MODIFICATION
S -- Solid Waste Services for Kunsan Air Base
- Notice Date
- 4/15/2015
- Notice Type
- Modification/Amendment
- NAICS
- 562111
— Solid Waste Collection
- Contracting Office
- 411th CSB (PARC Korea), Unit #15289, APO, AP 96205-5289
- ZIP Code
- 96205-5289
- Solicitation Number
- SOLIDWASTESERVICES-KUNSANAB
- Response Due
- 5/1/2015
- Archive Date
- 6/14/2015
- Point of Contact
- Hong, Myong Hui, 0118227914-8650
- E-Mail Address
-
411th CSB (PARC Korea)
(myonghui.hong.ln@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis Announcement: 16 April 2015 Subject: Solid Waste Services for Kunsan AB Attachment: PWSSolidWasteServices Subject: This is a Combined Synopsis/Solicitation Announcement. Solid Waste Services for Kunsan AB. will be posted in ASFI. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement serves to inform solicitation will be issued. The 411th Contracting Support Brigade (CSB) Korea intends to award Solid Waste Services for Kunsan Air Base. This requirement is commercial items that the contractor shall provide all necessary personnel, equipment, supplies, transportation, tools, materials, supervision, and other items and non-personal service necessary to perform to 8 CES, Kunsan Air Base. All required materials, labor, equipment and technology are available locally and Invited Contractors (IC) Status under the Status of Forces Agreement (SOFA) will not be issued. Government Agency: 411th CSB, Korea, ATTN: CCEC-KOY-SB, Unit #15289, APO AP 96205 Government Agency POC: Contracting Officer: Mr. Bumjoon J. Pak, Tel: 315-724-6559, Email: bumjoon.j.pak.civ@mail.mil Contract Specialist: Ms. Hong, Myong Hui, Tel: 315-724-8650, Email: myonghui.hong.ln@mail.mil Performance Work Statement For Solid Waste Management for Kunsan Air Base (AB) 1. DESCRIPTION OF ERVICES. The contractor shall provide all personnel, equipment, tools, materials, vehicles, supervision, and other items and services necessary to perform integrated solid waste management to collect, remove, recycle and dispose of trash and garbage from Kunsan AB, ROK except as specified in Section 3 as Government Furnished Property, Material and Services. The contractor shall perform to the standards in the contract as well as all local laws and regulations of the Republic of Korea (ROK) and federal regulations, international agreements, Status of Forces Agreements (SOFA) and USFK REG 201-1 Environmental Governing Standards (EGS). Estimated workload factors are in Appendix A and collection areas and frequencies are in Appendix B. 1.1. COLLECTION REQUIREMENTS (SCHEDULED WORK) 1.1.1. Main Base. 1.1.1.1. Integrated Solid Waste Management. The contractor shall empty Municipal Solid Wastes (MSW), recycling containers and dumpsters based on historical data for the first 30 days of performance or at least weekly. The contractor shall establish initial vehicle routes and collection schedules upon contract award. The contractor shall submit the schedule to the Contracting Officer (KO) and the Contracting Officer's Representative (COR) within five (5) calendar days prior to start of contract performance. The contractor can propose the adjusted schedule that the contractor shall monitor fill capacities during the first 30 days of performance and one other period to be agreed upon during the same performance period. No changes are allowed to the schedule or haul route without the COR approval. Historical frequency tables are located at Appendix B. When the contractor completes service at a location there shall be no litter, waste, or recyclable material on the ground within a 10 foot radius of the container and enclosure. The contractor shall segregate and separate each type of waste based on the type of disposal (recyclables, food wastes, incineration and landfill) from collected trash and garbage at the Government provided facility, building 844 before the disposal shall be taken to the off-base. For recycling containers, the contractor shall be responsible for separating the various types of recyclable materials in accordance with Korea Environmental Law. 1.1.1.2. Food Waste Containers. The contractor shall empty containers used to dispose of food waste daily (on days when the serviced facility is in operation). Food Waste containers and pickup days are identified in Appendix B. Food waste vehicle shall be met to the criteria in the USFK REG 201-1., Chapter 7-3. 1.1.1.3. Public/Common Use Recycling Receptacles. The contractor shall empty the government furnished recycling containers, collect, and sort recyclable material types by the base Quality Recycle Program (QRP) before their capacity is exceeded. The list of recyclable materials is specified in paragraph 1.2.2.2 herein. Estimated frequencies are included in Appendix B. 1.1.1.4. Hazardous Waste/Industrial Waste. Any waste materials identified in the Code of Federal Regulation (CFR) 40, Part. 261, Federal Statute, and by the ROK Government Environmental Law and Regulations that can cause serious injury, illness, or damage to humans, domestic livestock, wildlife or the environment when improperly treated, stored, transported, or disposed of, or otherwise improperly managed are considered hazardous waste. THIS CATEGORY OF WASTE MATERIALS IS SPECIFICALLY EXCLUDED FROM THIS CONTRACT. If any hazardous waste are found in the stream of solid wastes, the contractor shall contact the COR and inform location, type, and amount of the waste for the disposal by the government. 1.1.2. Recyclable Materials Processing: 1.1.2.1. The base operates a Qualified Recycling Program (QRP) to reduce the volume of non-hazardous solid waste generated. It is the intent of the base for the contractor to conduct sales of recyclable commodities to the locally available recycle companies. The contractor shall establish a sales procedure/plan for all recyclable commodities that are collected in the contract periods. Recyclable sale plan shall include, but not limit to, current market price of recyclables, interested local recycle companies, and shall clearly describe how the offeror will maximize the recyclable value obtained for the Government. The contractor shall provide a detailed accounting of recyclable commodities (type/weight and sales price) to the QRP (8 CES/CEOES) through the COR as monthly basis. The COR will provide detailed instructions on the process of providing funds to the QRP after contract award. Proceeds must be deposited in the QRP account not later than the 15th of the following month. 1.1.2.2. Materials. 1.1.2.2.1. The following items shall be recycled: Industrial scrap metal, metal beverage containers, glass (clear, brown, green), office paper, newspaper, cardboard, pressboard, plastics, scrap wood, rags, textile wastes, batteries, reusable wooden pallet, and tires. The contractor shall recycle materials not listed above with prior approval of the COR. All recyclable items shall be stored, shipped and disposed of IAW federal and ROK environmental regulations. Historical amounts of recyclables are as follows: ITEM HISTORICAL QTY (per month) Aluminum Cans0.9 to 1.6 Tons Card Board12 to 26 Tons Paper1.14 to 3.75 Tons Glass13 to 18.5 Tons Plastic11.5 to 24 Tons Vinyl0.4 to 0.56 Tons Styrofoam0.4 to 0.55 Tons Scrap Metal0.64 to1.1 Tons Cloth0.9 to 1.0 Tons 1.1.2.2.2. The following recyclables must be separated, packed and transported to the designated recycling area at building 844: Aluminum Can Cloth Cardboard Scrap Metal Paper Lead-acid Battery 1.1.2.2.3. These items will be separated for the Contractor's direct resale and not be taken to off base without the COR's approval. The Contractor may compact aluminum cans, cardboard, scrap metal, cloth and paper as required in order to meeting the local sales requirements. 1.1.2.2.4. Other recyclables can be transported to the contractor's off-base facility for separation and resale so long as government recyclable materials are sorted and weighed prior to commingling with other customers' recyclables. The Government reserves the right to add or delete any recyclables to the QRP by monitoring those quantities and market rates. 1.1.2.2.5. Pickup Points. The contractor shall pickup recycling containers at the locations specified in Appendix B. Containers shall be emptied as specified in paragraph 1.1.1.1. herein. In addition, the contractor shall separate all recyclables from other wastes collected from other containers. 1.1.2.3. Base Recycling Center. The government will provide the contractor with a base recycling center utilizing a portion of building 844 for segregation of solid wastes and store recyclable items until they are sold. 1.1.2.3.1 Contractor Responsibilities. Separate, prepare for transport and resale all recyclable materials. Perform daily cleaning and recommended maintenance on the government furnished property and its belongings. Provide appropriate personal protective gear/equipment for employees. Notify the COR for facility maintenance or repair requirements. Return the recycling center to the government upon conclusion of contract. The contractor shall procure and install additional equipment as required to more efficiently process recyclable materials. Contractor-purchased equipment shall be procured at the contractor's expense, owned by the contractor and shall be removed upon contract termination. 1.1.2.4. Marketing. The contractor shall provide for the marketing of recyclable materials, including transportation of recyclable commodities to the purchasers. The QRP shall educate all residential and base facility occupants on the benefits of recycling and encourage the widest possible participation. 1.1.2.5. Sales Receipts. The contractor shall turn in the proceeds from recyclable sales and provide a summary of sale proceeds by type of commodity, along with original sales receipts for recyclable materials to the government evaluator no later than the tenth working day of the month following the sale month. The sales receipts shall contain the weight, type and price of the commodity recycled. The contractor shall also submit an invoice of costs associated with the collection, processing, transporting and sale of recyclable commodities for reimbursement. 1.1.3. Equipment Maintenance. 1.1.3.1. Dumpsters (Metal Roll-off). In case the contractor furnishes containers, the color shall match the current color scheme of the base. Additional re-painting must match the approved color scheme. The contractor shall maintain all contractor and government provided containers ensuring they are free of unpleasant odors, dirt, debris, and pests. The contractor shall use government furnished dumpsters as replacement containers more than one (1) hour for cleaning, lubricating, or repair to ensure that collection stations have adequate refuse containers. Maintenance shall include minor repair and spot painting less than 10 square foot and stencils quote mark USAF quote mark on the side. The contractor shall provide a monthly cleaning and maintenance schedule to COR by the 25th of the month prior to the month the work is to be performed. The contractor shall be responsible for all containers remained in good, workable condition, with no leaks and located easily accessible to customers. The contractor shall perform all cleaning, painting, repair and other maintenance tasks off-base. Trucks and trailers used for hauling and collecting shall be free of odor, dirt, debris, and pests. The contractor vehicles and equipment shall not have any waste or equipment leaks such as oil or hydraulic fluid. The contractor shall be responsible for cleanup of leaking contractor vehicles or equipment. Major repairs or maintenance, as determined by the COR, shall require replacement of the container by the Government. 1.1.3.2. Other Refuse Container, Bins, and Enclosures. The contractor shall maintain smaller refuse containers (15 through 55 gallon containers in recreational areas, playgrounds, and high generation areas), refuse bins and enclosures as free of unpleasant odor, dirt, debris, and pests. 1.1.3.3. Metal Roll-off Container Painting (0018). Major painting of containers shall be required by delivery orders issued by the Contracting Officer. The contractor shall submit schedule of painting and color of painting to the COR for review and concurrence prior to painting containers. Major painting shall have at least one (1) time sand blasting and two (2) times-coat for refurbishing the surface. The contractor shall clean containers before painting. In case the contractor furnishes containers, the color shall be matched the current color scheme of the base. Additional re-painting must be matched the approved color scheme. 1.2. REQUIREMENT (UNSCHEDULED WORK): 1.2.1. The following services shall be priced in accordance with (IAW) un-scheduled work. The un-scheduled service shall be compensated IAW the unit price when these services are requested by an issuance of Task Order (TO). 1.2.1.1. Unscheduled Pickup and Special Events (0010AA) Replace with quote mark the KO or COR will place unscheduled solid waste collections and disposals request as required. The contactor shall respond within one (1) business day of the notification For special events, the contractor shall provide (or re-position as directed) solid waste containers. These containers shall be placed in locations for a length of time designated by the COR. The KO or the COR will notify the contractor in writing within 7 days in advance of the special event date. See Appendix A for workload data. 1.2.1.2. Construction and Demolition Debris (C&D) (0011). C&D is waste and scraps of construction materials generated by the Government. This category of trash and debris includes concrete masonry units, asphalt, fiberglass insulation, carpeting, furniture, concrete, gypsum boards, waste wood and lumbers, roofing material, and others which are allowed to be dumped at authorized landfill or disposal plant. As requested by the COR, the contractor shall provide roll-off containers for collection of C&D. The contractor shall place containers at the designated site within one (1) business day of notification by the COR. The contractor shall recycle or dispose of all C&D at a permitted landfill or recycling facility. 1.2.1.3. Additional Pickups (0010AB) In the event unusual conditions cause a container to be required to pickup before the scheduled time, the COR or the KO may request in writing (email or Fax sufficient) to pick them up within 24 hours and the task order will be issued at a unit rate based on the container size on the following day. 1.2.1.4. Bulk Item Pickup.(0007) Upon requested by the issuance of task order, the contractor shall pick up bulk items from where the COR indicated. The contractor shall generate unit price list of possible type of bulk items IAW Kunsan City's policy, inform the COR and invoice with the receipt. Bulk items may consist of furniture, consumer electronics and appliances that do not contain Ozone Depleting Substances, cartons, and bundles. The contractor shall divert recyclable items to the base recycling center 1.2.1.5. Ash Collection.(0013) The contractor shall accomplish ash collection by using trucks that are leak-proof and covered to prevent windblown ash. Trucks must meet Kunsan City regulations and guidelines for transfer of municipal solid waste ash, as applicable. 1.3. Inclement Weather Schedule. The contractor shall collect MSW and recyclable material during periods of inclement weather. In cases of severe weather, the COR may authorize exceptions. When exceptions are granted all missed collections shall be performed within 24 hours after the severe weather has terminated, unless the contracting officer authorizes additional time. 1.4. Route/Work Schedule. The contractor shall establish a monthly work schedule in accordance with Appendix B and submit to the COR for review and approval within five (5) calendar days prior to the start of the month in which the work is to be performed. Any change in the work schedule during the performance shall be coordinated with the COR. 1.5. Points of Collection. Collection stations for MSW and recyclable materials are shown in Appendix B. The contractor shall render collection services at all locations as specified in Appendix B. The KO will, at any time, by contract modification, add or delete any pick up point within the general service area, at which time the service shall be furnished or discontinued accordingly. 1.6. Government-Approved Containers. The contractor shall use the COR's approved containers, recycling bins or plastic bags for the collection of MSW and recyclable materials in all areas except residential areas. The occupants in residential areas will provide their own MSW containers. 1.7. Maintaining Containers and Collection Area. The contractor shall return all MSW and recycling containers to their original location after servicing, in an upright position with the lids securely in place. The contractor is responsible for cleaning up any spills and debris on the ground within ten feet of the container and enclosure when servicing a location. The contractor shall collect debris placed at collection stations; for example, tree branches, sacks, cartons, boxes, cans, tied bundles, or other containers. It is intended that the majority of debris will be placed in containers. The contractor shall notify the COR of locations where debris is frequently placed outside of containers so the COR may notify facility managers and, if necessary, the contractor can adjust the container size or pickup frequency with the COR approval. The contractor shall be responsible for keeping collection areas free of solid waste and debris. 1.8. Weighing of Vehicles. The contractor shall submit a monthly report (See section 1.10) that includes weight tickets that reflect the type of waste, disposed tonnage figures, date of disposal, and type of disposals and cost of food waste disposal, incineration, and landfill tipping fees. The contractor shall be reimbursed for tipping fees according to submitted invoices. 1.9. DISPOSAL. 1.9.1. Off-Base Disposal (0015) The contractor shall transport and dispose of all disposal items at a licensed off-base disposal site IAW the laws and regulations of the Republic of Korea. A copy of the landfill(s) operating permit that material is transported to shall be provided within fifteen (15) calendar days after contract award to the COR. The contractor shall transport recyclable commodities to an off-base material recovery facility. The contractor is responsible for disposal meeting IAW ROK environmental law. The contractor shall be responsible for any permit or fees associated with the use of off-base disposal locations. The contractor shall provide receipts for disposal to the COR with the monthly invoice for reimbursement. 1.9.2. Apparent Serviceable Material. The contractor shall not dispose of any material, which has obvious value and appears to have been inadvertently placed near the collection point unless such material is designated as refuse. The contractor shall report all items questionable to the COR. Lost or found items shall be reported to Security Forces immediately. 1.9.3. Missed Pickup. The contractor shall require collecting all refuse at missed pick up points at no additional cost to the Government within four (4) hours after notification by the COR. 1.9.4. Disposal of Non-marketable Materials. Disposal of non-marketable materials from processing recyclable materials at an off-base facility shall be the responsibility of the contractor. The contractor shall inform the COR what material was rejected and reason for rejection if there were some. 1.10. Reports and Records. The contractor shall provide two (2) copies of monthly report, by the last day of each month, detailing total tonnage of solid waste (MSW, C&D and recycling) collected, incineration, landfill tipping fees and weight tickets to the COR. In addition, recyclables report shall detail materials collected and recycled by commodity. 1.11. The contractor is responsible for complying with all existing federal, and local environmental laws and regulations, including the environmental governing standards in USFK REG 201-1 and applicable service supplements. The contractor shall be also responsible for obtaining appropriate environmental permits required for contract performance. Copies of USFK REG 201-1 and applicable Service Supplements can be obtained from the Requiring Activity, Kusan AB. 2. SERVICE SUMMARY. 2.1. Performance Requirements Summary (PRS): The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. All performance thresholds below shall be performed with no additional cost. Performance ObjectiveStandardPerformance ThresholdMethod of SurveillanceRemedy PRS#1. PWS Para 1.1.1 inclusiveCollect Municipal Solid Waste in accordance with the established schedule.No more than 2 Customer Complaints monthly.Periodic and customer complaintsRe-performance within 8 hours PRS#2. PWS Para 1.1.2 inclusiveCollect and Perform direct sale to local recyclable companies and Turn in the recyclable sales proceeds and the summary of reports to the QRP via COR NLT 10th working day of the following month. 0 Deficiencies permitted.100% InspectionRe-performance within 8 hours PRS#3. PWS Para 1.9 inclusiveDispose of Municipal Solid Waste in accordance with the established governing directives.0 Deficiencies permitted.100% InspectionRe-performance within 8 hours PRS#4. PWS Para 1.1.3 inclusiveMaintain equipment in good workable condition. Trucks and solid waste containers washed and free of odors.No more than 2 Customer Complaints monthly.Periodic and customer complaintsRe-performance within 8 hours PRS#5. PWS Para 1.2 inclusivePerform unscheduled and other type of waste collections required by the contracting officer in accordance with paragraph 1.1.2 0 Deficiencies permitted. 100%No payment until corrected (Delivery order will not be accepted until all deficiencies are corrected.) PRS#6. PWS Para 1.10Reports and Records are accurate and to be submitted timely0 Deficiencies permitted. 100%No payment until corrected PRS #7 Para 1.9.2 Missed pick upCollect all refuse at missed pick up points0 Deficiencies permitted.100%Re-performance within 4 hours 2.2 DELIVERABLE SCHEDULE (Contract Data Requirement List). Deliverable PWS ParagraphFrequency # of Copies Submit To Quality Control Program (QCP) Para. 5.1 Within thirty (30) calendar days after contract award. 1 Paper/Electronic copy COR Base PassPara. 5.5.1/5.5.2Within ten (10) days after contract award.1 Paper/Electronic copy COR Safety Para. 5.9 Within fifteen (15) days after contract award. 1 Paper Copy COR Work Schedule Para.1.4. Within five (5) calendar days prior to the start of the month. 1 Paper CopyCOR Dumpster monthly maintenance schedule Para. 1.1.3.1 By the 25th of the month prior to next performance month. 1 Paper Copy COR Certificates of Disposal Para. 1.9.1 &1.10When the request for payment is submitted. All Certificates - paperCOR Disposal Permit Para 1.9.1Within fifteen (15) calendar days after contract award. All Permits - paper COR Quantity Verification Para.1.8 & 1.10 When the request for payment is submitted. All Certificates -paper COR Invoices Para 1.10NLT 10th working day of each month. All Transactions- paper COR Sales receipts for recyclable materials Para. 1.1.2.5NLT 10th working day of each month.All copies - paper COR 2.3. Periodic Progress Meetings. The KO, the COR, other government personnel as appropriate, and the contractor shall periodically meet to discuss the contractor's performance. The following issues should be discussed; opportunities to improve the contract, any modifications required of the contract, unsatisfactory inspections and valid customer complaints against each performance objective observed and steps taken by the contractor to prevent occurrences in the future. The contractor shall provide a summation of unsatisfactory inspections and customer complaints and provide insight into any identified trends. The COR will put the minutes in writing, signed by the KO and any other signatures as deemed appropriate, distributed to the functional area and the contractor and a copy placed in the official contract file. Should the contractor not concur with the minutes, the contractor shall provide a written notification to the KO identifying areas of non-concurrence for resolution. 3. GOVERNMENT FURNISHED PROPERTY AND SERVICES. 3.1. General. The contractor shall provide all user maintenance for the care and upkeep of all Government-Furnished services listed. 3.2. Government Furnished Materials/Facility. The Government will provide containers, bins, trashcans and trash enclosures for the collection of refuse. The Government will also provide a portion of Building 844 for the sole purpose of refuse separation and recyclable storage. The area of the building allotted for this purpose will be shown to the contractor at site orientation. The government will provide the contractor approx. 1,300 sq. ft in building 737 for office space. The contractor shall maintain the office and ensure it is clean and in order at all times. 3.3. Pest Management Service. The Government will provide insect and rodent control on all government property. This will be accomplished through the pest management shop who will determine the best course of action to solve the problem. The contractor shall notify the COR when an insect or rodent problem is detected. The COR will coordinate with customer service in 8 CES to submit a work order. 3.4. Medical Service. In the event of a severe emergency, during hours of operation, Kunsan Medical Clinic will respond and transport, if necessary, a contractor employee to one of the local hospitals. The contractor shall notify to the COR immediately and reimburse the Government for these services 3.5 Equipment. The Government will provide green containers consisting of 300 gallons and large plastic bins for all recyclable materials, along with brown roll off dumpsters consisting of 13 cubic meters for all other non-recyclable, and metal roll-off material. It shall be the responsibility of the contractor to repair and or replace any Government Equipment and Property damaged by the contractor or the contractor's employees. 4. Contractor Furnished Items and Services. 4.1. General. Except for those items specifically stated to the Government furnished in Section 3, the contractor shall furnish everything required to be perform this contract. 4.2. The contractor shall furnish a sufficient number of vehicles suitable for the transportation of personnel, materials, and equipment for use in the performance of this contract. 4.2.1. All vehicles shall be in operable condition and meet Republic of Korea (ROK) and USFK safety standards. 4.2.1. All vehicles shall be operated in accordance with installation traffic regulations. 4.2.2. Vehicles shall have the contractor's company name displayed on both sides of the vehicles in both English and Korean language. 4.3. The contractor shall provide fuel for the equipment and required trash bags for disposal services. 4.4. Trash and Recyclable sorting area: The contractor shall provide and maintain trash sorting area (minimum 10,000 sq. ft) with trash and recyclable holding storage (minimum 1,800 sq. ft) which is separately licensed and registered by the Kunsan City located in the Kunsan City. 5. GENERAL INFORMATION. 5.1. QUALITY CONTROL. The contractor shall develop and maintain an effective Quality Control Program (QCP) to ensure services are performed in accordance with this PWS. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor's quality control program is the means by which he assures himself that his work complies with the requirement of the contract. The QCP shall be provided to the KO and COR within 30 calendar days after the contract is awarded and shall be updated thereafter to maintain a quality control program that meets PWSrequirements. The Government will make review and acceptance of the QCP and any subsequent changes within 10 days after receipt of the revised QCP. After acceptance of the QCP the contractor will receive the Contracting Officer's acceptance in writing of any proposed change to his QC system. At a minimum the QCP should address: Overall contract management and administration. Describe a method acceptable to the Government of identifying deficiencies in the quality of service performed under this contract before the level of performance becomes unacceptable and address processes for corrective actions without dependence upon Government direction. Establish an inspection system covering all services required by this contract. This plan shall specify areas to be inspected on either a scheduled or an unscheduled basis and the title of the individual who will do the inspection. Contain specific quality control techniques and standards for contract services identified in all PRS items and Inspection list. The quality control methods shall be comprehensive and adaptable to the reporting systems of the QCP. Control measures must be specified and metrics developed to ensure accurate program monitoring. Require documentation of all contractor quality control inspections and corrective actions to be maintained by the contractor throughout the term of this contract. Inspection documents and the corrective action taken shall be made available to the KO or COR. 5.2. QUALITY ASSURANCE. The government shall inspect and evaluate the contractor's performance to ensure services are received in accordance with requirements set forth in this contract. The COR will periodically inspect by watching actual task performance, physically checking an attribute of the completed task, checking a management information report, investigating customer complaints, conferring with facility managers, or otherwise inspecting the task or its results to determine whether or not the performance meets the standards contained in this PWS. The COR will use the contractor's work schedule to record surveillance results. This surveillance record then becomes the official Air Force record of the contractor's performance. When a performance threshold has not been met or contractor performance has not been accomplished, the COR will initiate and provide the Contracting Officer a Contract Discrepancy Report (CDR) for issuance to the contractor. The contractor shall respond to the CDR IAW instructions provided and return it to the Contracting Officer within 10 calendar days of receipt. 5.3. GOVERNMENT REMEDIES. The KO shall follow FAR 52.212-4, Contract Terms and Conditions-Commercial Items, for contractor's failure to perform satisfactory services or failure to correct non-conforming services. 5.4. HOURS OF OPERATION. Normal hours of operation for collection and removal of wastes required by this contract are from 0700 to 1700 hours, daily, Monday through Saturday except Sunday and ROK legal holidays. Collection outside these hours shall require prior approval of the COR. U.S. Government legal holidays (1) 1 January (New Year's Day) (2) 3rd Monday, January (Dr. King's Birthday) (3) 3rd Monday, February (President's Day) (4) Last Monday, May (Memorial Day) (5) 4 July (Independence Day) (6) 1st Monday, September (Labor Day) (7) 2nd Monday, October (Columbus Day) (8) 11 November (Veterans' Day) (9) 4th Thursday, November (Thanksgiving Day) (10) 25 December (Christmas Day) ROK legal holidays (1) 1 and 2 January (New Year) (2) Lunar New Year (31 December, 1 and 2 January on the Lunar Calendar) (3) 1 March (Independence Movement Day) (4) 1 May (Labor Day) (5) 5 May (Children's Day) (6) Buddha's Birthday (8 April on the Lunar calendar) (7) 6 June (Memorial Day) (8) 17 July (Constitution Day) (9) 15 August (Liberation Day) (10) Chu-Suk (14, 15, and 16 August on the Lunar Calendar) (11) 3 October (National Foundation Day) (12) 25 December (Christmas Day) 5.5. SECURITY REQUIREMENTS. The contractor and its employees entering Kunsan AB shall abide by all security requirements imposed by the local installation commander at all times and shall be subject to security checks. Contractor personnel and property shall be subject to search and seizure upon entering Kunsan AB in accordance with the installation's security regulations and procedures. 5.5.1. Contractor/Employee Base Pass and Identification, Special Clearances and Vehicle Passes. The contractor shall comply with all requirements and procedures IAW FAR 5353.242-9000, contractor Access to Air Force Installations. All documentation shall be submitted at the pre-performance conference. The contractor shall also submit, 3 months prior to pass expiration, all documentations needed to renew the pass, to include detailed list personnel listing indicating escort privileges, licenses, and vehicle types. Format for these passes shall be coordinated with the COR. 5.5.2. Escort Privileges. The contractor shall be authorized escort privileges only for employees working on this contract and only during hours stated under this contract for collection, segregation and disposal of trash and garbage. It is the contractor's responsibility to ensure that the escorting official has full control of all individuals at all times. 5.5.3. Military Restricted Area. In the event that service to be performed entails continuing access to restricted area, all contractor personnel requiring access shall be required to have a background investigation. The contractor shall submit to the COR a list of its employees that will require a background investigation. The using organization will be responsible for providing escorts to the contractor in the event that the contractor is required to access to military restricted area. 5.6. SPECIAL QUALIFICATIONS. 5.6.1. Prime Contractor's Prior Experience: The contractor shall have a minimum of two (2) years prior experience within five (5) years for the integrated solid waste management service. 5.6.2. Required License. The contractor shall obtain and maintain all required licenses by the Kunsan City, ROK Government throughout the contract period. (a)Collection and Transportation Permit for business-place domestic wastes sealed (, ( xxx-xx),. A subcontractor's license may NOT be substituted for the prime's license. A subcontractor's license may NOT be substituted for the prime's license. (b) (c)A Copy of contract for 'the business-place domestic waste' in between the contractor and landfill operation agent. ( ). A subcontractor's license may NOT be substituted for the prime's license. A subcontractor's license may NOT be substituted for the prime's license. (d)Business permit/license for 'recyclables' in order to support base recycling work (about transporting recyclables off-base) ( ). A sub-contractor's license may be substituted for the prime's license, but binding sub-contractor agreement should be submitted. (e)Business permits/licenses for disposal facilities based on the type of wastes to confirm the capability of the contractor's disposal. ( ( :,,,, )). A sub-contractor's license may be substituted for the prime's license, but binding sub-contractor's agreement shall be submitted. 5.6.3. Personnel/Key Personnel. 5.6.3.1. Definition: quote mark Key Personnel quote mark mean employees of the Contractor, or any subcontractor(s), affiliates, joint venture partners, or team members, and consultants engaged by any of those entities that are considered to be essential to the work being performed under this contract. Key Personnel are as follows: 5.6.3.2. Before removing, replacing, or diverting any of the listed or specified key personnel, the Contractor shall: (1) Written notification to the Administrative Contracting Officer (ACO) reasonably in advance (14 calendar days is considered reasonable); (2) Submit justification (including proposed substitutions with resumes of equal qualifications stated in this section 1.7.3) in sufficient detail to permit evaluation of the impact on this contract; and (3) Obtain the Contracting Officer's written approval. Notwithstanding the foregoing, if the Contractor deems immediate removal or suspension of any member of its management team is necessary to fulfill its obligation to maintain satisfactory standards of employee competency, conduct, and integrity under the clause at 48 CFR 970.5203-3, Contractor's Organization, the Contractor may remove or suspend such person at once, although the Contractor shall notify the Contracting Officer prior to or concurrently with such action. 5.6.3.3. The list of key personnel may, with the consent of the contracting parties, be amended from time to time during the course of the contract to add or delete personnel so long as the aforementioned items are addressed. 5.6.3.3.1 Contract Manager (CM). The contract manager (CM) shall be responsible for supervising the overall performance of the work. The CM shall be given a full authority to make on-site decisions on behalf of the contractor on all contract matters. The CM shall have minimum two (2) years of experience as a CM within the last five (5) years in the same services related to trash/waste management service. 5.6.3.3.2. The CM shall be available during normal duty hours within one (1) hour to meet on the installation with government personnel designated by the KO or the COR to discuss problem areas. After normal duty hours, the CM shall be available within two (2) hours. 5.6.3.4. The contractor shall provide skilled and qualified personnel in picking up, segregating and disposing of trash and garbage as required under this contract. The contractor personnel shall be easily recognized by wearing appropriate badges that contain the company name and employee's name. Such badges shall be furnished and controlled by the contractor through the COR's approval. All of the contractor's employees shall wear approved identification badges at all times during the performance of work under this contract. 5.7. Conservation of Utilities. The contractor shall instruct all employees in utility conservation practices. The contractor shall be responsible for operating under conditions, which preclude the waste of utilities. 5.8. Environmental Controls. The contractor is responsible for complying with all existing federal, state, and local environmental laws and regulations, including the Environmental Governing Standards in USFK REG 201-1. The contractor is also responsible for obtaining appropriate environmental permits required for contract performance. Copies of USFK REG 201-1 and can be obtained from www.usfk.mil. The contractor shall ensure that all articles such as vehicle tools, Nuclear Biological Chemical (NBC) parts, Organizational Clothing and Individual Equipment (OCIE), ammunitions, office equipment, non-expendable items, and Government property found by the contractor and its employees during in performance of work are immediately turned over to the COR for disposition. This includes personal articles such as wallets, rings, watch, small electric appliances, and those with and without monetary value. 5.9. Safety and Health Requirements. The contractor or his personnel are prohibited at all times from cooking and living at the sorting area. 5.9.1. The contractor shall exercise safety precautions as necessary to prevent and eliminate safety hazard to personnel, material and equipment. The contractor shall take all safety measures as specified in EM-385-1-1, Safety-Safety and Health Requirements. 5.9.2. The contractor and its employees shall notify the COR when hazardous waste or spills occur. 5.9.3. The Government assumes no liability for damage to the property of the contractor or for personal injuries, disabilities, or death to the contractor or the contractor's employees or to any other person. 5.9.4. All contractor equipment shall be equipped with proper safety and noise-limiting devices and shall be in a safe operating condition at all times. All equipment shall be subject to safety inspections at any time by the COR. Any defective equipment shall be either repaired or removed from the installation as directed by the COR or the KO. 5.10. MULTI-FUNCTIONAL TEAM. The Senior Leadership may require a multi-functional team be established between the government and the contractor to ensure joint cooperation and a sound customer focus of all parties involved in the execution of this contract. 6. APPENDICES. A. Estimated Workload Data B. Collection Area and Frequencies C. Base Map 7. CONTRACTOR MANAGEMENT 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/7feecd3806009db003369214252d219b)
- Place of Performance
- Address: 411th CSB (PARC Korea) Unit #15289, APO AP
- Zip Code: 96205-5289
- Zip Code: 96205-5289
- Record
- SN03700091-W 20150417/150415234453-7feecd3806009db003369214252d219b (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 |