparation and/or serving areas shall wear hairnets or disposable hats in accordance with local and State Health Codes and Regulations. The Contractor shall ensure that employees are neat and clean. Single-use, food-grade gloves shall be worn when serving meals. The Contractor shall ensure that each Mobile Food Service Unit Manager and Supervisory Cook has a current Certificate of Completion for food service management, handling, and sanitation training. HAND-WASHING STATIONS The Contractor shall furnish sufficient hand-washing stations at each entrance to the dining area for personnel to use prior to entering and shall furnish sufficient hand-washing stations near restroom and billeting facilities. Personnel shall not have to wait in line for more than five minutes to use a hand-washing station. The Contractor is responsible to ensure that the hand wash stations remain stocked with water (hot and/or cold), hand soap and paper towels throughout the dining period. MEAL PAYMENT Meals will be furnished to all base camp occupants. Base camp occupants will present their Contractor-issued base camp photo identification cards to receive their meals. The Contractor is also authorized to provide meals to authorized base camp visitors that are non-base camp occupants. If this is done, the meals will be provided on a self-pay basis and the Contractor shall accept cash or major credit cards for payment directly from the authorized base camp visitors. Meals that are paid for by authorized base camp visitors will be based on a pricing schedule not to exceed the local geographic per diem rate. Authorized base camp visitors will receive cards that clearly identify them as such and these badges will differentiate them from base camp occupants. SANITATION INSPECTIONS In addition to evaluations by the COTR/TM, OSHA representatives should have access to the kitchen and dining area(s) for compliance with sanitation standards as required by local, state and federal regulations prior to the commencement of operations and randomly during operation of the facilities. The cleanliness of each space and related equipment will be measured by means of the Food Service Sanitation Ordinance and Code, Part V of the Food Service Sanitation Manual, U.S. Public Health Service Publication 934 (1965).1910142(i)3). When a food establishment exceeds critical violation limits, the establishment may be shutdown until required sanitation standards are restored. The contractor shall be responsible for any and all costs associated with closure due to the Contractor's failure to maintain acceptable sanitation standards. HEALTH AND SANITATION SERVICES MEDICAL UNIT The Contractor shall provide a medical unit staffed with, at a minimum, a nurse qualified in Advance Cardiac Life Support (ACLS) procedures 24 hours a day, 7 days a week, unless directed otherwise by the Contracting Officer. The medical unit shall be capable of handling all medical emergencies in accordance with American Heart Association, Advanced Cardiac Life-support (ACLS) at a minimum. The Medical Unit shall be equipped to provide basic care for minor illness and injury; this will include dispensing of common over the counter medications. Medical personnel shall provide medical services to occupants and contractor employees 24 hours a day, seven days a week. The contractor will be responsible for documenting all work related illnesses and injuries. Traumatic injuries must be reported on Form CA-1, while occupational disease or illness should be reported on Form CA-2. The contractor will immediately notify the agency point of contact of any injuries or illnesses requiring this level of documentation and will forward completed forms (to include all required information on the accident or illness, including medical documentation, fund code and type of hire (Ex: DAE, DTE, NDMS, etc.) to FEMA management via the agency's point of contact within 24 hours of the notice to the Agency. Additionally, OSHA 300 and 301 logs will be maintained at Responder Support Camps. Keeping of these two logs in particular must be coordinated with the JFO and Region where Responder Support Camps will be located. OSHA 300and 301 logs shall be provided to the OSHA Recordkeeping Manager on quarterly and annual basis. Since Responder Support Camps are temporary, it is important for the JFO and Regions to maintain these logs and submit them as needed. Forms can be obtained from OWCP website: www.dol.gov/esa/regs/compliance/owcp/forms.htm The contractor shall develop and maintain camp specific medical plans that include camp processes and procedures in the event of an emergency to be submitted with the task order proposal. The plan shall identify local medical treatment facilities and transportation routes to the treatment facilities. AUTOMATIC EXTERNAL DEFIBRILLATORS (AED) Automatic External Defibrillators (AED) will be placed in all areas of assembly (i.e. Dining Facility, MWR, Billeting, etc.). AEDs shall be located in proximity to the main entrance door and be marked with a large predominate sign. ABLUTION The Contractor shall provide potable water supply, showers, hand wash stations, laundry facilities, portable toilets, restrooms and wastewater collection systems at each camp. All water supply equipment shall be rated for potable water supply in accordance with ANSI/NSF 42, 53, & 61 standards. Water systems shall be operated in accordance with OSHA CFR 29 1910.142. Water Quality samples shall be obtained and analyzed at a state certified lab for compliance with Safe Drinking Water Act requirements. WASTE WATER The Contractor shall insure that wastewater from showers, laundry, hand-washing stations, restroom facilities and kitchen facilities shall be collected into pump stations and pumped to storage tanks. All waste water onsite shall be collected. Vacuum trucks shall maintain a service schedule to remove the wastewater from the tanks and transport offsite to dispose of at a permitted treatment facility. Use of Containerized On-Site Waste Water Systems may be used if authorized by the COTR. When available, public utilities shall be utilized. SOLID WASTE COLLECTION AND DISPOSAL (DUMPSTERS) The Contractor shall provide all necessary solid waste collection and disposal for the base camp in accordance with OSHA CFR 29 1910.142 (i)(3) l, State, and Local regulations. CLEANING/JANITORIAL SERVICES The Contractor shall provide cleaning/janitorial services for all components of the base camp. All sleeping areas shall be cleaned once daily or more frequently if needed. The kitchen and dining facility shall be cleaned after each meal. Cleaning and janitorial services should be performed sufficiently to keep the base professionally clean and sanitary at all times. CAMP DEMOBILIZATION The contractor shall develop and present a demobilization plan to the COTR/TM and CO within 14 days of occupation of site. The Contractor shall demobilize the base camp within seven days of notice, or as negotiated, by the Contracting Officer. The Contractor shall demobilize camp, clean the site, remove/dispose of all garbage and used materials and return the site to its original condition within seven days of the demobilization notice. All associated costs for time and travel from the disaster incident after base camp demobilization must be incorporated in the overall demobilization costs. Questions to include on the RFI 1. FEMA has in the past in most cases used tents for housing First Responders when they had to construct the camp in open spaces. Are you aware of any other options versus building a "tent city"? 2. FEMA needs the ability to reduce or increase the size of the camp in a short timeframe. Based on that what is the best method of cost migration? Is there a way to execute reductions or increases more cost effectively and time efficiently? 3. FEMA has a requirement to provide turn key housing for First Responders for a minimum of 301 and a maximum of 2000 occupants. Would you recommend phasing or modular installation? 4. What is the shortest period of time in which subcontracting for equipment and personnel needed to support the camp (maintenance) can be conducted? 5. Based on the still pending requirement that all personnel must be cleared at a minimum, fingerprinting and credit check, will this affect the time to erect a camp and turn it over for occupancy by FEMA authorized personnel? The current time is 72 hours.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/OAM/HSFEHQ-09-R-0079/listing.html)
 
Place of Performance
Address: National Various Location, United States
 
Record
SN01834322-W 20090605/090603234636-8fac6787c4f06a56bf5ceb701f5d63c2 (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.