Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2013 FBO #4304
SOURCES SOUGHT

99 -- Waste Management

Notice Date
9/4/2013
 
Notice Type
Sources Sought
 
NAICS
562119 — Other Waste Collection
 
Contracting Office
ACC - Rock Island (ACC-RI), ATTN: AMSAS-AC, Rock Island, IL 61299-6500
 
ZIP Code
61299-6500
 
Solicitation Number
W52P1J-13-R-0177
 
Response Due
9/9/2013
 
Archive Date
11/3/2013
 
Point of Contact
Michelle Talbot, 309-782-7363
 
E-Mail Address
ACC - Rock Island (ACC-RI)
(michelle.talbot@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THE BELOW IS JUST A DRAFT AND IS SUBJECT TO CHANGE. A FINAL PWS REQUIREMENT WILL BE ISSUED WITH ANY RESULTING SOLICITATION. THIS SOURCES SOUGHT NOT A REQUEST FOR PROPOSAL AND IS JUST REQUESTING INTEREST. WASTE MANAGEMENT 1.0 Introduction. This Performance Work Statement (PWS) describes the technical, functional and performance characteristics of the work to be performed by the Performance Contractor. It identifies essential functions and provides standards that shall be evaluated in terms of quality and/or timeliness of output. It is possible that continuous need for any or all of the services described herein may not exist. The Government gives no assurance of a continuous need for these services or future requirements. 1.1 Scope. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform waste management services within the United States Central Command CENTCOM Area of Responsibility (AOR) 1.1.1 Description of Services: Waste Management services will consist of the following: 1. Individual Hand Sanitizer Unit Lease (3.1) 2. Portable Latrines (3.2) 3. Black/Grey Water Removal Service (3.3) 4. Bulk Water Delivery (3.4) 5. Unit Servicing (3.5) 6. American Portable Unit (APU) Lease (3.6) 7. Individual Latrine Unit (ILU) Service (3.7) 8. Latrine, Shower and Combo Trailer (USG Owned) (3.8) 9. Latrine, Shower, and Combo Lease (3.9) 10.Dumpsters Lease (3.10) The Contractor shall provide these services and lease services to include the set up, cleaning, trash removal, disposal and servicing of all equipment associated with the contract, in order to sustain daily operations. The Contractor shall perform maintenance at the site, with equipment in place, in a manner that shall not cause interruption of Camp operations. The Contractor shall provide Life Support services at U.S. Military locations outlined in the Requirements Memorandum. 1.2 Period of Performance. The period of performance shall be for a base period of 12 months and four 12-month option years. The period of performance reads as follows: Base Period01 March 2014 to 28 February 2015 Option Year 101 March 2015 to 27 February 2016 Option Year 201 March 2016 to 28 February 2017 Option Year 301 March 2017 to 28 February 2018 Option Year 401 March 2018 to 28 February 2019 1.3 General Information. Notwithstanding any other provision of this contract, the Contractor shall comply with all U.S. and Host Nation laws, regulations and guidelines in the performance of this requirement, and shall meet, at a minimum, U.S. Military service standards unless otherwise stated. In the event of conflict, the Contractor shall identify the conflict to the Contracting Officer. In the absence of specific direction from the Contracting Officer, the Contractor shall comply with the more stringent requirement. 1.3.1. Except as otherwise set forth in the contract or PWS, the Contractor shall, at a minimum, meet the standards set forth in all Army regulations required for the type of work performed on this contract. 1.4 Quality Control (QC). The Contractor shall employ the USG approved Quality Control Plan as required by Paragraph 5.1, Quality Control of the basic contract's PWS. The Contractor shall ensure QC is performed in accordance with applicable technical manuals and manufacturer specifications. The Contractor shall provided the KO with QC plan thrity days after the contract is awarded. 1.5 Quality Assurance (QA). The USG has the right to inspect and test all services called for by the contract, to the extent practicable at all places and times during the term of the contract. The Contractor shall not limit or hinder the USG's access to places where services are being performed, (to include locations where services are being performed by sub-contractors). At its discretion, the USG may or may not notify the Contractor in advance. 1.6 Contractor Security. The Government will provide U.S. Military force protection and security of Contractor personnel on site, commensurate with the threat, and per FM 3-100.21 and applicable Theater Anti-Terrorism/Force Protection guidelines. 1.7 Hours of Operation. The Contractor shall provide 24 hour / 7 day a week service with delivery coverage on-site to be adjusted by the USG representative as needed. 1.8 Contractor Personnel. 1.8.1 Management. 1.8.1.1 The Contractor shall act as Project Manager (PM) or appoint one in writing to the Contracting Officer. 1.8.1.1.1 The PM shall be the central point of contact with the Government for performance of all work under the contract. 1.8.1.1.2 A competent Contractor employee shall be designated to act for the PM during the any absence of the Project Manager. 1.8.1.1.3 The Contractor shall provide written, 48 hour advance notice of such designation to PM for approval by the Administrative Contracting Officer and/or Procuring Contracting Officer. 1.8.1.1.4 The PM and any designated individuals, shall have full authority to contractually bind the Contractor for prompt action on matters pertaining to execution of the contract. 1.8.1.1.5 The PM and primary staff shall be able to clearly understand, speak, read, and write the English language. 1.8.1.1.6 The Contractor shall provide the Contracting Officer with a 24 hour contact number for the PM. 1.8.2 Other Personnel. The Contractor shall provide necessary personnel to accomplish all contract work and services within specified timeframes and quantities. Contractor personnel shall be able to clearly communicate in the English language. 1.8.3 Contractor Hiring Restrictions. The Contractor shall not hire personnel who hold passports restricted by Theater guidelines, without the written permission of the Provost Marshal. 1.8.4 Qualifications. The Contractor shall utilize qualified personnel to perform the requirements of the contract. The Contractor shall provide personnel appropriate to the requirements of this contract. The Contractor shall maximize opportunities to use host country national personnel, materials, products, and equipment. The Contractor shall, to the maximum extent practicable, hire host country national (HCN) personnel in cooperation with the diplomatic agreements between the USG and the host nation. The Contractor shall have exclusive supervisory authority and responsibility over employees. The Contractor shall comply with directed vetting/badging policies for all personnel. The Contractor shall provide personnel information on host and foreign country national personnel to the local badging authority as required by the PCO/ACO. 1.8.5 Contract Performance Records. The Contractor shall maintain contract performance records. These records shall be available to the USG representative upon request and shall be provided to the USG upon expiration and/or termination of this contract. All records shall be kept in English. 1.9 Safety and Health. The Contractor shall be responsible for safety of employees and base Camp residents during all Contractor operations. All Contractor operations shall be conducted in accordance with the PWS and the Army and Occupational Safety and Health Administration (OSHA) safety regulations and guidance as it applies to the Theater of Operations. The Contractor shall implement and maintain safety programs to prevent accidents and to preserve the life and health of personnel involved in the performance of their duties or receiving services provided by the Contractor. The Contractor's safety program shall identify and mitigate hazards and reduce risks in order to prevent injury or illness to personnel and protect USG property against accidental loss. The Contractor's safety program shall fully comply with the provisions of Army Regulation 385-10; The Occupational Safety and Health Act of 1970 as implemented in EO 12196 Occupational safety and health programs for Federal employees ; 29 CFR 1960 Basic Program Elements for Federal Employees OSHA; DODI 6055.1, DoD Safety and Occupational Health (SOH) Program; DODI 6055.4 ; DoD Traffic Safety Program and DODI 6055.7. Mishap Investigation, Reporting and Recordkeeping. All Contractor drivers shall adhere to the most current requirements outlined in AR 385-55 Prevention of Army Motor Vehicle Accidents and AR 600-55 the Army Driver and Operator Standardization Program (Selection, Training, Testing, and Licensing). 1.10 Operational Security (OPSEC) and Security Clearances. This Contract requires an approved OPSEC Plan be developed per AR 530-1, OPSEC. The Contractor shall comply with security clearance requirements and the Contractor's approved OPSEC Plan. 1.11 Worksite Safety. The Contractor shall be responsible for safety of its employees during all operations per the applicable health and safety regulations and guidance. 2.0 Scope of Work. 2.1 Definitions. 2.1.1 PM: Project Manager 2.1.2 USG: The United States Government 2.1.3 COR: Contracting Officer Representative 2.1.4Serviceability: Defined to mean the dumpsters shall be free of dirt, grime, dust and shall be odor free, pest free and no visible evidence of rust, damage or spills. 2.1.5 FMC: Fully Mission Capable. Equipment is considered FMC when it is capable of performing its intended function, in a serviceable condition, and in a safe and sanitary state of operation. 2.2 Purpose. The purpose of this contract is to provide life support items, Dumpsters (6cm/ 20cm) with roll on and roll off lids, individual hand sanitizer unit (Lease and Service); Dumpsters (6cm/20cm) lease and service, American Portable Units (APU) (Lease and Service, with and without hand sanitizers); Individual Latrine Units (ILU) (Service); Bulk Water (Delivery and Storage); Ablution Units (AU) (Lease and Service); Latrine/Shower Trailer (Lease and services as required); and Black/Grey water removal at all U.S. Military locations outlined in the Requirements Memorandum. 2.3 Major Level of Effort. The Contractor shall provide Individual Hand Sanitizer Service (and lease), all required APU with and without hand sanitizers, ILU Service, bulk water delivery and storage, all required AU lease and service, Latrine/Shower trailers lease and service and the removal of black/grey water from all U.S. Military installations, to include the set up, cleaning and servicing of all equipment associated with the contract, in order to sustain daily operations. The Contractor shall maintain all equipment provided for this contract in a Fully Mission Capable (FMC) condition. The Contractor shall perform all levels of maintenance, at the site, with equipment in place, in a manner that shall not cause interruption of Camp operations. 3.0 Performance Objective. 3.1 Individual Hand Sanitizer Unit Lease & Service. 3.2.1 The Contractor shall provide daily needed service to the number of individual hand sanitizer units at each location. Service includes replacing the sanitizing solution as needed. At no time shall solution level fall below 25% full in any unit. 3.2.2 The Contractor shall provide daily needed service to the number of USG individual hand sanitizer units at each location. Service includes replacing the sanitizing solution as needed. At no time shall solution level fall below 25% full in any unit. The Contractor shall notify the COR in writing if the USG hand sanitation units become unserviceable and unable to be repair. 3.2.3 The Contractor shall provide individual hand sanitizers in locations as directed by the Contracting Officer and COR. 3.2.4 The Contractor shall provide maintenance on the lease hand sanitizer stands and dispensers as needed. Units that cannot be repaired must be replaced by the Contractor. The Contractor shall ensure that all equipment is fully operational at all times. The Contractor shall be available to provide emergency service on the hand sanitizer units. Inoperable hand sanitizer units shall be replaced within eight hours of notification. 3.2 Portable Unit 3.3 Black /Grey Waste Water Disposal. 3.3.1 Sanitary sewage waste (black water) and shower/laundry waste (grey water) shall be disposed of only through pre-approved disposal locations as authorized by the Government of Kuwait. The Contractor shall have the proper equipment installed in its tankers to handle this waste water so that no damage is caused by the release of these elements into Kuwait's sewer systems. 3.3.2 The Contractor shall obey all Kuwait laws regarding the proper handling of waste water including the disposal of such material and the specifications of waste water trucks. All work shall be conducted in accordance with the contract and all applicable Federal, U.S. Military and local Kuwait laws, regulations, codes, or directives. No waste water liquids shall be dumped in, on or around the properties associated with any military establishment in the country of Kuwait. 3.3.3 The Contractor shall be responsible to clean-up any waste spills caused by equipment defects. In the event accidental or deliberate spillage of waste water, the Contractor shall notify the COR immediately and the Contractor shall initiate immediate efforts to abate, contain and remediate the spill. If the Contractor fails to report the spill or refuses to clean the spill, the Contractor shall be liable for the costs, which shall be deducted or off set from the contract price or monthly invoice. 3.3.4 The Contractor shall provide continuous collection, removal, and disposal services of black/grey water liquids at all locations regardless of weather, holidays or time of day. The Contractor shall track and report the amount of water removed and deliver to the COR no later than 3rd of every month. The Contractor shall be responsible for inspecting all tank capacities ensuring that they do not fill over 75% full hold capacity of each tank and that they are timely and properly emptied. Any tank that overflows as a result of the Contractor's failure to adequately monitor the waste water tank level may result in the termination of this contract. Contractor shall pump black/grey water out of the tanks and shall collect all trash and debris removed from septic tanks. Trash and debris removed from tanks shall be placed in a suitable container and disposed of IAW paragraph 3.3.2. Contractor shall respond within four hours to service any full tank or specific areas as designated by the COR. 3.3.4.1 Contractor shall report to designated USG representative prior to collection of any black/grey water to verify tanker is empty at the discretion of the COR. 3.3.4.2 Contractor shall report to designated USG representative prior to leaving Camp to verify tanker is full of black/grey water at the discretion of the COR. 3.3.5 The Contractor shall provide vehicles with tanks equipped with a gauge to measure the level of its contents. This gauge shall be visible from ground level and maintained to be accurately read. The Contractor shall further ensure that its servicing trucks and parts are properly maintained to operate without failure to include all hoses that are leak free and pliable, valves, connections and tanks. The Contractor shall modify their equipment at no cost to the USG, to match Military provided fittings on existing tanks as directed by the COR. Contractor shall provide fully qualified labor, tools, and supplies, to meet all contract requirements. The Contractor shall maintain all equipment, supplies, work sites and other areas utilized in the performance of this contract in a neat, clean, orderly and sanitary condition. 3.4 Bulk Water. 3.4.1 The Contractor shall ensure that all bulk water and tankers hauling bulk water meets health and safety guidelines of Kuwait, the USG and Army regulations per TB MED 577. The Tankers shall fill water tank at approved Kuwait Water fill points. The Contractor shall provide Chlorinated bulk water delivery to all locations within ASG-Kuwait. The addition to the Chlorine to the bulk water shall be in accordance to the following US Government standard TB MED 577 for chlorination. The Contractor shall ensure that all water delivered at all locations within the ASG- Kuwait shall be maintained within the specific range of 1.5-2.0 ppm Free Available Chlorine (FAC) at all times. The Contractor will develop a system to measure water samples to ensure that the 1.5-2.0 ppm FAC is maintained or additional chlorine dosage of 1.5 ppm to each water load delivery to ensure TB MED 577 standards are met. The level of chlorine in the Contractor delivery tankers and in bulk water being pumped into camp storage tanks shall at all times meet US health guidelines. Water tankers shall have locked compartments attached to the vehicle to safely contain and transport the chlorine additive during transport. The contractor is authorized to vary the route for security reasons. All bulk water transport trucks shall be subject to inspection at any given time and place during the delivery process, as deemed necessary by the US Government and PRVNTMED. 3.4.2 Each tanker shall be used solely for potable water and shall not be converted from a previous type of service other than delivery of potable water. All tankers shall be inspected by the Preventive Medicine (PVNTMED) teams prior to beginning of initial delivery services. Tankers shall be available for PVNTMED periodic unannounced health inspection. 3.4.3 Each tanker shall have company name easily visible and shall be numbered with 15 cm numbers in English on all side. The tanker connectors shall be marked quote mark POTABLE WATER quote mark in both English and Arabic and shall be secured with lock, provided by the contractor at all times to protect from contamination before and after delivery of water. 3.4.4 The tanker shall contact PVTMED prior to conducting the flushing of the water tanks, with the proper level of Super Chlorinated Water after the tanker has been unused for more than two days, and then shall be rinsed with fresh water. 3.4.5 The Contractor shall provide vehicles with tanks equipped with a gauge to measure the level of its contents. This gauge shall be visible from ground level and maintained to be accurately read. The Contractor shall modify their equipment at no cost to the USG, to match Military provided fittings on existing tanks as directed by the COR. Contractor shall provide fully qualified labor, tools, and supplies, to meet all contract requirements. The Contractor shall maintain all equipment, supplies, work sites and other areas utilized in the performance of this contract in a neat, clean, orderly and sanitary condition. 3.4.6 Contractor shall provide minimum operational storage needed to balance average daily peak demands on the water system, and to provide an emergency supply to accommodate essential water needs during minor supply outages. The Contractor shall deliver bulk water to all Camps daily. Due to the nature of Military operations, Camp population shall fluctuate and in turn, the amount of water needed shall fluctuate. The Contractor shall monitor all bulk water storage tanks on all Camps to ensure that at no time shall any tank fall below 50% capacity. Ultimately, the Contractor is responsible for ensuring that all bulk water storage tanks are kept as full as possible at all times regularly monitoring the quantity and quality of water per TB MED 577. The Contractor shall provide 24 hour service with delivery coverage on-site to be adjusted as determined by the COR. The Contractor shall respond within four hours to any request from the COR to service any empty tank. 3.5 Unit Service. 3.5.1 Unit Service. Contractor shall scrub inside of toilets and urinals with a toilet brush. Contractor shall clean and wipe down the outside of toilets, urinals and adjacent area with sanitizing cleaning solution capable of removing all built up dirt and waste. When equipped, sinks shall be cleaned with an approved sanitizing cleaning solution. When equipped, mirrors shall be cleaned with an approved ammonia based cleaning solution. Contractor must ensure that they use the proper disinfectants, sanitizing solutions and separate cleaning rags for all surfaces. Contractor shall mop floors and scrub interior walls to include removal of graffiti. The Contractor shall remove or paint (color match surface when possible) over graffiti found on the unit or at the request of the COR. Any unit that is found to have a substantial amount of graffiti should be reported to the Camp Command Cell. The standard of cleanliness required at all times for all units is an environment that is continuously free of dirt, grime, trash, foreign matter, dust, sand, spills, or offensive smells. 3.5.2 Hand Cleaning. The Contractor shall provide a hand sanitizer station in each APU without a sink. The Contractor shall provide service daily to individual hand sanitizer units. At no time shall solution level fall below 25% full in any unit. When equipped, Contractor shall provide service daily to the number of hand soap and paper towel dispenser at each location. Service includes replacing the hand soap solution as needed. The Contractor shall ensure that all equipment is fully operational at all times. The Contractor shall be available to provide emergency service on all hand cleaning amenities. Contractor shall provide hand sanitizing solution per paragraph 3.1.1. 3.5.3 Restock. Contractor shall be responsible for restocking toilet paper for each toilet. Contractor shall ensure that each toilet paper dispenser is restocked each time service is performed. Contractor shall ensure that each toilet has minimum of six additional rolls of toilet paper wrapped in plastic bag to last between services. Contractor shall ensure that toilet paper does not get wet during cleaning and sanitizing. Contractor shall ensure that each urinal has a functional urinal cake at all times. Contractor shall ensure that each serviced unit has sufficient air fresheners to abate offensive odors at all times. 3.5.4 Trash. Contractor shall remove any debris and trash to include but not limited to cans, bottles, rags, sticks, paper, from within and around the outside of the serviced unit. Trash can liners shall be used in each trash can. Servicing trash cans shall include removing and replacing liners. Each service truck shall be equipped with a storage compartment for collecting debris removed from serviced units. The Contractor shall leave the area surrounding the serviced unit in a sanitary state. A sanitary state means the area within ten feet of each unit shall remain litter free and without evidence of any spillage resulting from service. 3.5.5 Supplies. Contractor shall provide all supplies to include but not limited to toilet paper, paper towels, hand sanitizer, hand soap, urinal cakes, air fresheners, mops, buckets, brooms, trash cans and liners, proper fitting toilet seats, cleaning, sanitizing and disinfecting solutions, necessary to meet the requirements of this contract. 3.5.6 Service Interval. Contractor shall perform cleaning service a minimum twice each day. Contractor shall ensure that all units meet the cleaning standards in the morning after maximum usage (between the hours of 0900 and 1200) as well as in the evening and night after maximum usage (between the hours of 1800 and 2200). Any unit that provides support in high usage areas where it is determined two cleanings are insufficient i.e. life support areas or areas of 24 hour operations. The Contractor shall perform service a minimum of three times per day. Contractor shall ensure that all units meet the cleaning standards after maximum usage in the morning between the hours of 0900 and 1200, in the afternoon between the hours of 1400 and 1700 and at night between the hours of 2330 and 0230. The Contractor shall keep each unit fully functional. Unit shall be considered fully functional when it meets the standard of cleanliness per unit service paragraph, the waste fluid levels are below 75% full hold capacity of waste tank IAW PARA 3.3 and the bulk water is above 50% capacity IAW PARA 3.4. 3.6. American Portable Unit (APU) Lease. 3.6.1 Maintenance. APUs are leased from the Contractor. The Contractor shall provide all repairs, scheduled and unscheduled maintenance. The Contractor shall respond within four hours of notification of deficiencies by COR or observation by the Contractor. If an APU is found to be in need of repairs, it shall be removed from service and replaced with a serviceable APU within four hours. An APU shall be considered serviceable when there are no deficiencies with the functioning of the door, door hinges, toilet, urinal, tanks, valves, welds, rivets, vents, etc. 3.6.1.1 Periodic Cleansing. The Contractor shall use a hot water steam cleaning process to pressure wash each APU quarterly or when it fails to meet cleanliness standards. The level of cleanliness requires that each unit shall be at all times free of dirt, grime, sand, dust, spills, flies, bugs, or noxious odors. The hot water pressure washers used should have a minimum 1,500-psi with a variable adjustable nozzle, a temperature output of 190 to 200 degrees Fahrenheit, and be equipped with a high-pressure detergent injector. Pressure washing must have sufficient force in conjunction with adequate cleaning solutions to remove built up residues and scale and shall include cleaning the inside walls, cleaning the holding tank to remove build up; cleaning the space between the tank, urinal and walls; removal or reduction of graffiti; removal of urinal build up; disinfecting toilet seat, urinal, and door handle and exterior cleaning. 3.6.1.1.1 Disinfection. Water storage tanks, associated piping, and ancillary equipment must be disinfected before initial use. 3.6.1.1.2 Cleaning, Sanitizing, and decontamination. All equipment associated with the storage, and distribution of water shall be drained, cleaned and sanitized by Contractor at least semi-annually. Contractor shall thoroughly flush the system to take out any sanitizing solution residues. It is Contractor's responsibility to make sure there is no residual taste or odor remaining from sanitizing and/or cleaning solution maintaining maximum purification. 3.6.1.2 Delivery/Portability. The Contractor shall provide equipment that is safe and in an FMC condition. If the Contracting Officer or COR determines that any item of equipment or property furnished is not suitable for performance under this contract, the Contracting Officer or COR shall promptly inform the Contractor of the deficiency. The Contractor shall make necessary repairs within 24 hours. The Contractor shall be responsible for placing the APUs on a level surface with the door facing away from any prevailing winds in locations designated by the COR. The Contractor shall ensure all equipment used in conjunction with transporting, unloading, loading, set-up and delivery of its APUs are mechanically sound and safe. The Contractor shall have the ability to relocate APUs within 12 hours of notification by the COR. The Contractor shall be required within 12 hours of notification to remove all APUs designated as quote mark no longer required. quote mark APUs shall be moved at least once every three months or as directed by the COR to prevent build-up of harmful debris under the units. 3.6.1.3 Specifications. The Contractor shall ensure that all APUs delivered under this contract shall meet these minimum specifications. Each western style male APU has one flushable porcelain toilet with automatic shut off valve, one hand sanitizer station, and one porcelain urinal with automatic shut off valve. Each western style female APU has one porcelain toilet with automatic shut off valve and one sink with automatic shut off valve. Each eastern style male APU has one eastern style toilet, one deluge hose with automatic shut off valve and one sink with automatic shut off valve. All Eastern Style and Female Style APUs shall be clearly marked with a non-removable sign identifying APU style in English and Arabic lettering. Western style APUs will not be marked to identify it as Western Style. All APUs shall have one plastic five U.S. gallon, or equivalent trash can, one toilet paper holder, one 230 U.S. gallon black/grey water septic tank and one 145 U.S. gallon bulk water tank. APUs with sinks shall include one sink, one mirror, one hand soap dispenser, one hand towel dispenser and a water resistant non-removable label that indicates water is Non-Potable. Contractor shall ensure storage tanks are level. Open-top tanks are covered. Storage capacity is sufficient to support mission requirements. They shall have water contact surface materials that are non-toxic and preferably approved by the National Sanitation Foundation or an equivalent organization. Fiberglass tanks are not authorized for use. The exterior of the APU shall be stenciled with a minimum of six inch lettering visible from two sides with the words quote mark NON-POTABLE WATER ONLY. quote mark APU shall be constructed of durable materials designed to withstand high winds and extreme weather conditions. 3.6.1.2.1 The Contractor shall daily notify the COR in writing, each instance of delivery or removal of an APU from any Camp. 3.6.1.2.2 The Contractor shall maintain a daily written report of the times and dates each APU that was cleaned and how often the APU had to be cleaned in order to meet the cleanliness requirements of this contract. Contractor shall retain a copy for the duration of contract and make that copy available for inspection at the request of COR. Each daily report filed shall contain at the minimum the following information for each APU provided under this contract: 1) Whether the APU was sanitized i.e. surfaces inside wiped down. (The time of day and the dates) 2) Whether the APU is in need of pressure cleaning (The times and dates) 3) Whether the toilet paper was replenished (The times, dates, and amounts of toilet paper stocked) 4) Whether the hand sanitizer was replenished with liquid (The times and dates) 5) Whether the waste level is appropriate (The time and dates it was emptied or replenished) 6) Whether any item was in need of repair or replacement, i.e. toilet, urinal, hinges etc (the times and dates repair or maintenance was performed) 7) Whether the odor level is excessive (the time and dates of attempts to abate the smells) 8) Whether litter in and around the latrines was properly collected and disposed of (the time and dates) 3.7 Individual Latrine Units (USG Owned, Contractor Serviced). 3.7.1 Maintenance. ILUs are USG owned property and fall within Base Operations contract support for repairs caused due to fair wear and tear, or abuse. Contractor is not responsible for maintenance. Contractor shall not be responsible for replacing cosmetic items such as trash cans, light bulbs, and mirrors that are being removed from the ILUs by users. The Contractor shall not make any repairs to ILUs. Contractor shall report all deficiencies to COR upon discovery. 3.7.1.1 Specifications Each ILU has two porcelain toilets, two porcelain sinks, two porcelain urinals, two Liquid Hand Soap Stations, one Paper Towel Dispenser, two toilet paper holders, and two Hand Sanitizers. 3.8 Latrine/ Shower Trailers Service (USG Owned, Contractor Serviced). 3.8.1 Maintenance. Latrine/Shower Trailers that are USG owned property fall within Base Operations contract support for repairs caused due to fair wear and tear, or abuse. Contractor is not responsible for maintenance. Contractor shall not be responsible for replacing cosmetic items such as trash cans, light bulbs, and mirrors that are being removed from the Latrine/ Shower Trailers by users. The Contractor shall not make any repairs to Latrine/ Shower Trailers. Contractor shall report all deficiencies to COR upon discovery. 3.8.1.1 Specifications. Each latrine trailer has 10-12 porcelain toilets, four porcelain sinks, six porcelain urinals, three Liquid Hand Soap Stations, three paper towel dispensers and 10-12 toilet paper holders. 3.9 Shower, Latrine and Combo Trailer Lease. (Contractor owned, USG Leased, Contractor serviced and maintained as Directed Via Options) 3.9.1 Maintenance. Shower/Latrine Trailer Combos are leased from the Contractor. The Contractor shall provide all repairs, scheduled and unscheduled maintenance. The Contractor shall respond within four hours of notification of deficiencies by COR or observation by the Contractor. If a unit is found to be in need of repairs that make it NON-FMC, it shall be removed from service and replaced with a serviceable unit within 24 hours. A Shower/Latrine Trailer shall be considered serviceable when there are no deficiencies with the functioning of the door, door hinges, toilet, showers, sinks, urinals, tanks, valves, welds, rivets, vents, electrical and plumbing. 3.9.1.1 Specifications. 3.9.1.1.1 As a minimum, each shower trailer shall have the following: 1. Liquid hand soap stations/dispenser, one per sink. 2. Paper towel dispensers, at least four per trailer. 3. One soap dish per shower stall. 4. Showers shall have at least an 80cm x 80cm base with at least an eight cm water retaining edge. 5. Shower curtain and shower curtain rod, one each per shower. 6. Two Benches that shall provide soldiers a place to sit when undressing or dressing beside shower stalls. 7. Non-slip mildew resistant mats in front of each shower to prevent slips and falls. 8. Water drainage system in each shower stall. 9. Sinks with running water. 10. Mirror, one per sink mounted on the wall below the light. 11. Two trash cans. 12. Two Environmental Control Units, (ECUs), one at each end of the trailer. 13. Four ventilation fans. 14. Privacy curtain separating the shower area from the rest of the trailer. 15. Male shower trailers shall include urinals with automatic shut off valves. 16. Trailer shall have slip resistant flooring to provide maximum safety possible when floors are wet. 17. Exterior shall have sign designating gender specific use. At minimum trailer shall be marked on two sides plus the door. 3.9.1.1.2 As a minimum, each latrine trailer shall have the following: 1. Partitioned western style toilets with seat. (No bidet or water hose.) 2. Toilet Paper dispensers, one per toilet, industrial size. 3. Liquid Hand soap dispenser, one per sink. 4. Paper towel dispensers, at least four per trailer. 5. Sinks with running water. 6. Mirror, one per sink mounted on the wall below the light. 7. Two trash cans. 8. Two Environmental Control Units, (ECUs), one at each end of the trailer. 9. Four ventilation fans. 10. Male latrine trailers shall include urinals with automatic shut off valves. 11. Female Shower / Latrine Trailers shall include a small trash can beside each toilet. 12. Trailer shall have slip resistant flooring to provide maximum safety possible when floors are wet. 13. Exterior shall have sign designating gender specific use. At minimum trailer shall be marked on two sides plus the door. 3.9.1.1.3 At a minimum, each shower / latrine combo trailer shall meet the minimal requirements per paragraph 3.9.1.1.1 and 3.9.1.1.2. 3.9.2.1 Contractor shall ensure that each trailer is equipped with an operational 20 lb (9Kg) Class ABC fire extinguisher. Contractor shall inspect each fire extinguisher monthly. Fire extinguishers shall be serviced annually and replaced as needed by the Contractor. 3.9.2.2 A battery operated Smoke detector shall be installed near the sinks. This smoke detector shall be checked on the 1st of each month. If it becomes non-operational the Contractor shall either replace the battery or the unit at the time of discovery. 3.9.2.2 Delivery. Contractor shall be responsible for the delivery, installation and hook up of each trailer to existing waste water, potable water and electric lines. The Contractor shall provide concrete pavers to set and level the trailer as part of the installation. Contractor shall provide serviceable and safe steps/stairs into trailers. Contractor shall provide pavers to stabilize and level the steps/stairs. Every trailer shall be inspected by the COR, Camp Safety Inspector and a FET team member prior to acceptance. 3.10 Dumpsters lease and services 3.10.1 Dumpsters (6 cubic meters with lids and 20 cubic meters, roll-on/roll-off, with lids): 3.10.2 All dumpsters shall be manufactured in such a way to contain any liquid spillage. 3.10.3 All dumpsters shall be routinely inspected for serviceability. Serviceability is defined to mean the dumpsters shall be free of dirt, grime, dust, odorless, pest free and no visible evidence of rust, damage or spillage. If at any time a dumpster is not serviceable (i.e. cannot contain solid or liquidage waste, or is damaged beyond immediate on-site repair, or has a permanent continuous putrid smell) the contractor shall replace the dumpster within 24 hours. All cleaning and repairs of dumpsters shall be done off the base at the contractor's worksite. 3.10. 4 The contractor shall permanently mark the dumpsters with the company's name, phone number and a unique number for each dumpster 3.10.5No unauthorized sanitary landfill, dump site, or burn pit shall be developed or operated by any contractor attempting to dispose of any debris, waste or material associated with this contract. 3.10.6All solid or liquid wastes generated by military camps or off-site contractor facilities shall be disposed of at approved Kuwaiti Government disposal facilities. 3.10.6.1The contractor, at the time of award, will be directed to the exact placement and location of each dumpster within the camp by the COR/Command Cell. The contractor shall provide all equipment and manpower necessary to place the dumpsters at the proper time and location. Additionally, throughout the life of the contract, the contractor may be required, based on changing trash requirements, to move the dumpsters on 12 hours notice as military dumpster needs change. Requests from the COR/Command Cell for emergency dumping shall be honored within 2 hours of notification. 3.10.6.2Contractor is responsible for continuously inspecting the solid waste levels of each dumpster and ensuring the solid waste level within each dumpster container never exceeds the capacity of the dumpster to adequately contain the debris within. Upon identifying dumpsters that are at their maximum debris holding capacity, the contractor shall be responsible for immediately emptying those dumpsters. Depending on the location of the dumpster, debris volume levels may vary considerably during the day. Contractor shall empty each 20m^3 dumpsters at a maximum of twice per day and each 6m^3 at a maximum of three times per day, unless upon emergency request from the COR/Command Cell. 3.10.6.3Surge periods may require 6m^3 dumpsters to be emptied an additional time per day. The COR will notify the contractor and establish the duration of camp surge periods. 3.10.6.4Due to the severe weather conditions in Kuwait, the dumpsters shall be manufactured in such a manner to include a lid that can be secured to prevent waste or debris from becoming air borne during wind or dust storms. Additionally, the dumpsters should be placed and secured in such a manner at each location to ensure that the dumpster themselves do not become air borne objects. COR will elect the location and placement of dumpsters. 3.10.6.5Dumpsters shall be placed no closer than 50 ft from any occupied place (tent or building) 3.10.6.6Dumpsters shall be removed twice annually or as directed for steam cleaning or pressure washing of the interior and exterior. Clean dumpsters will replace the ones being removed for cleaning. All Cleaning will done off the Military installation and is the responsibility of the vendor for cleaning that area. 3.10.6.7The Contractor shall be responsible for picking up any trash within 20 feet of a dumpster that may have blown from, fallen out of, or been placed near the dumpster due to the container being overfilled. 3.10.6.8The Contractor shall be responsible for cleaning graffiti off of the dumpsters. 3.10.6.9While on the camp, the Contractor's employees are prohibited from taking items out of the dumpsters for their personal use or ownership. 3.10.6.10The Contractor shall immediately report to the COR if items or materials are discarded or found near the dumpsters that are classified. Examples of this are: 3.10.6.10.1 Medical items 3.10.6.10.2 Glass, plastic and Recyclables 3.10.6.10.3 Tires 3.10.6.10.4 Pesticides 3.10.6.10.5 Electronics 3.10.6.10.6 Oils and Antifreeze 3.10.6.10.7 Paints and Chemicals 3.10.6.10.8 Batteries 3.10.6.10.9 Maps of American Military Bases 3.10.6.10.10 Future dates of incoming forces or planned operations 3.10.6.10.11 Folders or papers marked secret/sensitive information 3.10.6.10.12 Classified material 3.10.6.10.13 Military Uniforms 3.10.6.11Contractor shall report all unauthorized personnel pilfering in dumpsters. Contractors shall report all activity to the COR. 4. Medical Services. 4.1 Medical services for Contractor's personnel are the responsibility of the Contractor. However, the USG shall provide, on an emergency basis, medical services for life threatening injuries incurred while an employee is performing under this contract. 5. Quality Control/Management Plan. 5.1 Contractor Quality Control. The Contractor shall establish and maintain a quality control program that has been reviewed and approved by the USG for compliance with contract. The Contractor's QC Plan shall explain the manner in which the Contractor shall assure all contract requirements are being accomplished in an acceptable manner. 5.2 Quality Control Plan. The Contractor's quality control plan shall be submitted to the KO as soon as the Contractor is awarded the contract. 5.3 Quality Control Files. The Contractor shall maintain a file of all inspections or tests conducted by the Contractor, to include any corrective actions taken. This file shall be subject to USG review at the Contracting Officer's discretion during the contract term, to include any extensions of contract term. The file shall be the property of the USG and shall be turned over to the USG upon completion or termination of the contract. 5.4 Quality Control Reports. The Contractor shall submit a monthly Quality Control Report for each functional area identified in the contract. The report shall be submitted to the COR for review by the KO as part of the Contractor's quality control program. 5.5 Management Plan. The Contractor shall submit a Management Plan, which reflects an understanding of all tasks specified in the Performance Work Statement, and describes an approach to satisfy these requirements. As a minimum, the plan shall include management of all resources, i.e. equipment, staffing plan, and organizational chart. A current copy of the Management Plan shall be provided to the COR on the contract start date and thereafter as changes occur, at a minimum annually. The plan shall be implemented on the contract start date 5.6 Waste Disposal Tracking System. 5.6.1 Contractors shall be responsible to develop a daily waste disposal tracking system that shall account for and verify every waste disposition activity associated with this contract is in fact being taken to Government of Kuwait authorized disposal sites. 5.6.2 This disposal tracking system shall be produced for inspection immediately upon a COR's request and be readily available at any time. 5.6.3 This requirement is focused specifically at the prevention and elimination of illegal dumping of any type of wastes in areas other than those authorized by the Government of Kuwait for disposal, and demonstrates that the disposition of any waste is being disposed of at these authorized sites. 5.6.4 The Contractor shall maintain contract performance records. These records shall be available to the USG representative upon request and shall be provided to the USG upon expiration/ termination of this contract. Performance records shall reflect waste water removal data including by truck quantity, date, and any removal issues by date. Performance records shall also show which location waste water was dumped at. The Contractor shall keep the performance records current within three days of performance. All records shall be kept in English. 6. Environmental Requirements. Pursuant to ASG-Kuwait Commander, the following is added to all contract solicitations. Contractor shall be responsible for following and complying with all environmental regulations and policies established by the Governments of the United States and the State of Kuwait while conducting daily operations. Daily operations that potentially have environmental impacts include, but are not limited to, construction projects and sites, light sets, power generators/sites, dumpsters, refueling operations, refrigeration units, bulk fuel storage, maintenance areas, vehicle parking areas, marshalling yards, sterile lots, material holding and lay down areas, vehicle and air craft wash facilities and waste/debris hauling. The following paragraphs identify specific areas and operations that have environmental implications. The Contractor shall ensure and maintain environmental compliance throughout the period of the contract. 6.1 Secondary Containment For Hazardous Materials, Wastes and Petroleum, Oils and Lubricants (POL). 6.1.1 The Contractor shall provide secondary containment devices for temporary and permanent storage facilities for POL products (new and used oils, fuels, lubricants, solvents, batteries, acids, paints, antifreeze, etc.) waiting disposition for use, disposal or removal from the Camp. Coordination and confirmation from Camp Commander or lead Environmental Compliance Officers (ECO) is mandatory. 6.1.2 Secondary containment devices or drip pans shall be used during refueling operations and during any fluid exchanges to prevent potential releases. 6.1.3 Secondary containment structures shall be provided for all bulk POL storage tanks, fuel cans, barrels, bladders, and be capable of holding 100% of the spill amount. 6.1.4 When applicable, drain-off devices (w/ valve, cap or plugs) shall be installed in the secondary containment structure to permit discharge of storm water accumulations. 6.1.5 Containment applies to both, Above Ground Storage (AST) tanks and Under Ground Storage (UST-dual walled w/interstitial monitoring) tanks which supply fuel to generators, equipment, vehicles, light sets, etc. 6.1.6 Secondary containment requirements shall apply to all tanks and/or containers used for refueling operations to include mobile tanker trucks. 6.1.7 In the event hazardous materials are required to be stored at the job site or location where services are being provided, the Contractor shall be responsible for providing flammable storage cabinets with current inventory sheet and Material Safety Data Sheet (MSDS). The flammable cabinets shall be subject to ASG-KU environmental compliance inspections. 6.2 Equipment. 6.2.1 The Contractor shall conduct a maintenance schedule on all equipment to promote proper operations, safety and to prevent leaks or spills. 6.2.2 The Contractor shall be responsible to immediately repair all leaks associated with any portion of the equipment, including all ancillary equipment such as piping, supply/return lines, valves, connections, vents, drain lines, etc. once detected, to preclude spillage events. 6.2.3 All spills shall be adequately documented (complete with photos) and reported to the Camp Command Cell and ECO. This applies to, but not limited to, refrigeration units, generators, light sets, engines, pumps, POL tanks, vehicles, equipment etc. 6.2.4 Stationary equipment (i.e. generators, fuel tanks, light sets etc.) shall have point of contact information to include Contractor name, contact name and 24 hour telephone number shall be visible, in the event of emergencies, spillage events or maintenance issues arise which need immediate attention by the Contractor, Contractor or service provider. 6.2.5 Standards developed in the Contractors maintenance program shall meet minimum qualifications outlined in the current ASG-KU Environmental Handbook Guidance and Instructions. 6.3 Clean-up Responsibilities. 6.3.1 The Contractor shall be responsible for immediate clean-up of all contaminated medias and waste materials associated with or resulting from any spills (POL, solvents, waste water, battery acids, paints, lubricants, refrigerant oils, hydraulic fluids, anti-freeze). 6.3.2 The clean-up efforts shall be coordinated by the Contractor ECO and approved by the Command Cell lead ECO. 6.3.3 At minimum, the level of clean-up shall include verification and documentation that the source of contamination has been abated, all contaminated medias have been removed and all waste materials have been properly disposed in an approved State of Kuwait disposal site. 6.3.4 A spill contingency and response plan shall be made available to the COR which specifically describes how the Contractor plans on preventing spillages and shall respond to spillages of any type when and if they should occur. At minimum, the spill contingency and response plan shall comply with all applicable directives of the current ASG-KU Environmental Guidance and Instruction document. 6.3.5 In the event accidental or deliberate spillages events do occur and the Contractor fails or refuses to clean the spill, the Contractor shall be liable for the costs, which shall be deducted from the monthly invoice for the contracted services. 6.4 Environmental Training. 6.4.1 The Contractor (to include existing employees currently on staff and all incoming, new or replacements) shall enroll in and attend ASG-KU environmental training courses as offered by the Environmental Contract Service Provider for ASG-KU to become proficient in responding to emergency spillage events and conducting environmental compliance inspections. 6.4.2 Training courses shall be enrolled within ten days of signing the awarded contract. Proof of course completion shall be made available to the USG representative upon request. 6.4.3 Courses shall include Environmental Compliance Officers (ECO) training and Emergency Spill Response. 6.4.4 Coordination shall be conducted by the Contractor with the ASG-KU Environmental Training Branch. 6.4.5 The Contractor shall have trained staff to ensure an ECO trained employee is on site during all operational activities outlined in this contract. ECO trained employees shall be available to respond to any environmental impacts or emergency response incidences 24 hours a day. 6.4.6 The site supervisor or area foreman shall be appointed as the contract company Lead ECO and point of contact for all environmental issues. 6.5 Contractor Inspection Program. 6.5.1 An internal inspection program shall be developed to provide a quality control process (preventive evaluation) whereby daily and weekly itemized inspections are conducted by the designated trained Contractor ECO to alleviate the potential for spills, leaks, and accidental discharges. 6.5.2 All program evaluations shall be documented (when they occur) and made available to the Camp Cell ECO upon completion. 6.5.3 Any concerns shall be reported to the contract COR and the Camp/Zone Lead ECO and shall be documented in the daily/weekly reports. 6.5.4 The Contractor shall use trained ECO staff to perform the inspection evaluations. 6.6 Emergency and Routine Maintenance Clean-up Supplies. 6.6.1 The Contractor, at Contractor expense shall maintain supplies of both emergency response materials and routine maintenance material to properly respond to an emergency spills and normal routine maintenance activity. 6.6.2 Absorbent material shall be available or accessible, in sufficient quantities to resolve any volume of materials, wastes or contaminants that may potentially affect or impact the environment. 6.6.3 Coordination and confirmation, by the Contractor ECO with the COR and Command Cell Lead ECO is mandatory to ensure supplies are available at all times. 7. Badging. 7.1 Access to Installation: All Contractor employees shall obtain an Installation Access badge from either the Pass and ID and the COR section. The Contractor shall submit a complete installation pass request package for each employee within 15 working days of award of the contract; failure to submit a complete package, may result in termination of the contract 7.1.1 The Contractor may utilize the website at http://www.asgku-ia.com/ for all forms and requirements associated with obtaining base access and contact the Badge Office at +965-2389-1525 for any additional forms, procedures and instructions. 7.1.2 If employees shall be driving a vehicle onto the Camp, then that person shall need to complete a ASG-190.16.2, have a copy of their driver's license, vehicle registration for the vehicle that they are driving, Insurance and a copy of their Installation access badge, unless it, is in combination with an installation access. 7.1.3 The Contractor shall ensure that all personnel display the badge on the outermost garment displayed between the head and waist at all times when performing work under this contract. This requirement shall apply to all sub-contractor employees. 7.1.4 The Contractor should allow a minimum of three working days (72 hrs) to process passes through COR section, located in Building 100 of the Camp Buehring and three days (72 Hours) from the Pass and ID section located outside the main gate of Camp Buehring, known as ECP one. 7.1.5 To obtain temporary passes; the Contractor must submit a copy of the level 18 Civil ID for each worker, a copy of the workers' passport showing the Kuwait visa, and a completed quote mark ASG-KU Installation Access Application quote mark, (ASG-KU PMO Form 190-16.1). 7.1.6 Also, the Contractor is responsible for submitting renewal documentation thirty days prior to the expiration of the badge. Not having a badge and/or allowing a badge to expire are not excuses to delay the completion of work. 7.2 Access to Northern Kuwait. 7.2.1The Contractor shall ensure that all employees can obtain a Kuwait J2 pass. Host Nations at Camp Arifjan can assist with the paperwork required for this pass. 7.3 Personnel Security/Anti-Terrorist after award of the contract. 7.3.1 The Contractor shall become knowledgeable of all current DOD, State Department and local command instructions pertaining to personnel security and anti-terrorist issues. 7.3.2 Contractor personnel shall complete Level One Anti-Terrorist training provided by the USG within one month after award. 7.3.3 The Contractor shall provide the Contracting Officer Representative (COR) a by name roster of employees five days prior to training. 7.3.4 The Contractor shall provide the Contracting Officer Representative (COR) an updated by name roster of all employees (i.e., name, badge No.) monthly. The Contractor shall provide the Contracting Officer with a summary of this report by quantity for Local Nationals (LN), Third Country Nationals (TCN), and Westerners. 7.3.5 Contractor staff shall maintain strict privacy regarding what they see or hear inside the US Army Camps. 7.4 Security. There are no known requirements to handle classified data in any of these application systems. All work performed relative to the tasking identified in the PWS is unclassified or carries a Privacy Act classification. System security shall be in accordance with DOD Directive 5200.28, Security Requirements. Access to all facilities shall require identification and access passes. 7.5 Safety Clothing. The Contractor's personnel shall be required to wear uniforms. The Contractor's management position is excluded from this requirement, however the manager must still display his access badge identifying him as a Contractor at all times. 7.5.1 The Contractor's employees' uniforms shall not be similar to U.S. military uniforms. 7.5.2 The Contractor's employees' uniforms shall be clean, neat, and suitable for the work being performed. 7.5.3 The Contractor's employees' uniforms shall have the Contractor's name embroidered or sewn to the fabric (undershirts and shorts are not acceptable outer garments). 7.5.4 The Contractor's employees' shall wear work shoes/boots or tennis shoes that are enclosed (sandals, or open shoes are prohibited). 7.5.5 The Contractor's Personnel shall not wear hats, caps, or headbands on duty indoors unless specified as part of the employee uniform. 7.6 Identification of Contractor Employees. All contract personnel attending meetings, answering USG 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 USG 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. ASG-KU INSTALLATION ACCESS COUNTRIES OF CONCERN LIST Procedures to obtain badging: 1. Citizens of the following countries are prohibited access to U.S. Military facilities unless the Commander, ARCENT-KU, grants an exception. Letters of exception must be maintained in the recipient's personal file: (a)Russia, Tadzhikistan, Turkestan, and Uzbekistan; the Kurile Islands; and South Sakhalin (Karafuto). (b)Cuba (c)Iran (d)Iraq (e)Libya (f)North Korea (Communist Korea) (g)People's Republic of China, including Tibet (h)Syria (i)Vietnam (j)Sudan 2. Citizens from Russia, People's Republic of China including Tibet, and Vietnam do not require a letter, but must have a S2 embassy check and background investigation check. 3. Passes may be issued for a one-time visit; information/request must be turned in 72 hours prior to visit, Except at K-Crossing. In special cases the Badging/Passes Office shall issue a daily pass to the same individual for three days, except for K-crossing. Contractor's working on Military Camps must obtain a permanent badge. 1. Kuwait Citizens / Kuwait Military. One copy of Kuwait Civil identification card or Ministry of Defense (MOD) card. 2. U.S. Citizens (resident aliens) and Western Allied Citizens a. Original and one copy of passport (picture and residency page(s)) b. Kuwait civil identification card. For new hire applicants, Human Resources shall forward a copy of the Kuwait civil identification card upon receipt from the Kuwait sponsor/Ministry of Social Affairs). c. Kuwait visa or entry authorization (i.e. CAC card sticker from Immigration). d. Copy of orders/contract assigning to Camp Arifjan, Camp Virginia, Camp Buehring, K-Crossing, Ali Al Salem, Kuwait Naval Base, SPOD, and KNB. 3. Third Country Nationals (TCN) a. Original and one copy of passport (picture and data page(s)). b. Copy of Kuwait civil identification card (front and back). In the case of an expired civil identification card, must be accompanied by a copy of the Public Authority for Civil Information (P.A.C.I.) document. c. Kuwait visa or entry authorization. (i.e. CAC card sticker from Immigration). d. Two original letters (one English and one Arabic) 1 On company letterhead. 2 Authorizing work on Camp Arifjan, Camp Virginia, Camp Buehring, K-Crossing, Ali Al Salem, Kuwait Naval Base, SPOD, and KNB. 3 Signed and stamped by the Kuwait sponsor. 4 1 employee per letter, stating: - Applicant's Name. - Kuwait civil identification number. - Type of work to be performed. - U.S. Army contract number. - Duration of contract / authorization period needed. - Length of time required for access. - Acknowledgement that sponsor accepts responsibility for the employee. e. For TCN working for a sub-contractor, an additional two original letters (one English and one Arabic) verifying they are working for a Camp Arifjan associated sponsor. f. Cover letter for Kuwait CID 1. In Arabic (typed) 2. Signed and stamped by the Kuwait sponsor. 3. One employee per cover letter. 4. For Escorted Access. a. Copy of passport (picture and residency page(s)) b. Copy of Kuwait civil ID (front and back) c. Kuwait entry visa or entry authorization (i.e. CAC card sticker from Immigration). 8. USG Furnished Property, Equipment and Services. 8.1 The USG shall not furnish or make available to the Contractor any USG equipment or services, except the issuing of installation passes and badges in connection with performance requirements. 8.2 The USG shall not be responsible for furnishing any utilities. 8.3 The USG shall not furnish any incidental pieces of equipment necessary for the Contractor to operate the substation facilities on the various Camps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d7a4284e5ffaef0a981b7f5e1198ead)
 
Place of Performance
Address: ACC - Rock Island (ACC-RI) ATTN: AMSAS-AC, Rock Island IL
Zip Code: 61299-6500
 
Record
SN03173475-W 20130906/130904235539-7d7a4284e5ffaef0a981b7f5e1198ead (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.