SOLICITATION NOTICE
V -- Lodging, Laundry, and Ice - Performance Work Statement
- Notice Date
- 1/25/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 721110
— Hotels (except Casino Hotels) and Motels
- Contracting Office
- Department of the Air Force, Air Combat Command, 49 CONS, 490 First Street, Suite 2160, Building 29, Holloman AFB, New Mexico, 88330-7908, United States
- ZIP Code
- 88330-7908
- Solicitation Number
- W911SG-13-R-3005
- Archive Date
- 2/28/2013
- Point of Contact
- Dale Corey, Phone: 9153563074
- E-Mail Address
-
dale.corey@jtfn.northcom.mil
(dale.corey@jtfn.northcom.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Performance Work Statement Lodging, ice, catered meals, laundry, and classroom facilities PART 1 GENERAL INORMATION 1. General. This is a non-personal services contract to provide Lodging, ice, catered meals, laundry, and classroom facilities. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform Lodging, ice, catered meals, laundry, and classroom facilities in the vicinity of Nogales, AZ as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract. 1.2. Background. Joint Task Force North is conducting operations in the Nogales area and requires the below listed services to support troops that are in direct support of Border Patrol Operations. 1.3. Objectives. These services will meet the basic life support functions for forward stationed troops to include: lodging, laundry, ice, catered meals, and classroom facilities from 24 Feb to 6 Jun 13. 1.4. Scope. This contract includes all functions, tasks and responsibilities normally performed by Transportation, Travel, and relocation service. The Contractor shall be responsible for the following: 1.4.1 Contractor shall provide 2 ea single occupancy rooms. Each single room shall have a color multifunction printer with 2 sets of replacement printer cartridges per printer. Period of performance: Arriving 24 February 2013 and departing on 18 April 2013 (54 nights). 1.4.2 Contractor shall provide 3 ea double occupancy rooms. Period of performance: Arriving 24 February 2013 and departing on 18 April 2013 (54 nights). 1.4.3 Contractor shall provide 14 ea double rooms. Period of performance: 28 February 2013 and departing on 16 April 2013 (48 nights). 1.4.4 Contractor shall provide 2 ea single rooms. Each single room shall have a color multifunction printer with 2 sets of replacement printer cartridges per printer. Period of performance: Arriving 14 April 2013 and departing on 6 June 13 (54 nights). 1.4.5 Contractor shall provide 3 ea double rooms. Period of performance: Arriving 14 April 2013 and departing on 6 June 13 (54 nights). 1.4.6 Contractor shall provide 14 ea double rooms. Period of performance: Arriving 18 April 2013 and departing on 4 June 2013 (48 nights). Requirements/Evaluations Factors, for Contracted Lodging: a. Rooms shall have microwave/refrigerator combinations b. Rooms shall have wireless and/or internet service. c. Double rooms shall have two separate beds (No hideaway beds) d. Contractor's facility shall have current Force Protection Assessment by JTF-N prior to acceptance of source selection process. e. Contractor's facility shall provide secured parking for up to 10 GSA vehicles/trucks. f. Lodging shall be within a 15 miles radius of Nogales, AZ. g.Contractor shall provide 2 each multifunctional copier, scanner, fax, printers, to include replacement printer cartridges for items 1 and 4. 1.4.7 Contractor shall provide a room/area for messing, up to 40 personnel, breakfast meals (0600-0700) and dinner meals (1830-1930) seven (7) days a week. Period of performance is 24 February - 6 June 2013. Requirements/Evaluations Factors for Room/Area to Facilitate Messing: a. Contractor shall provide adequate tables and chairs to accommodate up to 40 personnel to eat and to serve food and drinks from in-house and catered source. b. The room/area to facilitate catered meals shall be climate controlled. c. Contractor shall provide adequate trash receptacles to accommodate 40 personnel d. Contract shall provide all required state, county, and city licenses, permits and liability insurance to serve meals/food prior to acceptance of source selection process. 1.4.8 Contractor shall provide 2 lbs of ice per day per person up to 40 personnel. Period of performance 28 February - 6 June (149 days) in the vicinity of Nogales, AZ. Requirements/Evaluations Factors for Contracted Ice: a. Contractor shall provide bulk ice (bagged/non bagged). b. Contractor's ice location shall be at contracted lodging. 1.4.9 Contractor shall provide laundry service to wash/dry and fold clothing twice a week for up to 40 personnel 9 January 2013 - 6 June 2013 in the vicinity of Nogales, AZ. Clothing items will include military uniforms and civilian clothing. Laundry services will include all cost incurred (detergent, bleach, plastic bags etc.) to wash and fold. Unit will drop off / pick up a laundry bag twice a week (Sunday and Wednesday). The maximum amount of clothing per individual, per week will consist of no more than 12 Sets of clothes consisting of 12 shirts, 12 pants, 12 T-Shirts, 12 pairs of socks, 12 changes of undergarments, and 2ea laundry bag (Not to exceed 1,680 bags of laundry). Units will mark/tag their individual bags of laundry. Requirements/Evaluations Factors for Contracted Laundry: a. Contractor shall provide at a minimum two day turn around after laundry is dropped off. b. Contractor shall return clean and folded laundry in marked/tagged bags. c. Vendor drop-off/pick-up location shall be at contracted lodging location. 1.4.10 Contractor shall cater up to 3,808 breakfast meals to a designated location within Nogales, AZ. for up to approximately 40 personnel from 25 February 2013 - 6 June 2013 in the vicinity of Nogales, AZ. 1.4.11 Breakfast meals will be served daily, Monday thru Sunday, starting at 0600 and ending at 0700. Meals may be served buffet and/or full service style. Breakfast meals will offer a variety of items that will include fruits, juice, cold cereal, eggs, bacon/sausage/ham, toast, pancakes/waffles and drinks such as milk, coffee and water. Vendor will be responsible for providing plates, eating utensils, drinking glasses/cups, napkins and associated condiments for all meals. Cost of catered meals will include all costs associated with transporting, preparation, and serving the meals, and gratuity. The vendor will provide, for the duration of the mission, a 7-day menu, at a minimum, one week prior of the scheduled contracted meals, to the unit commander and/or representative for review and approval. 1.4.12 Contractor shall cater 3,808 dinner meals to a designated location within Nogales, AZ. for up to approximately 40 personnel from 25 February 2013 - 6 June 2013 in the vicinity of Nogales, AZ. Dinner meals will be Monday thru Sunday, starting at 1830 thru 1930. Meals may be served buffet and/or full service style. Dinner meals will consist of servings that will include the basic food groups; grains, fruits, vegetables, meats, and dairy product along with a desert and dinner drink. Vendor will be responsible for providing plates, eating utensils, drinking glasses/cups, napkins and associated condiments for all meals. Cost of catered meals will include all costs associated with transporting, preparation and serving the meals, and gratuity. The vendor will provide, for the duration of the mission, a 7-day menu, at a minimum, one week prior of the scheduled contracted meals, to the unit commander and/or representative for review and approval. Requirements/Evaluations Factors, Line Items 13-14, for Catered Meals: a. Total number of meals per Line Item and total number of personnel are variable and will be determined prior to contracting for specific event. b. Contractor shall be responsible for providing plates, eating utensils, drinking glasses/cups, and napkins and associated condiments for all meals. Meals may be served buffet and/or full service style. c. During special situations, the Contractor shall provide boxed meals, to include drinks and associated condiments when requested by the COTR (Contracting Officer Technical Representative). COTR will provide notice/request for boxed meals to Contractor no later than 24 hours prior to meals being served. d. The Contractor shall be flexible on established feeding hours, for special situations, up to a 2 hour variance, when given a 24 hour notice from the COTR requesting a change in serving times. e. Contractor shall provide onsite food service management personnel expressly for supervision of quality control, timeliness of service and management of food preparers and serving staff. This manager shall be required to be present for the duration of every meal from start of preparation to completion of cleanup activities. f. Contractor shall provide adequate personnel/staff to serve meals within the feeding times specified in the contract. g. Contractor employees, working onsite, shall possess the appropriate city, county and state licenses and permits to prepare and serve food. These must be obtained prior to contract performance. h. Contractor shall prepare meals in a certified kitchen and shall possess all appropriate and applicable city, county and state licenses and permits to prepare and serve food. i. Contract performance shall be subject to food and health inspections from the appropriate department of the city, county, state and federal agency where food is being prepared and served for the duration of contract performance. j. The contractor shall provide, for the duration of the event, a seven (7) day menu, at a minimum one week prior of the scheduled contracted meals, to the managing and/or supervising representative for review and approval. k. Contractor shall provide meals seven (7) days a week. l. Contractor shall accommodate personnel requiring special meals due to food allergies and/or religious constraints when identified by the COTR. m. The Contractor shall be responsible for trash collection and removal in the serving/dining area. n. The Contractor shall be responsible for cleaning and sanitizing the serving/dining area prior to and after meals are served. o. Contractor shall be responsible for disposal of all waste and waste water created by preparing and serving contracted catered meals. p. Cost of catered meals shall include all costs associated with transporting, preparation, and serving the meals. q. Contractor shall provide meal service within five (5) miles of contracted lodging. r. Contractor shall provide for all power generation required for food preparation, and storage. s. If refrigerated or warming units/equipment is not utilized for proper temperature storage of food and to serve meals and drinks, the Contractor shall provide sufficient quantities of ice and/or adequate equipment necessary to maintain temperatures for the proper storage of food, and to serve meals and drinks. 1.4.13 Contract shall provide a classroom place suitable for seating and instruction of no less than 40 personnel. Three weeks of class room support will be required during the period of performance of 9 January 2013 - 6 June in the vicinity of Nogales, AZ. Exact dates are TBD and will be provided 48 hours prior to requirement start dates. Requirements/Evaluations Factors, Line Items 15, for Class Room Support: a. Class room must be well lit, maintained, and clean. b. Working power receptacles for 2 each computers, projector, and printer. c. Support necessary multimedia devices. d. Adequate seating and tables for 40 personnel. 1.4.14 The Contractor shall comply with all applicable laws and regulations, including but not limited to Federal Law, Arizona State Law, Occupational Safety and Health Administration (OSHA) regulations, Army and installation regulations. 1.5. Period of Performance. The period of performance is 24 Feb 13 to 4 Jun 13 as specified in each individual CLIN. 1.6 Quality Control. Quality Control is the responsibility of the Contractor. The Contractor is responsible for the delivery of quality services to the Government (see Federal Acquisition Reregulation (FAR) 52.246-1, Contractor Inspection Requirements). 1.6.1. The Contractor shall develop, implement and maintain an effective Quality Control System which includes a written Quality Control Plan (QCP). The QCP shall implement standardized procedure/methodology for monitoring and documenting contract performance to ensure all contract requirements are met. The Contractors' QCP must contain a systematic approach to monitor operations to ensure acceptable services are provided to the Government. The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. The Contractor shall provide to the Government their quality control documentation within 30 days after contract award; changes to the QCP after award shall be submitted to the Contracting Officer (KO) and Contracting Officer's Representative (COR) within five (5) working days prior to the proposed changes thereafter. After acceptance of the quality control plan the Contractor shall receive the Contracting Officer's acceptance in writing of any proposed change to their QC System in regard to this contract. 1.6.2. Corrective Actions. At any time it is determined by the Contracting Officer that the quality control system, personnel, instructions, controls, tests, or records are not providing results which conform to contract requirements, action shall be taken by the Contractor to correct the deficiency. 1.7 Quality Assurance. 1.7.1. The Government shall evaluate the Contractor's performance under this contract in accordance with (IAW) the Quality Assurance Surveillance Plan (QASP). This plan is a Government only document primarily focused on what the Government must do to assure that the Contractor has performed IAW the requirements of the PWS of this contract. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable deficiency rate. 1.7.2. Post Award Conference/Periodic Progress Meetings. The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office IAW Federal Acquisition Regulation Subpart 42.5, Post Award Orientation. The Contracting Officer, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the Contracting Officer will apprise the Contractor of how the Government views the Contractor's performance and the Contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be considered into the overall contract price. 1.8 Hours of Operation. 1.8.1. Normal Duty Hours. The Contractor is responsible for conducting business, as required to meet each requirement within this contract. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.8.2. Federal Government Holidays. New Years Day 1st day of January Martin Luther King Jr.'s Birthday 3rd Monday of January Presidents Day 3rd Monday of February Memorial Day Last Monday of May Independence Day 4th day of July Labor Day 1st Monday of September Columbus Day 2nd Monday of October Veterans Day 11th day of November Thanksgiving Day 4th Thursday of November Christmas Day 25th day of December 1.8.2. Emergency Services. These services will be required to support operation outside the normal duty hours described above. 1.9 Place of Performance. The work to be performed under this contract will be performed in the vicinity of Nogales, AZ. 1.10 Type of Contract. The Government will award a Firm Fixed Price. 1.11 Security. 1.11.1. Security Requirements. 1.11.2. Physical Security. The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use IAW AR 190-13, The Army Physical Security Program. At the close of each work period, Government facilities, equipment and materials shall be secured. 1.11.3. Key Control. The Contractor shall establish and implement methods of making sure all keys/key cards issued to the Contractor by the Government are not lost or misplaced and are not used by unauthorized persons. 1.11.3.1. In the event keys, other than master keys, are lost or duplicated, the Contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be reimbursed by the Contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost reimbursed by the Contractor. Any Government property stolen or damaged in association with keys being duplicated, misplaced, or lost by the Contractor personnel shall be reimburse the Government accordingly. 1.11.3.2. The Contractor shall prohibit the use of Government issued keys/key cards by any persons other than the Contractor's employees. The Contractor shall prohibit the opening of locked areas by Contractor employees to permit entrance of persons other than Contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. (not applicable) 1.11.4. Lock Combinations. The Contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The Contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need to know such combinations. These procedures shall be included in the Contractor's Quality Control Plan. (not applicable) 1.11.5. AT Level I Training. All Contractor employees, including Subcontractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete Antiterrorism (AT) Level I awareness training within five (5) working days after contract start date or effective date of incorporation of the requirement into the contract, whichever applies. The Contractor shall submit Certificates of completion for each affected contract employee and Subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within five (5) working days after completion of training by all employees and subcontractor personnel on a recurring annual basis. AT Level I awareness training is available at the following site: https://atlevel1.dtic.mil/at. If access to a computer is not available, the unit's Level II ATO will conduct AT Level I training for the Contractor and employees within five (5) working days after contract start and maintain a copy of the attendance roster for one year. Any Contractor hired after contract start will be required to receive AT Level I training within five (5) working days by the ATO. It will also be acceptable for the new hire to take the training on line and present the training certificate to the ATO within three (3) calendar days. AT Level I training is an annual requirement with the 12 month period starting on the date of initial training and re-certification NLT the last day of the 12 month period. If the requiring activity does not have an ATO, the first ATO in the chain of command will conduct this training. 1.11.6. Access and General Protection/Security: Policy and Procedures. Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements 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. 1.11.7. iWATCH Training. The Contractor and all associates subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO. 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. This training shall be completed within five (5) working days of contract award and within five (5) working days of new employees' commencing performance with the results reported to the COR no later than five (5) working days from employment start. The attached document can be used by the COR to satisfy this requirement. 1.11.8. Security of Classified Items, Systems and Information. The Contractor, as a general rule, shall not have access to classified information; however, should classified documents fall into the possession of the Contractor, the Contractor shall immediately contact the COR for disposition instructions. 1.12 Safety. The Contractor shall establish and maintain a safety plan which shall be submitted to the KO at the time of proposal. 1.12.1. In order to provide safety control for protection to the life and health of employees and other persons; for prevention of damage to property, materials, supplies, and equipment; and for avoidance of work interruptions in the performance of this contract, the Contractor shall comply with the following Safety Accident Prevention Standards: 29 CFR 1910, Occupational Safety and Health Standards; 29 CFR 1926, Safety and Health regulations for Construction; Army Corps of Engineers Manual 385-1-1, Safety and Health Requirements Manual. The Contractor shall comply with the above and all other applicable DoD, Army, Federal, State and Local safety and health requirements. 1.12.2. Reporting of Fire and Safety Hazards. The Contractor shall train personnel to recognize fire and safety hazards and encourage personnel in the performance of their duties to report fire and safety hazards and unsafe conditions to their supervisor. The Contactor shall take corrective action to remedy reported deficiencies IAW the terms of this contract. The COR shall be notified of deficiencies beyond the terms of this contract. 1.12.3. Environment and OSHA. The Contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. Any apparent conflict between compliance with such local, State, and Federal environmental and occupational safety laws, rules, regulations, and compliance with the requirements of the contract shall be immediately brought to the attention of the Contracting Officer or authorized representative for final resolution. The Contractor shall notify the Contracting Officer or authorized representative in writing in addition to any verbal notification of such conflict. The Contractor shall be liable for all fines, penalties, and costs which result from violations of, or failure to comply with, all such local State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or Contractor personnel may be grounds for the Contracting Officer or authorized representative to halt any and all Contractor performance with a commensurate deduction of monies due to the Contractor until such unsafe conditions are corrected. The Contractor shall take due caution not to endanger personnel during performance of this contract. Upon discovery of a serious hazard such as, but not limited to, fire, or large fuel spill, the Contractor shall notify the Contracting Officer or designated representative and COR. 1.12.4. Reporting Mishaps. The Contractor shall adhere to reporting of mishaps IAW AR 385-10, The Army Safety Program and DA Pam 385-40, Army Accident Investigations and Reporting. In addition the Contractor shall report: (1) Injury or occupational illness to on-duty contractors; (2) Damage to GFM, GFP, or GFE provided to a contractor; (3) Contractor accidents involving Army property and personnel. 1.12.5. Personnel Safety. The Contractor shall immediately correct all safety deficiencies upon notification of the deficiencies by the Contracting Officer, designated representative or COR, and shall notify the Contracting Officer of the corrective action to be taken. 1.13. Contracting Officer Representative (COR): The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, and specifications; monitor Contractor's performance and notify both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.14 Personnel. For purposes of this paragraph, the term "personnel" or "employee(s)" refers to any person performing work related to this contract, including but not limited to, the Contractor's employees, agents, representatives, or subcontractors. The Contractor shall staff this effort with trained, competent and capable employee(s) for the discipline they are assigned to. Contractor personnel shall present a clean, neat and professional appearance. The Contractor shall ensure that employees meet all applicable federal, state, local, and installation certification, licensing, medical requirements, and qualifications to perform all assigned tasks and functions as defined in this contract prior to commencement of work. The Contractor shall not permit any personnel to work under this contract if such person is identified by a Government authorized representative to the Contractor as a potential threat to the health, safety, security, general well being, or operational mission of the Army. All Contractors' personnel shall comply with installation security and access procedures and the Contractor's safety plan to be submitted no later than (NTL) 5 days after contract award. 1.14.1. Contractor's personnel, whose tasks involve operation of any vehicles, shall possess a valid U.S. state driver's license, applicable for the type and class of vehicle being operated. 1.14.2. Contractor's personnel shall either be a United States Citizen or authorized to work in the United States. 1.14.3. Speaking, Reading, and Understanding English. Where reading, understanding, and discussing environmental, health, and safety warnings are an integral part of an employee's duties, Contractor's employee shall be able to understand, read, write, and speak the English language fluently. English shall be the only language used with regard to this contract for written correspondence, discussions and other business transactions. 1.14.4. Identification of Contractor Employees. The Contractor (to include subcontractors) shall provide each employee an Identification (ID) Badge, which includes at a minimum, the Company Name, Employee Name and a color photo of the employee. ID Badges for Key Personnel shall also indicate their job title. ID Badges shall be worn at all times during which the employee is performing work under this contract. Each Contractor (to include subcontractors) employees shall wear the ID Badge in a conspicuous place on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The Contractor (to include subcontractors) shall be responsible for collection of ID Badges upon completion of the contract or termination of employee. A listing of issued identification cards shall be furnished to the Contracting Officer prior to the contract performance date and updated as needed to reflect Contractor and Subcontractor personnel changes. All contract personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. 1.14.5. National Agency Check & Controlled Access Areas. (not applicable) 1.14.6. Conflict of Interest & Employment of Government Personnel. The Contractor shall not knowingly employ any person who is a U.S. Government employee if employing that person would create a conflict of interest. Additionally, the SP shall not knowingly employ any person who is an employee of the Government, either military or civilian, unless such person seeks and receives written approval according to DOD 5500.7-R, Joint Ethics Regulations (JER) by the individual's commander or director. A copy of the authorization will be provided to the COR. In addition, the Contractor is prohibited from employing Government Quality Assurance Representatives (QAR) whom the Contractor knows or should have known are responsible for monitoring any contracts/subcontracts awarded to the service provider. 1.14.7. Conduct of Employees. (not applicable) 1.14.8. Employee Uniforms. (not applicable) 1.14.9. Personnel Health and Hygiene. The contractor must meet all applicable state and local health requirement in regards to catered meals and lodging. 1.14.10. Contractor Vehicles. (not applicable) 1.14.11. Contractor Advertising. The Contractor shall not place or display advertising of any kind on government property... (If applicable) 1.14.12. Key Personnel: The follow personnel are considered key personnel by the Government: 1.14.12.1. Project Manager (PM)/alternate PM. The Contractor shall provide a PM who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the Contractor when the manager is absent shall be designated in writing to the contracting officer within 5 days of contract award, thereafter any changes shall be provided five (5) business days prior to expected change and no less than 24-hours after unplanned changes. The PM or alternate shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The PM or alternate shall be available between 8:00 a.m. thru 4:30 p.m., Monday thru Friday except Federal holidays or when the government facility is closed for administrative reasons. 1.14.13. Supervision of Contractor Employees. The Government will not exercise any supervision or control over Contractor or subcontractor employees while performing work under the contract. Such employees shall be accountable solely to the Contractor, not the Government. The Contractor, in turn, shall be accountable to the Government for Contractor or subcontractor employees. 1.15 Contractor Travel. The Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires Government approval/authorization and notification to the COR if specified within a Task Order. Otherwise, no travel and associated costs is anticipated while carrying out duties. 1.16 Training. (not applicable) 1.17 Data Rights. The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the Contracting Officer. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. (not applicable) 1.18. Phase In/Phase Out Period. To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date. (not applicable) PART 2 DEFINITIONS & ACRONYMS 2. Definitions and Acronyms. 2.1. Definitions. 2.1.1. Contract Administrator. The official Government representative delegated authority by the Contracting Officer to administer a contract. This individual is normally a member of the appropriate Contracting/Procurement career field and advises on all technical contractual matters. 2.1.2. Contractor. A supplier or vendor awarded a contract to provide specific supplies or services to the Government. The term used in this contract refers to the prime. 2.1.3. Contracting Officer. A person with authority to enter into, administer, and/or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. 2.1.4. Contracting Officer's Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.5. Controlled Area. A controlled space extending upward and outward from a specified point. This area is typically designated by a commander or director, wherein sensitive information or operations occur and requires limitations of access. 2.1.6. Defective Service. A service output that does not meet the standard of performance associated with the PWS. 2.1.7. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.8. Government-Furnished Property (GFP) or Government Property (GP). Property in the possession of, or directly acquired by, the Government and subsequently made available to the Contractor. 2.1.9. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.10. Physical Security. Actions that prevent the loss or damage of Government property. 2.1.11. Quality Assurance. The Government procedures to verify that services being performed by the Contractor are acceptable IAW established standards and requirements of this contract. 2.1.12. Quality Assurance Specialist. An official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. Acts as technical advisor to the Contracting Officer in these areas. 2.1.13. Quality Assurance Surveillance Plan (QASP). An organized written document specifying the surveillance methodology to be used for surveillance of Contractor performance. 2.1.14. Quality Control. All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.15. Subcontractor. One that enters into a contract with a prime Contractor. The Government does not have privet of contract with the subcontractor. 2.1.16. Work Day. The number of hours per day the Contractor provides services IAW the contract. 2.1.17. Work Week. Monday through Friday, except for Federal holidays unless specified otherwise. 2.2. Acronyms. ACOR Alternate Contracting Officer's Representative AFARS Army Federal Acquisition Regulation Supplement AR Army Regulation AT Antiterrorism CCE Contracting Center of Excellence CFR Code of Federal Regulations CMR Contract Manpower Reporting COCO Contractor-Owned/Contractor Operated CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative COTS Commercial-Off-the-Shelf DA Department of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DMDC Defense Manpower Data Center DOD Department of Defense FAR Federal Acquisition Regulation FPCON Force Protection Condition HIPPA Health Insurance Portability and Accountability Act of 1996 IDIQ Indefinite Deliverable, Indefinite Quantity JER Joint Ethics Regulation JTR Joint Travel Regulation KO Contracting Officer OCI Organizational Conflict of Interest OCIE Organizational Clothing and Individual Equipment OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs PIPO Phase In/Phase Out POC Point of Contact PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program SOW Statement of Work TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. GOVERNMENT FURNISHED ITEMS AND SERVICES: 3.1. Services: The Government will provide. (Not applicable) 3.2. Facilities: (Not applicable) 3.3. Utilities: (Not applicable) 3.4. Equipment: (Not applicable) 3.5. Materials: (Not applicable) 3.6. Property Control Plan. The Contractor shall provide a Property Control Plan to administer Government Property with their Contractor Quality Control Plan. NOT APPLICABLE PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1. Contractor Furnished Items. Everything included in this paragraph and its subparagraphs is basic to the contract and should be included in the contract price. 4.1.1. The Contractor shall provide all labor, supervision, transportation, vehicles, supplies, equipment, materials, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS and shall be included in the contract price. 4.2. Secret Facility Clearance: The Contractor shall possess and maintain a SECRET facility clearance from the Defense Security Service. The Contractor's employees, performing work in support of this contract shall have been granted a SECRET security clearance from the Defense Industrial Security Clearance Office. The DD 254 is provided as Attachment (Not applicable) 4.3. Materials. The Contractor shall provide materials as necessary to meet the specified statement of work listed above. 4.4. Equipment. The Contractor shall provide equipment as necessary to meet the specified statement of work listed above. 4.5. Responsibilities of the Contractor. The Contractor shall provide a safe working environment for key consultants and all persons in his/her employ as prescribed by Engineering Manual (EM) 385-1-1, "General Safety Requirements" and 29 CFR 1910 "Occupational Health and Safety". The Contractor shall be responsible for all damages to persons and property that occur in connection with the work and service under this contract, without recourse against the Government. The Contractor shall provide maximum protection, take every reasonable means, and exercise care to prevent unnecessary damage to existing historic structures, contemporary structures, landscape plantings, natural features, roads, utilities, and other public or private facilities. Special attention shall be given to historic structures, natural and landscape features of the areas to protect these elements and their surroundings. (Adjust to meet service.) 4.5.1. Permits and Responsibilities. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any Federal, State, and municipal laws, codes, and regulations applicable to the performance of the work. The Contractor shall also be responsible for all damages to persons or property that occur as a result of the Contractor's fault or negligence. The Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work, except for any completed unit of work which may have been accepted under the contract. (Applicable if a Fixed-Price or Cost-Reimbursement construction contract.)Not applicable PART 5 SPECIFIC TASKS 5. Specific Tasks. 5.1. Primary duty and any subsidiary duties required to complete the intended service. Provide in sequential order, i.e. 5.1.1., 5.1.2., etc. 5.2. Deliverables. 5.2.1 Contractor shall provide 2 ea single occupancy rooms. Each single room shall have a color multifunction printer with 2 sets of replacement printer cartridges per printer. Period of performance: Arriving 24 February 2013 and departing on 18 April 2013 (54 nights). 5.2.2 Contractor shall provide 3 ea double occupancy rooms. Period of performance: Arriving 24 February 2013 and departing on 18 April 2013 (54 nights). 5.2.3 Contractor shall provide 14 ea double rooms. Period of performance: 28 February 2013 and departing on 16 April 2013 (48 nights). 5.2.4 Contractor shall provide 2 ea single rooms. Each single room shall have a color multifunction printer with 2 sets of replacement printer cartridges per printer. Period of performance: Arriving 14 April 2013 and departing on 6 June 13 (54 nights). 5.2.5 Contractor shall provide 3 ea double rooms. Period of performance: Arriving 14 April 2013 and departing on 6 June 13 (54 nights). 5.2.6 Contractor shall provide 14 ea double rooms. Period of performance: Arriving 18 April 2013 and departing on 4 June 2013 (48 nights). 5.2.7 Contractor shall provide a room/area for messing, up to 40 personnel, breakfast meals (0600-0700) and dinner meals (1830-1930) seven (7) days a week. Period of performance is 24 February - 6 June 2013. 5.2.8 Contractor shall provide 2 lbs of ice per day per person up to 40 personnel. Period of performance 28 February - 6 June (149 days) in the vicinity of Nogales, AZ. 5.2.9 Contractor shall provide laundry service to wash/dry and fold clothing twice a week for up to 40 personnel 9 January 2013 - 6 June 2013 in the vicinity of Nogales, AZ. Clothing items will include military uniforms and civilian clothing. Laundry services will include all cost incurred (detergent, bleach, plastic bags etc.) to wash and fold. Unit will drop off / pick up a laundry bag twice a week (Sunday and Wednesday). The maximum amount of clothing per individual, per week will consist of no more than 12 Sets of clothes consisting of 12 shirts, 12 pants, 12 T-Shirts, 12 pairs of socks, 12 changes of undergarments, and 2ea laundry bag (Not to exceed 1,680 bags of laundry). Units will mark/tag their individual bags of laundry. 5.2.10 Contractor shall cater up to 3,808 breakfast meals to a designated location within Nogales, AZ. for up to approximately 40 personnel from 25 February 2013 - 6 June 2013 in the vicinity of Nogales, AZ. Breakfast meals will be served daily, Monday thru Sunday, starting at 0600 and ending at 0700. Meals may be served buffet and/or full service style. Breakfast meals will offer a variety of items that will include fruits, juice, cold cereal, eggs, bacon/sausage/ham, toast, pancakes/waffles and drinks such as milk, coffee and water. Vendor will be responsible for providing plates, eating utensils, drinking glasses/cups, napkins and associated condiments for all meals. Cost of catered meals will include all costs associated with transporting, preparation, and serving the meals, and gratuity. The vendor will provide, for the duration of the mission, a 7-day menu, at a minimum, one week prior of the scheduled contracted meals, to the unit commander and/or representative for review and approval. 5.2.11 Contractor shall cater 3,808 dinner meals to a designated location within Nogales, AZ. for up to approximately 40 personnel from 25 February 2013 - 6 June 2013 in the vicinity of Nogales, AZ. Dinner meals will be Monday thru Sunday, starting at 1830 thru 1930. Meals may be served buffet and/or full service style. Dinner meals will consist of servings that will include the basic food groups; grains, fruits, vegetables, meats, and dairy product along with a desert and dinner drink. Vendor will be responsible for providing plates, eating utensils, drinking glasses/cups, napkins and associated condiments for all meals. Cost of catered meals will include all costs associated with transporting, preparation and serving the meals, and gratuity. The vendor will provide, for the duration of the mission, a 7-day menu, at a minimum, one week prior of the scheduled contracted meals, to the unit commander and/or representative for review and approval. 5.2.12 Contract shall provide a classroom place suitable for seating and instruction of no less than 40 personnel. Three weeks of class room support will be required during the period of performance of 9 January 2013 - 6 June in the vicinity of Nogales, AZ. Exact dates are TBD and will be provided 48 hours prior to requirement start dates. 5.4. Inspection Requirements. The Contractor shall provide quality services and/or products IAW this contract. 5.4.1 Requirements/Evaluations Factors, for Contracted Lodging: 5.2.1 - 5.2.6 a. Rooms shall have microwave/refrigerator combinations b. Rooms shall have wireless and/or internet service. c. Double rooms shall have two separate beds (No hideaway beds) d. Contractor's facility shall have current Force Protection Assessment by JTF-N prior to acceptance of source selection process. e. Contractor's facility shall provide secured parking for up to 10 GSA vehicles/trucks. f. Lodging shall be within a 15 miles radius of Nogales, AZ. g.Contractor shall provide 2 each multifunctional copier, scanner, fax, printers, to include replacement printer cartridges for items 5.2.1 and 5.2.4. 5.4.2 Requirements/Evaluations Factors for Room/Area to Facilitate Messing: 5.2.7 a. Contractor shall provide adequate tables and chairs to accommodate up to 40 personnel to eat and to serve food and drinks from in-house and catered source. b. The room/area to facilitate catered meals shall be climate controlled. c. Contractor shall provide adequate trash receptacles to accommodate 40 personnel d. Contract shall provide all required state, county, and city licenses, permits and liability insurance to serve meals/food prior to acceptance of source selection process. 5.4.3 Requirements/Evaluations Factors for Contracted Ice 5.2.8: a. Contractor shall provide bulk ice (bagged/non bagged). b. Contractor's ice location shall be at contracted lodging. 5.4.4 Requirements/Evaluations Factors for Contracted Laundry: 5.2.9 a. Contractor shall provide at a minimum two day turn around after laundry is dropped off. b. Contractor shall return clean and folded laundry in marked/tagged bags. c. Vendor drop-off/pick-up location shall be at contracted lodging location. 5.4.5 Requirements/Evaluations Factors, for Catered Meals 5.2.10 to 5.2.11 : a. Total number of meals per Line Item and total number of personnel are variable and will be determined prior to contracting for specific event. b. Contractor shall be responsible for providing plates, eating utensils, drinking glasses/cups, and napkins and associated condiments for all meals. Meals may be served buffet and/or full service style. c. During special situations, the Contractor shall provide boxed meals, to include drinks and associated condiments when requested by the COTR (Contracting Officer Technical Representative). COTR will provide notice/request for boxed meals to Contractor no later than 24 hours prior to meals being served. d. The Contractor shall be flexible on established feeding hours, for special situations, up to a 2 hour variance, when given a 24 hour notice from the COTR requesting a change in serving times. e. Contractor shall provide onsite food service management personnel expressly for supervision of quality control, timeliness of service and management of food preparers and serving staff. This manager shall be required to be present for the duration of every meal from start of preparation to completion of cleanup activities. f. Contractor shall provide adequate personnel/staff to serve meals within the feeding times specified in the contract. g. Contractor employees, working onsite, shall possess the appropriate city, county and state licenses and permits to prepare and serve food. These must be obtained prior to contract performance. h. Contractor shall prepare meals in a certified kitchen and shall possess all appropriate and applicable city, county and state licenses and permits to prepare and serve food. i. Contract performance shall be subject to food and health inspections from the appropriate department of the city, county, state and federal agency where food is being prepared and served for the duration of contract performance. j. The contractor shall provide, for the duration of the event, a seven (7) day menu, at a minimum one week prior of the scheduled contracted meals, to the managing and/or supervising representative for review and approval. k. Contractor shall provide meals seven (7) days a week. l. Contractor shall accommodate personnel requiring special meals due to food allergies and/or religious constraints when identified by the COTR. m. The Contractor shall be responsible for trash collection and removal in the serving/dining area. n. The Contractor shall be responsible for cleaning and sanitizing the serving/dining area prior to and after meals are served. o. Contractor shall be responsible for disposal of all waste and waste water created by preparing and serving contracted catered meals. p. Cost of catered meals shall include all costs associated with transporting, preparation, and serving the meals. q. Contractor shall provide meal service within five (5) miles of contracted lodging. r. Contractor shall provide for all power generation required for food preparation, and storage. If refrigerated or warming units/equipment is not utilized for proper temperature storage of food and to serve meals and drinks, the Contractor shall provide sufficient quantities of ice and/or adequate equipment necessary to maintain temperatures for the proper storage of food, and to serve meals and drinks. 5.4.6 Requirements/Evaluations Factors, for Class Room Support 5.2.12: a. Class room must be well lit, maintained, and clean. b. Working power receptacles for 2 each computers, projector, and printer. c. Support necessary multimedia devices. d. Adequate seating and tables for 40 personnel. 5.4.7. When the Contractor's performance is unsatisfactory; a CDR shall be issued. If a CDR has to be issued, the Contractor shall reply in writing, giving the reason for the unsatisfactory condition, and what corrective action has been taken; and procedures to prevent recurrence. 5.5 Contractor Manpower Reporting (CMR): The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address https://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (COTR) or also known as the Contracting Officer's Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 6 APPLICABLE PUBLICATIONS AND FORMS 6. APPLICABLE PUBLICATIONS (CURRENT EDITIONS) 6.1. The Contractor (to include subcontractors) must abide by all applicable regulations, publications, manuals, and local policies and procedures. (not applicable) 6.2. Forms. Mandatory records and report forms are listed below. DD254 - Department of Defense Contract Security Classification Specification, available at http://www.dtic.mil/dtic/pdf/formsNguides/dd0254.pdf
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/49CONS/W911SG-13-R-3005/listing.html)
- Place of Performance
- Address: Vicinity of Nogales, Nogales, Arizona, 85621, United States
- Zip Code: 85621
- Zip Code: 85621
- Record
- SN02972409-W 20130127/130125234114-b1b00ace5bcd42244acdee99fce20eee (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 |