Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2015 FBO #5045
AWARD

B -- W912PP-15-C-0021; Conservation Activities at Yuma Proving Ground, Yuma and La Paz Counties, Arizona

Notice Date
9/14/2015
 
Notice Type
Award Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
USACE District, Albuquerque, CESPA-CT, 4101 Jefferson Plaza NE, Albuquerque, NM 87109-3435
 
ZIP Code
87109-3435
 
Solicitation Number
W912PP-15-R-0047
 
Archive Date
10/14/2015
 
Point of Contact
Diana Mae Keeran, 505-342-3263
 
E-Mail Address
USACE District, Albuquerque
(diana.m.keeran@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912PP-15-C-0021
 
Award Date
9/14/2015
 
Awardee
ESPINOZA CULTURAL SERVICES, LLC (962444498) <br> 401 MAIN ST <br> LA JARA, CO 81140
 
Award Amount
$470,000.00
 
Line Number
0001-0004
 
Description
This contract action was accomplished using other than competitive procedures because a statute exists that expressly authorizes or requires that the acquisition be made from a specific source or through another agency (FAR 6.302-5); specifically, Sole source awards under the 8(a) Program. Per FAR 6.302-5 a J&A is not required for this award. PERFORMANCE WORK STATEMENT Conservation Activities at Yuma Proving Ground, Yuma and La Paz Counties, Arizona PART 1 GENERAL INFORMATION 1.0General: This is a non-personal services contract to perform conservation activities. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the primary contractor who, in turn is responsible to the Government. The definition for quote mark Government quote mark as used in this document includes US Army Corps of Engineers (USACE) personnel, US Army Garrison Yuma Proving Ground (YPG), and other US Army personnel. 1.1Description of Services: The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform non-personal conservation services as defined in this Performance Work Statement (PWS); except for those items specified as Government furnished property and services. The contractor shall perform to the standards in this contract. 1.2Background: YPG consists of desert terrain located in the southwestern La Paz County and western Yuma County. YPG is located approximately 30 miles northeast of the city of Yuma. YPG is used for Department of Defense (DoD) testing. YPG encompasses 836,992 acres in the northwestern Sonoran Desert. 1.3Objectives: The contractor shall locate, identify, and evaluate archeological sites and provide a report detailing the findings in accordance with Secretary of the Interior's Standards and Guidelines (48 FR 44716, as amended and annotated) http://www.nps.gov/history/local-law/arch_stnds_0.htm. 1.4Scope: The contractor shall survey and evaluate selected test ranges and other areas of the greater installation and provide recommendations regarding the eligibility of recorded archeological sites for listing, individually or as potential contributors to a historic district, on the National Register of Historic Places (NRHP). The USACE Project Manager (PM) and the YPG Cultural Resource Manager (CRM) will communicate which specific areas and test ranges shall be surveyed and evaluated during the Kick Off Meeting. Maps, shape files, and other data will be provided during the Kick Off Meeting. The contractor shall provide the planned effort for surveying and evaluating up to 12,000 acres. 1.5Period of Performance: The Period of Performance (POP) shall be for 18 months duration following contract award. 1.6General Information: 1.6.1Place of Performance: The work to be performed under this contract will be performed at Yuma Proving Ground and at the Contractor's facilities. 1.6.2Type of Contract: A Firm Fixed Price, Performance Based Contract will be issued to a small business 8(a) Contractor. 1.6.3Hours of Operation: The contractor is responsible for conducting business at reasonable hours during the week; a week being Monday thru Sunday. Except for Federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Due to scheduling of various test ranges throughout the week, the contractor understands that they may need to conduct fieldwork at unusual hours and on weekends. The contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the contractor shall keep in mind that the stability and continuity of the workforce are essential. 1.6.4Recognized Holidays: The following holidays are recognized as Federal holidays and Government offices will likely not be open. The contractor may conduct fieldwork tasks on any of the following Federal Holidays in order to maintain schedule progress. New Year's DayLabor Day Martin Luther King Jr.'s BirthdayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day 1.6.5Quality 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 QCP is the means by which the contractor assures themselves that their work complies with the requirements of the contract. The contractor shall deliver the QCP within 45 days after contract award. The Government will provide comments within 30 days. Government acceptance of the QCP is required prior to the contractor beginning fieldwork. 1.6.6Quality Assurance: The Government shall evaluate the contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the PWS standards. It defines how the performance standards will be applied, the frequency of surveillance, and the minimum satisfactory performance thresholds. 1.6.7Security Requirements: 1.6.7.1 Personnel Security: Contractor personnel performing work under this contract must be United States citizens; however, a DoD security clearance is not required. Contractor personnel performing work under this contract will require unescorted entry onto DoD property; thus, all contractor personnel requiring access to YPG must submit a letter on company letterhead, endorsed by a managing member, two weeks in advance of the first day that access is scheduled. The letter shall contain the legal names, birth dates, and social security numbers of those who require access. Contractor access to YPG shall be coordinated through the Environmental Sciences Division. 1.6.7.2Physical and Information Security: The contractor shall be responsible for safeguarding all Government equipment, information and property provided to the contractor. When not needed, Government equipment and property shall be secured in a manner which precludes other contractor staff, not associated with this project, from using such and to reduce the likelihood of damage or theft. Government information and electronic data shall be secured in a manner which precludes other persons from viewing such. Information and electronic data created by the contractor during performance of this contract becomes Government information and data; thus, requires the same security measures. A locked cabinet, desk drawer, or other secured office space is considered a satisfactory measure. See Technical Exhibits for quote mark Protecting FOR OFFICIAL USE ONLY Information. quote mark 1.6.7.3Key Control: The contractor shall establish and implement methods of making sure all keys/key cards issued to the contractor by the Government are not lost or misplaced and are not used by unauthorized persons. No keys/key cards issued to the contractor by the Government shall be duplicated. The contractor shall develop procedures covering key control that shall be included in the QCP. Such procedures shall include turn-in of any issued keys by personnel who no longer require access to locked areas. The contractor shall immediately report any occurrences of lost or duplicate keys/key cards to the Contracting Officer and the YPG Security Office. 1.6.7.3.1 In the event keys, other than master keys, are lost or duplicated, the contractor shall, upon direction of the Contracting Officer, re-key or replace the affected lock or locks; however, the Government, at its option, may replace the affected lock or locks or perform re-keying. When the replacement of locks or re-keying is performed by the Government, the total cost of re-keying or the replacement of the lock or locks shall be deducted from the next payment due to the contractor. In the event a master key is lost or duplicated, all locks and keys for that system shall be replaced by the Government and the total cost deducted from the next payment due to the contractor. 1.6.7.3.2The contractor shall prohibit the use of Government issued keys/key cards by any persons other than the contractor's employees identified on the access request letter. The contractor shall prohibit the opening of locked areas by contractor employees to permit entrance of persons other than contractor employees engaged in the performance of assigned work in those areas, or personnel authorized entrance by the Contracting Officer. 1.6.7.4Lock Combinations: The contractor shall establish and implement methods of ensuring that all lock combinations are not revealed to unauthorized persons. The contractor shall ensure that lock combinations are changed when personnel having access to the combinations no longer have a need-to-know with this contract and the PWS. Combinations to Government locks will not be changed by contractor employees. The contractor will notify the Contracting Officer when there is a change in project staff, company, or subcontractors requesting that Government lock combinations be changed. These procedures shall be included in the contractor's QCP. 1.6.7.5Cameras, Digital Media Recording, and Electronic Storage: The contractor must gain prior approval for the use of all cameras and other digital media recording equipment on YPG. The contractor must submit a letter on company letterhead, endorsed by a managing member, three weeks in advance of the first day that a camera is required for fieldwork. Personnel authorized to take photographs or videos of the work area, or on-going operations shall have quote mark UCL PHOTO quote mark printed on the bottom of their range badge (see paragraph 1.6.8.1). Pictures and Digital Recordings must be reviewed by YPG Security Staff prior to the equipment or removable storage media leaves the installation. 1.6.7.5.1Arrangements can be made to temporarily store such equipment overnight at the installation. The contractor shall contact the Environmental Sciences Division for overnight storage assistance. 1.6.7.5.2Pictures, Digital Recordings, and other Electronic Data residing on contractor computers and servers must be protected as Government Information. Appropriate access and safeguard measures are necessary to ensure integrity and the exclusivity of this information within the contractor's facilities. 1.6.7.5.3Use of a cellular phone or a smart phone for taking pictures and recording video is strictly prohibited. Regardless if the cellular phone is business or person use equipment; may be held by the Government until such time YPG Security Staff has reviewed the digital media. 1.6.7.6Antiterrorism and Operations Security: The following acquisition requirements are required by USACE OPORD 2013-74, quote mark Integrating Antiterrorism (AT) and Operations Security (OPSEC). 1.6.7.6.1AT Level I Training. All contractor employees, to include subcontractor employees, requiring access to Army Installations, facilities, controlled access areas, or require network access, shall complete AT Level I Awareness Training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. Upon request, the contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at the following website: https://atlevel1.dtic.mil/at; or it can be provided by the Requiring Activity (AT) Antiterrorism Officer (ATO) in presentation form which will be documented via memorandum. 1.6.7.6.2 Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated subcontractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.6.7.6.2.1For Contractors Requiring Common Access Card (CAC). [Not Applicable to this contract] 1.6.7.6.2.2For Contractors that do not Require CAC, but Require Access to a DoD Facility or Installation. Contractor and all associated subcontractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 1.6.7.6.3AT Awareness Training for Contractor Personnel Traveling Overseas. [Not applicable to this contract] 1.6.7.6.4Suspicious Activity Reporting Training (e.g. iWATCH, CorpsWatch, or See Something, Say Something). The contractor and all associated sub-contractors shall receive a brief/training (provided by the RA) on the local suspicious activity reporting program. This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the project manager, security representative or law enforcement entity. This training shall be completed within 30 calendar days of contract award and within 30 calendar days of new employees commencing performance with the results reported to the COR NLT 5 calendar days after the completion of the training. 1.6.7.6.5Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems. [Not applicable to this contract] 1.6.7.6.6For Contracts that Require a Formal OPSEC Program. [Not Required for this contract] 1.6.7.6.7For Contracts that Require OPSEC Training. All new contractor employees will complete Level I OPSEC Training within 30 calendar days of their reporting for duty. Additionally, all contractor employees must complete annual OPSEC awareness training. The contractor shall submit certificates of completion for each affected contractor and subcontractor employee, to the COR or to the contracting officer (if a COR is not assigned), within 5 calendar days after completion of training. OPSEC awareness training is available at the following websites: https://www.iad.gov/ioss/ or http://www.cdse.edu/catalog/operations-security.html; or it can be provided by the RA OPSEC Officer in presentation form which will be documented via memorandum. Training slides (YPG2014SECAwareTrng.pptx) will be provided by the COR. 1.6.7.6.8 For Information Assurance (IA)/Information Technology (IT) Training. [Not required for this contract] 1.6.7.6.9For Information Assurance (IA)/Information Technology (IT) Certification. [Not applicable to this contract] 1.6.7.6.10For Contractors Authorized to Accompany the Force. [Not applicable to this contract] 1.6.7.6.11For Contract Requiring Performance or Delivery in a Foreign Country. [Not applicable to this contract] 1.6.7.6.12For Contracts That Require Handling or Access to Classified Information. [Not applicable to this contract] 1.6.7.6.13Threat Awareness Reporting Program (TARP) - For all Contractors with Security Clearances. [Not applicable to this contract] 1.6.7.6.14For Contracts that Require Delivery of Food and Water. [Not applicable to this contract] 1.6.8 Range Control: YPG has a central office that oversees, manages, schedules, and coordinates access on to various test ranges and other restricted areas on the greater Garrison property. Cibola Range Control shall be contacted via radio prior to entering or passing through test ranges and restricted areas. Contractors shall be issued a radio and continuously monitor and be alert to take actions directed by Range Control personnel. Contractors shall notify Range Control when leaving a test range or other area, and at the end of each work day, notify Range Control that they have quote mark secured for the day quote mark. See Section 3.4 Equipment. 1.6.8.1 Range Safety Briefings and Training: Contractor personnel are required to participate in training and briefings identified by Range Control personnel and the Environmental Sciences Division. Contractor attendances to these events are coordinated through the Environmental Sciences Division. On completion of required training, contractor personnel shall be issued an individual range badge. It is the contractor's responsibility to wear and account for badges. 1.6.8.2 Unplanned Discovery of Unexploded Ordnance (UXO): Should contractor employees discover UXO, or discovers an item they suspect could be UXO, on roads to and from the job site, shall immediately stop in the general area and notify Range Control. The contractor shall also notify the Environmental Sciences Division and the YPG Ammunition Recovery Branch in an expeditious manner. EOD services on YPG are provided by the Ammunition Recovery Branch. The contractor's work plan shall identify procedures, points of contact, telephone numbers, and after-hours contacts. 1.6.9Post Award Conference/Periodic Progress Meetings: The contractor agrees to attend any post award conference convened by the Contracting Officer in accordance with Federal Acquisition Regulation Subpart 42.5. The Contracting Officer, COR, and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the Contracting officer will apprise the contractor of how the Government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. 1.6.10Contracting Officer's Representative (COR): The COR will be identified to the contractor by separate letter from the Contracting Officer. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure that the contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the contractor concerning technical aspects of the contract; issue written interpretations of technical requirements, including Government drawings, designs, specifications; monitor contractor's performance and notifies both the Contracting Officer and contractor of any deficiencies; coordinate availability of Government furnished property; and assist with site entry of contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting contract. 1.6.11Contractor Key Personnel and Professional Standards: The follow personnel are considered key personnel by the Government: Project Manager, Archeologist, Technical Editor, and UXO Technician III. The contractor shall provide a Project Manager who shall be responsible for the performance of the work. The name of this person and an alternate who shall act for the contractor when the manager is absent shall be designated in writing to the Contracting Officer. The Project Manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The Project Manager or alternate shall be available during regular business hours for the Arizona time zone, i.e. 8:00 am to 4:00 pm, Monday thru Friday except Federal holidays or when the Government facility is closed for administrative reasons. Qualifications for all key personnel are: 1.6.12Identification of Contractor Employees: All contract personnel attending meetings and working in other situations where their contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. They must also ensure that all documents or reports produced by contractors are suitably marked as contractor products or that contractor participation is appropriately disclosed. 1.6.13Contractor Travel: Contractor will be required to travel to YPG during the performance of this contract to attend meetings, conferences, training, and for fieldwork performance. Contractor will be authorized travel expenses consistent with the substantive provisions of the Joint Travel Regulation (JTR) and the limitation of funds specified in this contract. All travel requires Government approval/authorization and notification to the COR. Contractor will be required to disclose travel costs separately on invoices to the Government. 1.6.14Other Direct Costs: This category includes travel (outlined in 1.6.13), reproduction, and shipping expenses associated with fieldwork and training events. It could also entail the renting of vehicles, materials, supplies, or equipment. The contractor will be required to disclose other direct costs separately on invoices to the Government. 1.6.15Data Rights: The Government has unlimited rights to all documents/material produced under this contract. All documents and materials, to include the source codes of any software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. The contractor shall not affix company legends or logos on Government owned documents nor shall they stamp these documents quote mark proprietary. quote mark These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All documents, reports, field notes, digital media, photographs, sketches, drawings, GPS/GIS data, collected artifacts and materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. The contractor is not allowed to disclose, publish or present any findings, orally or written, without expressed written consent from the Government. 1.6.16Organizational Conflict of Interest: Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.) or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in Federal Acquisition Regulation (FAR) Subpart 9.5. The contractor shall notify the Contracting Officer immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the Contracting Officer to avoid or mitigate any such OCI. The contractor's mitigation plan will be determined to be acceptable solely at the discretion of the Contracting Officer and in the event the Contracting Officer unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the Contracting Officer may affect other remedies as he or she deems necessary, including prohibiting the contractor from participation in subsequent contracted requirements which may be affected by the OCI. 1.6.17Phase In/Phase Out Period: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the contractor shall schedule project personnel appropriately based on the project activity schedule. The Government does not anticipate the need for a Phase In or Phase Out period. 1.6.18Safety and Health Requirements: The contractor will be required to comply with all pertinent provisions of the latest version of the USACE Safety and Health Requirements Manual, EM 385-1-1, in effect on the date of the contract award. Additionally, the contractor will be required to comply with all pertinent provisions of the latest version of USACE Explosives Safety and Health Requirements Manual, EM 385-1-97. The Contractor must also comply with all applicable Occupational Safety and Health Administration (OSHA) standards. It is the Contractor's responsibility to maintain familiarity with these manuals and standards. See Part 4, paragraph 4.5. 1.6.19Zero Accident Program: The Albuquerque District, in its continual pursuit of excellence in safety has established a goal of zero contractor injuries. To attain this goal it will be necessary for the contractor management personnel to communicate to the workers an expectation of zero injuries; that it is no longer acceptable to take chances; that shortcuts taken because of laziness or even while trying to do an efficient job are no longer welcomed; that praise for shortcuts or chance-taking will not exist. It is imperative that contractor management clearly sets forth the expectation for zero injuries so that the workers can begin to believe that the company is truly serious about safety. From the standpoint of worker psychology, zero is the only supportable goal. In attaining zero-injury performance, there is no substitute for the concept of setting and communicating safety performance expectations to the workers. PART 2 DEFINITIONS & ACRONYMS 2.0Definitions and Acronyms: 2.1Definitions: 2.1.1Contractor: A supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. 2.1.2Contracting Officer (KO): A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. 2.1.3Contracting Officer's Representative (COR): An employee of the U.S. Government appointed by the Contracting Officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 2.1.4Defective Service: A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.6Physical Security: Actions that prevent the loss or damage of Government property. 2.1.7Quality Assurance (QA): The Government procedures to verify that services being performed by the contractor are performed according to acceptable standards. 2.1.8Quality Assurance Surveillance Plan (QASP): An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance. 2.1.9Quality Control (QC): All necessary measures taken by the contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.10Subcontractor: One that enters into a contract with a prime contractor. The Government does not have privities of contract with the subcontractor. 2.1.11Work Day: The number of hours per day the contractor provides services in accordance with the contract. 2.1.12Work Week: Monday through Sunday, unless specified otherwise. 2.1.13Unexploded Ordnance: Are explosive weapons (bombs, bullets, shells, grenades, land mines, naval mines, etc.) that did not explode when they were employed and still pose a risk of detonation, potentially many decades after they were used or discarded. UXO is de ned in 10 USC 101(e)(5), is one of three categories of military munitions that may pose unique explosives safety risks that fall under the broader term quote mark Munitions and Explosives of Concern quote mark (MEC). The other two categories of MEC are Discarded Military Munitions (DMM), as de ned in 10 USC 2710(e)(2) and Munitions Constituents or MC (e.g., TNT, RDX), as de ned in 10 USC 2710(e)(3), that is present in high enough concentrations to pose an explosive hazard. 2.2Acronyms: AAPPAbbreviated Accident Prevention Plan ACORAlternate Contracting Officer's Representative AFARSArmy Federal Acquisition Regulation Supplement ARArmy Regulation ASMArizona State Museum ATAntiterrorism CCEContracting Center of Excellence CFRCode of Federal Regulations CONUSContinental United States (excludes Alaska and Hawaii) CORContracting Officer Representative COTSCommercial-Off-the-Shelf CRMCultural Resource Manager DADepartment of the Army DD250 Department of Defense Form 250 (Receiving Report) DD254Department of Defense Contract Security Requirement List DDESBDepartment of Defense Explosives Safety Board DFARSDefense Federal Acquisition Regulation Supplement DMDCDefense Manpower Data Center DoDDepartment of Defense EMEngineer Manual (USACE) FARFederal Acquisition Regulation FPCONForce Protection Condition GISGeospatial Information System GPSGlobal Positioning System HIPAAHealth Insurance Portability and Accountability Act of 1996 HQDAHeadquarters, Department of the Army ICRMPIntegrated Cultural Resources Management Plan ID/IQIndefinite Delivery / Indefinite Quantity JTRJoint Travel Regulation KOContracting Officer OCIOrganizational Conflict of Interest OCONUSOutside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs OPSECOperations Security OSHAOccupational Safety and Health Administration PIPOPhase In/Phase Out PMProject Manager POCPoint of Contact POPPeriod of Performance PRSPerformance Requirements Summary PWSPerformance Work Statement QAQuality Assurance QAPQuality Assurance Program QASPQuality Assurance Surveillance Plan QCQuality Control QCPQuality Control Program RARequiring Activity SOPStandard Operating Procedures USACEU.S. Army Corps of Engineers UXOUnexploded Ordnance YPGYuma Proving Ground PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3.0Government Furnished Items and Services: 3.1Services: The Government will provide training for safe ground operations and the use of two-way radios issued by YPG Range Control. The training can be arranged through the Environmental Sciences Division. 3.2Facilities: The Government will provide temporary workspace for the contractor to store Cameras and other Digital Recording Equipment. Temporary workspace can be arranged through the Environmental Sciences Division. Various establishments exist on YPG that the contractor can use; however, not all facilities are available. 3.3Utilities: The Government will provide electricity in the form of workspace 120-volt outlets for the purpose of recharging batteries for field equipment. The contractor shall instruct employees in utilities conservation practices. The contractor shall be responsible for operating under conditions that preclude the waste of utilities, which include turning off the water faucets or valves after using the required amount to accomplish cleaning vehicles and equipment. 3.4Equipment: The Government will provide a two-way radio and battery charger. 3.5Materials: The Government will provide maps, Shape Files and any applicable YPG policies and/or Standard Operating Procedures (SOP). The Government will provide specific information for areas to be surveyed. 3.6 UXO Escort and Avoidance Personnel: The Government will provide UXO-qualified personnel for survey areas that have or the potential to have surface and subsurface UXO. PART 4 CONTRACTOR FURNISHED ITEMS, SERVICES, AND RESPONSIBILITIES 4.0Contractor Furnished Items and Responsibilities: 4.1General: The contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under Section 3 of this PWS. 4.2United States Citizenship: The contractor shall only employ persons who are United States Citizens for working on this contract/project. The contractor's employees, subcontractors, and other persons performing work in support of this contract must be United States Citizens. This includes Computers and Servers storing Government Information related to this project. 4.3Materials: The contractor shall be responsible to furnish any materials and supplies [consumables] necessary to meet the requirements in this contract. 4.4Equipment: The contractor shall be responsible to furnish equipment and vehicles necessary to meet the requirements in this contract. 4.5Government Safety Requirements: The contractor shall submit their written Accident Prevention Plan (APP) to the Government, 2 electronic copies, for evaluation and acceptance. The contractor must prepare a site-specific addendum to their APP plan with the required content in accordance with USACE EM 385-1-1 and EM 385-1-97, using the most current editions, and submit it to the Government for evaluation and acceptance. 4.6Contractor 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 https://Contractormanpower.army.pentagon.mil. The required information includes: 4.6.1Contracting Office, Contracting Officer, and the Contracting Officer's Representative (COR); 4.6.2 Contract number, including task and delivery order number; 4.6.3 Beginning and ending dates covered by reporting period; 4.6.4 Contractor's name, address, phone number, email address, identity of contractor employee entering data; 4.6.5 Estimated direct labor hours (including subcontractors); 4.6.6 Estimated direct labor dollars paid this reporting period (including subcontractors); 4.6.7 Total payments (including subcontractors); 4.6.8 Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); 4.6.9 Estimated data collection cost; 4.6.10 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); 4.6.11Locations where contractor and subcontractors 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); 4.6.12Presence of deployment or contingency contract language; and 4.6.13Number of contractor and subcontractor 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. 4.7Public Disclosure: The contractor shall make no public or private announcements or disclosures relative to information used or generated in the performance of this contract except as authorized by USACE and YPG. All professional papers and/or presentations the contractor desires to make public shall be reviewed by YPG Environmental Sciences Division. Additionally, at the discretion of the Government professional papers and/or presentations may be reviewed by YPG Public Affairs, Intelligence and Security personnel. The contractor will allow 30 days before any commitments to present or publish are made by the contractor and/or his/her employees. Copyright shall not be claimed by the contractor for any material produced under this contract. All material shall be in the public domain except for the Confidential Data Compendium. The contractor shall not incorporate any reports produced under this contract into any publication series, thereby implying copyright. 4.8Disposition of Materials: All materials generated under this project are the property of the United States; the DoD and further on to the Army. All materials, including field notes, photographs (to include negatives, prints, slides, and electronic files), GPS/GIS data, collected artifacts, etc. shall be turned over to USACE no later than the submission of the final report. The contractor shall not disseminate any data collected or generated under this contract without the express consent of the Government. 4.9Extra Services: The contractor is advised not to perform any services under this contract requested by any person, orally or in writing, which he or she considers to be a change in the work or services required by this contract necessitating an adjustment in the contract price. Only the Contracting Officer can make/direct such a change through a fully executed contract modification. PART 5 SPECIFIC TASKS 5.0Specific Tasks: 5.1Basic Services: The contractor shall provide services for work to be accomplished according to the Secretary of the Interior's quote mark Standards and Guidelines quote mark, and the Arizona State Historic Preservation Office quote mark guidelines quote mark. Site recording and documentation shall adhere to standards found in the Arizona State Museum quote mark Archeological Site Recording Manual quote mark. Survey and documentation shall adhere to the quote mark Yuma Proving Ground Archaeological Survey and Report Standards. quote mark All project data shall be entered into the AZSITE database system. 5.2Research: Prior to the beginning of field work, an archeological records search shall be conducted to include but not limited to: AZSITE, the National Register of Historic Places, and YPG cultural resource files and databases. 5.3Fieldwork: The contractor's field supervisor or lead archeologist must make contact with the YPG Cultural Resources Manager (CRM) and/or the YPG Archeologist two weeks prior to beginning any fieldwork. 5.3.1Survey transect intervals between crew members shall range from 15 to 20 meters depending upon surface visibility. The preferred maximum transect interval of 15 meters shall be used as much as practicable. Crew members will not exceed 20 meters without prior approval from the COR. The COR shall consult with the YPG Environmental Sciences Division Archaeologists to make a determination and finding. 5.3.2Standard site mapping, photography, global positioning system (GPS) recording of sites, structures, features, artifacts and isolated occurrences, including trails is required. Trails will be surveyed using a quote mark tracking quote mark procedure recording GPS data from the beginning point to the end point of the trail within the survey area boundary. GIS data shall include spatial information for all survey areas, archaeological sites, and isolated occurrences, and, if identified, proposed historic district boundaries using the NAD83 datum. Report citations will use the NAD83 data set to meet state standards. 5.3.3The contractor shall evaluate the resources for eligibility to the National Register of Historic Places using the criteria in 36 CFR 60.4. Sites shall be evaluated individually and within the context of their function and setting, or, if appropriate, as contributors to a historic district. Contractor shall provide enough information in the report to provide a clear recommendation of quote mark eligible quote mark or quote mark not eligible quote mark ; the use of quote mark potentially eligible quote mark or similar is not acceptable. 5.3.4The contractor may perform minor NRHP testing under this SOW to evaluate the NRHP eligibility of the site; however, the contractor shall consult with the YPG CRM and/or the YPG Archeologist prior to conducting any testing. 5.3.5No artifact collection is required or allowed. Archeological sites shall be inconspicuously marked with a metal identification tag (i.e., datum marker) to include field, YPG, or Arizona State Museum (ASM) site numbers. If artifacts discovered are at risk, notify the YPG CRM and/or the YPG Archeologist for assistance. 5.4Monthly Report: One copy of a progress report shall be submitted to USACE by e-mail between the first day of each month and the 10th calendar day of each month for the duration of the contract. E-mail is the required means of delivery of the monthly report. Each monthly report shall state in bold-face type the date on which the period of assistance ends and on which the draft and final reports are due. These reports shall document the progress of the work by percentage completion of each individual, numbered performance tasks identified within this section and further broken down by types of labor, materials, and products and any actual or anticipated problems or delays. It shall not be sufficient to simply mention in one or two sentences that work is progressing on the project. 5.5Deliverables: See Technical Exhibits #2 and #3, and the QASP. 5.6 Invoicing and Payments: An electronic copy of the most recent monthly report shall also accompany all invoices. The contractor shall present a milestone payment plan at the kickoff meeting for Government review. The Contractor's invoice shall incorporate USACE Engineering (ENG) Form 93. 5.7Optional Services: Exercise of options is at the Contracting Officer's discretion. If the Government elects to exercise these options, it will provide the contractor 30 days advance notice of its intent to exercise the options. The contractor shall not perform these optional services until the Contracting Officer has fully executed a contract modification for exercising the option and issued a notice to proceed. 5.8TASK #1: Kick Off Meeting 5.8.1The Contractor shall attend a kickoff meeting to discuss the project objectives, technical approach and data inputs, and shall attend teleconferences with assigned project personnel and applicable stakeholders to discuss strategy and progress, or as required by the Contracting Officer's Representative (COR) in coordination with YPG CRM. 5.8.2The purpose of the meetings include, but are not limited to, contract discussions, progress reviews, planning, project status, and the general exchange of information concerning selected areas and test ranges for evaluation and surveying. The Contractor shall participate in, and facilitate as necessary, teleconferences as required during the period of performance. Contractor shall prepare and submit meeting minutes within seven working days of each teleconference/meeting via email attachment. 5.8.3 The Contractor shall prepare a Project Management Plan (PMP) and a Technical Management Plan (TMP). These two plans may be combined into one document at the discretion of the Contractor. 5.8.4The Contractor shall prepare an Activity-based Schedule. This schedule is a quote mark living quote mark schedule and may be updated. Schedule changes shall be documented on the Monthly Status Report. 5.9TASK #2: Work Plans 5.9.1The Work Plans shall be written using Microsoft Word for Draft and Draft-final versions. The Archaeological Survey Work Plan shall include an Introduction, Goals, Objectives, identify key personnel and their roles and responsibilities, and survey methodologies to be used. The final version shall be submitted using Adobe PDF. USACE shall review the Work Plan and seek YPG CRM approval. The Work Plan shall be prepared in draft, draft-final, and final versions with responses to Government comments in between each version. The contractor shall include responses to comments as an attachment or appendix. 5.9.2 The Contractor shall prepare a Site-specific Accident Prevention Plan (APP) with a Site-specific Safety and Health Plan (SSHP) in accordance with USACE EM 385-1-1, EM 385-1-97, and 29 CFR 1910.120. Contractor cannot use an Abbreviated Accident Prevention Plan (AAPP) for this work. 5.9.3 The Contractor shall prepare a UXO Escort and Avoidance plan as an addendum to their corporate health and safety plan or as an appendix to a prepared stand-alone, site-specific safety and health plan instead. 5.9.4 The Contractor shall submit their Draft Quality Control Plan (QCP) within 45 days of contract award. See paragraph 1.6.5. 5.10 TASK #3: Fieldwork 5.10.1The contractor shall survey and evaluate selected test ranges and other areas of the greater installation and provide recommendations regarding the eligibility of recorded archeological sites for listing, individually or as potential contributors to a historic district, on the National Register of Historic Places (NRHP) in accordance with the contractor's accepted Work Plans. 5.11TASK #4: Final Report 5.11.1The contractor shall provide a report detailing the findings in accordance with Secretary of the Interior's Standards and Guidelines (48 FR 44716, as amended and annotated) http://www.nps.gov/history/local-law/arch_stnds_0.htm. 5.11.2The contractor shall plan for creating two separate reports under this contract. Thus, a smaller portion of the total contract effort may require early reporting in order for the Customer to achieve critical mission requirements. Early reporting assumption is 50% of the contract effort for this task.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA47/Awards/W912PP-15-C-0021.html)
 
Record
SN03884545-W 20150916/150914235419-4e8b8ff313061a3fda22857764ad9e4f (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.