Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

J -- Contingency Dorms and Life Support Area (LSA) Maintenance Services

Notice Date
9/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 411TH CSB - RCC YONGSAN (PARC Korea), UNIT 15289, APO AP, 96205-0062, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W91QVN15ROO63
 
Archive Date
10/15/2015
 
Point of Contact
Chin Ok Han, Phone: 82279146560
 
E-Mail Address
chinok.han.ln@mail.mil
(chinok.han.ln@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement (PWS) for Preventive Maintenance (PM), Repair services of Contingency Dorm and Life Support Area (LSA) and Set-Up and Teardown of Tent City, Osan Air Base Part 1 General Information 1. GENERAL: This is a non-personnel services contract to provide Preventive Maintenance (PM), Repair services of Contingency Dorm and Life Support Area (LSA) and Set-Up and Teardown of Tent City in support of excises at Osan Air Base. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. 1.1. Description of Services/Introduction: The Contractor shall provide all personnel, equipment, supplies, and other items and services necessary except Government Furnished Property and Service to preventive maintenance (PM), repair services of Contingency Dorms and Life Support Area (LSA) and Set-Up and Teardown of Tent City at Osan AB ROK. The Contractor shall maintain Contingency dorms and LSA in accordance with this Performance Work Statement to maintain structural integrity, safe, sanitary, economical, operational, and non-deteriorated conditions of entire buildings. 1.2. Background: Osan Air Base has a need to maintain facilities for the readiness of US Military and ROK Force. More than 50,000 personnel will be required to utilize the contingency infrastructure on a yearly basis. 1.3. Objectives: To obtain the contractor's services to accomplish all work necessary to maintain and repair Contingency dorms and Life Support Area (LSA) facilities and equipment at Osan AB ROK. 1.4. Scope: The Contractor shall provide all necessary skilled personnel, supervision, master mechanic tools sets (general hand tools), personnel safety equipment (safety glasses, shoes, coveralls, and gloves), materials, transportation, and other items and services necessary to perform Preventative Maintenance, Services Calls, Set-Up and Teardown of Tent City and procure parts to maintain Contingency dorms and Life Support Area (LSA) facilities and equipment at Osan AB ROK at operational condition or to restore them to the operational condition. Services include inspection, testing, cleaning, lubrication, adjusting, alignment, repair, operational check-out, and other services in accordance with manufacturer's maintenance manuals. The Contractor shall coordinate PM services with the equipment users in order to perform the service at a time beneficial to both parties. In the event PM cannot be accomplished on any equipment designated to receive this service, the Contractor shall immediately notify the Contracting Officer's Representative (COR) of the reason for noncompliance. PM services shall be fully documented on the maintenance service. 1.5. Period of Performance: The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years. The Period of Performance reads as follows: Base Year 01 Jan 2016 through 31 Dec 2016. Option Year I 01 Jan 2017 through 31 Dec 2017. Option Year II 01 Jan 2018 through 31 Dec 2018. Option Year III 01 Jan 2019 through 31 Dec 2019. Option Year IV 01 Jan 2020 through 31 Dec 2020. 1.6. General Information 1.6.1. Quality Control. The contractor is responsible for quality control of its performance under this contract. (FAR 52.246-1) The contractor shall establish a complete Quality Control Plan (QCP) that identifies potential and actual problem areas in providing requirements of the contract as specified and describes corrective action that will be taken throughout the life of the contract. The contractor shall develop and maintain an effective Quality Control Plan (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 Contractor shall submit the QCP with the Contractor's proposal and shall be updated thereafter to maintain an effective and efficient quality control plan. The Government will make final review and acceptance of the QCP and any subsequent changes within 10 days after the contract award. The quality control plan shall cover all requirements detailed in this contract but should pay particular attention to the requirements identified in the performance requirements summary. The quality control plan shall include at a minimum: 1.6.1.1. A description of the inspection system to cover all services. Description shall include specifies as to the areas to be inspected on a scheduled and unscheduled basis, frequently of inspections, and the title and organizational placement of the inspector(s). 1.6.1.2. A description of the methods used for identifying and preventing defects in the quality of service performed. 1.6.1.3. A description of how the records will be kept. Records must document all inspections and corrective or preventive actions taken. 1.6.1.4. The contractor shall keep all records of inspections and make them available to the Government throughout the contract PoP and for the period after contract completion until final settlement of any claims under this contract. 1.6.1.5. The contractor shall provide a customer feedback program to assure successful performance requirements. 1.6.2. Quality Assurance. 1.6.2.1. Random Sampling and Periodic Validation. This method requires the COR/QAP to employ a "spot check" style of evaluation based on the Contractor's schedule and a random sampling of performances per requirement. Periodic validation will be conducted on a scheduled basis and may be adjusted, based on quality trends. Any unsatisfactory inspection (defect) result shall be recorded, and the Contractor shall re-perform the service after notification by the CO or COR. Exceeding the performance threshold of these performance objectives for any two, or more consecutive or non- consecutive months during a contract period may constitute an immediate Progress Meeting with the Multi- functional Team. All remedies shall be in accordance with the FAR 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance. 1.6.2.2. Customer Complaints. The COR will receive and investigate complaints. The COR will be certify and validate customer complaints. The COR will make final determination of the validity of customer complaint(s) in cases of disagreement with the Contractor. Validated customer complaints shall be re-performed after notification by the COR. Failing to meet the performance threshold for performance objective in any one month period may result in a warning or letter of concern from the KO. Failing to meet the performance threshold for performance objective for any two, or more consecutive or non-consecutive months during a contract period may constitute an immediate Progress Meeting with the Multi-functional Team. All remedies shall be in accordance with the FAR 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance. 1.6.2.3. Periodic Progress Meetings. The KO, 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 meeting will put in writing, signed by the KO and any other signatures as deemed appropriate, distribute 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 will provide a written notification to the COR identifying areas of non-concurrence for resolution. 1.6.3. Hours of Operation. The Contractor is responsible for conducting business between Normal duties hours are 0730-1630, Monday through Friday (except during exercises). Except Korean holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. 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. All other times, including recognized holidays, the Contractor shall maintain telephone standby for emergency and urgent service calls. 1.6.4. Recognized Holidays. The Contractor is not required to provide services other than emergency service calls, on the following holidays: 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) 15 August (Liberation Day) (9) Chu-Suk (14, l5 and 16 August on the Lunar Calendar) (10) 3 October (National Foundation Day) (11) 9 October (Hangul Day) (12) 25 December (Christmas Day 1.6.5. Place of Performance: The work to be performed under this contract will be at Osan, Air Base as listed Appendix D. 1.6.6. Security Requirements. 1.6.6.1. Physical Security. The Contractor shall be responsible for safeguarding all government property provided for Contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured; lights, and water turned off, adjust heat and air conditioning appropriately, and all doors and windows secured. 1.6.6.2. Base Passes, Decal and Identification. See FAR 5152.204-4018 Identification of Contractor's Employees, FAR 5152.204-4024 Security of Employees and 5152.242-4016 Vehicles, Contractor. 1.6.6.3. Key Control. The Contractor shall establish and implement methods of ensuring that all keys issued are not lost or misplaced and are not used by unauthorized persons. The Contractor shall immediately report to the COR any occurrences of lost keys. Contractor shall not duplicate keys without COR's approval. The Contractor shall re-key or replace keys, or reimburse the government for replacement of locks or re-key as a result of Contractor losing keys in the event key other than master keys. In the event a master key is lost or duplicated, all keys and locks for that system shall be replaced or reimburse the government for replacement of locks or re-key. 1.6.6.4. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (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 shall apprise the Government of problems, if any, being experienced. Appropriate action will be taken to resolve 1.6.6.5. Contracting Officer's Representative (COR). An employee of the U.S. Government appointed by the contracting officer to administer the contract. Such appointment shall be in writing and shall state the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does NOT have authority to change the terms and conditions of the contract. 1.6.7. Special Qualifications: 1.6.7.1. Prior Experience as Prime Contractor. The Prime Contractor shall have at least three (3) years' experience within the last eight (8) years in facility maintenance for the same or similar services. 1.6.7.2. The prime contractor shall have Registration in Facility Maintenance and Management (시설물 유지관리 공사업) issued by ROK Government. The Facility Maintenance and Management registration (시설물 유지 관리 공사업) must be as Construction (건설업). The contractor must be registered with the same company name/same occupational/same executive within past 5 years. Subcontract will not be considered and accepted on this contract. 1.6.7.3. Staffing Plan. The Contractor shall submit a written staffing plan which clearly demonstrates how will perform the requirements for contingency dorms and LSA maintenance services for Osan AB and clearly identifies the labor mix and quantities, identifies the replacement strategy, backup policy, retention policy and any other information pertinent to the execution of this requirement. The Contractor shall submit the Staffing Plan with the Contractor's proposal. The plan shall include manning charts showing a proposed organizational structure to meet the requirements in the PWS. Subsequent changes to plan and charts shall be forwarded to COR no later than the 5th day of each month if there were any changes to previous month. 1.6.7.5. Personnel. Contractor personnel shall act in a professional manner (Professionalism implies the proper handling of oneself in the workplace, adhering to regulations and policies, doing the job diligently and conscientiously, fulfilling duties to the best of ability, punctuality, time management and maintaining a certain businesslike attitude and demeanor, holding oneself to the highest possible standards of character and behavior proper to the field of employment, and presenting a neat, clean appearance. Identification of all employees shall be accomplished by wearing distinctive clothing bearing the individuals name and company name. The Contractor shall provide distinctive clothing at contractor's expense. The Government reserves the right to request replacement of any Contractor employee that does not meet these professional standards. 1.6.7.5.1. Key Personnel: The follow personnel are considered key personnel by the government: Contract Manager, Plumbers, Air Conditioning Mechanics, Heating Mechanics, and Electrical Technician. Before removing, replacing, or diverting the CM (or other Key Personnel if added) per 1.18 below), the Contractor shall: (1) Submit 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 or greater qualifications stated in this section (1.18.) 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. 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. The Contractor shall continuously meet or exceed the minimum qualifications for this requirement that were established in the solicitation evaluation criteria during the entire performance of this contract. Qualifications for all key personnel are listed below: 1.6.7.5.2. Personnel Qualification: 1.6.7.5.2.1. Contract Manager (CM). The Contractor shall provide a CM who shall be responsible for the performance of the work, and have full authority to act on behalf of Contractor. The Contractor shall provide CM's cell phones for use in communicating with COR during normal and after office hours. The CM shall be able to read, write, understand, and speak English. The CM shall be available within 30 minutes during normal duty hours from Monday through Friday to meet the COR to discuss work related issues. After normal duty hours, the CM shall be available within 2 hours, 24 hours a day, and seven days a week. The CM shall have a minimum of three (3) years of experience as a CM or project manager within the last five (5) years in facility maintenance or construction. 1.6.7.5.2.2. Plumber. The plumbers shall possess technician licenses issued by ROK Government in plumbing repair (배관 기능사 자격증) with at least three (3) years of experience in plumbing repair within the past 10 years. 1.6.7.5.2.3. Heating, Ventilation and Air Conditioning (HVAC) Mechanic. 1.6.7.5.2.3.1. Air Conditioning Mechanics: The contractor shall provide at least one certified Air Conditioning Mechanics to provide 24-hour response availability. The Air Conditioning Mechanics shall possess technician licenses issued by ROK Government in mechanical repair (공조냉동 기능사 자격증) with at least three (3) years of experience within the past six (6) years in mechanical repair and maintenance of HVAC systems. 1.6.7.5.2.3.2. Heating Mechanics: The contractor shall provide at least one certified Heating Mechanics to provide 24-hour response. The Heating Mechanics shall possess technician licenses issued by ROK Government in mechanical repair (보일러 기능사 자격증) with at least three (3) years of experience within the past ten (10) years in mechanical repair and maintenance of HVAC systems. The contractor must have the ability to maintain and repair Carrier brand systems. 1.6.7.5.2.3.3. If at any time there are less than two HVAC mechanics available to cover a 24-hour period, the contractor shall notify the COR and seek approval. In such an event, the contractor shall be responsible for the cost to subcontract qualified personnel, approved by the COR, to maintain and perform any HVAC repair. If subcontractor HVAC Mechanics are required they must be approved by the COR and shall have the same qualifications as the primary contractor. 1.6.7.5.2.3.4. Electrical Technician. The Electrical Technician Craftsman shall possess technician licenses issued by ROK Government in electrical repair (전기 기능사 자격증) with at least three (3) years of experience within the past ten (10) years in electrical repair. 1.6.7.5.2.3.5. Skilled Facility Repair Craftsman. The Skilled Facility Repair Craftsmen shall be able to perform wall board, tile and masonry repair with at least three (3) years of experience in this type of work within the past 10 years. 1.6.7.5.2.3.6. Service Call Receiver. The Service Call Receiver shall be able to read, write, understand, and speak English to receive and log service requests. 1.6.7.5.2.3.7. Quality Control Inspector. Quality control inspector shall possess an Industrial Safety Engineer license (산업안전기사) issued by ROK government with at least two (2) years of experience in Building Quality Control and shall be responsible for conducting inspections of all equipment, materials, and resources used by the Contractor, as well as reviewing all records, receipts, and reports used in conjunction with Contractor work performance. All inspection reviews will ensure compliance with existing commercial standards. 1.6.7.5.2.3.7.1. Essential Duties and Responsibilities. Quality control inspector shall l perform inspections of purchased equipment parts, materials and other necessary products according to well defined criteria using standard physical, mechanical and/ or electrical measurements. This shall include conducting and documenting process and system audits using written procedures as audit standards. Quality control inspector shall accurately document the results of the inspections and testing, and maintain all controlled document files and test records in a timely and accurate manner. Quality control inspector shall coordinate calibration of all applicable equipment and monitor critical equipment and instrumentation to ensure proper operation and calibration. Quality control inspector shall participate in the construction and/or revision of standard operating procedures (SOPs) for the inspection function, and assist in the writing and updating inspection procedures, protocol and checklists. This shall include evaluating problems and making initial recommendations for possible corrective action to supervise. 1.6.7.5.2.3.8. The Contractor shall ensure that employees performing the aforementioned types of work have the required current and valid professional licenses (if applicable). The Contractor shall be responsible for ensuring employees maintain required licenses and certifications throughout the duration of this contract. 1.6.7.5.3. Base access: The contractor shall comply with all installation security requirements. Security and base access requirements are contained in clause AFFAR 5352.242-9000 "Contractor Access to Air Force Installations." Contractor employees will be required to obtain and display identification badges. Anticipate delays in getting commercial vehicles on base and allow time for commercial vehicles to reach their destination by driving designated routes at posted speed limits throughout the base. Procedures for commercial vehicle access to the base are subject to change without prior notice. It shall be the contractor's responsibility to arrange for base passes and necessary vehicle permits required for entry onto this installation prior to performing any work under this contract. The COR will not be responsible for providing escorts for the contractor. 1.6.7.5.4. Escort Privileges. Escort privileges will be authorized only for the CM with a limit of three (3) persons per base pass. It is the contractor's responsibility to ensure that the escorting official has full control over all escorted individuals at all times. Any individual removed from this installation will not be authorized further access to this installation. 1.6.7.5.5. Contractor Personnel Conduct: The contractor personnel shall observe and obey all U.S, and Air Force installation laws and regulations while working on the installations. The contractor personnel shall not wear any military uniforms (U.S or ROK), and shall not wear any clothing that has or depicts derogatory messages to other personnel, U.S. Government, The contractor personnel shall not engage in any type of altercation or violent activities with U.S and other personnel. Any personnel in violation of this paragraph shall be promptly removed from the installation under the Military Police escort if applicable, and shall not be permitted to access the U.S Army installations until the matter is resolved and re-entrance is permitted by the servicing COR. 1.6.7.5.5.1. Contractor personnel conduct shall not reflect discredit upon the Government. The Contractor shall ensure that personnel present a professional appearance. 1.6.7.5.5.2. The Contractor's employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. 1.6.7.5.5.3. The Contractor is responsible for ensuring that any contractor employees providing services under this contract conduct themselves and perform services in a professional, safe, and responsible manner. 1.6.7.5.5.4. The Contractor shall remove from the job site any employee for reasons of misconduct or security. In accordance with DOD Directive 5500.7-R, "Joint Ethics Regulation", Contractor employees must avoid improperly influenced in the execution of their duties under the contract. Particular attention should be paid to acceptance of gifts/ gratuities, and on non-disclosure of sensitive or classified information. The Contractor shall ensure employee conduct complies with 41 U.S. C 423 relative to release of acquisition related information or actions or discussions which may prejudice future competitions. The Contractor shall ensure no contractor employees conduct political related activities or events on the U.S. installation. 1.6.7.5.6. Emergency Services; The Contractor shall have competent personnel trained and capable of dealing with minor personnel injuries. The Contractor of their employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor will, in turn, notify the KO or COR within 30 minutes of the incident. 1.6.7.5.6.1. Emergency medical treatment and services for Contractor personnel is the responsibility of the Contractor. 1.6.7.5.6.2. The contractor shall provide certificates of all employees First Aid Training and Cardiopulmonary Resuscitation (CPR) Training within one month of contract award and award of each option. 1.6.7.5.6.3. The employees are not authorized to work for other interests or third parties, or use government equipment for such purposes. 1.6.7.5.7. Fire Safety: Contractor's personnel are not authorized to use electrical appliances, prepare, warm, or store food or drinks except in Government supplied office/warehouse space. The Contractor shall not allow any obnoxious behavior that disturbs the well-being of neighbors. 1.6.7.5.8. Contractor Language Requirements. Government will assess language skills of all Contract employees who are required by terms of this PWS to be proficient at speaking English or Korean through performance of services. If the Government, at its sole discretion, determines that the language skills of a Contractor employee does not meet the language proficiency skills required of the position, the Government reserves the right to require the Contractor to provide a new Contract employee that does possess the required language proficiency skills required of the position, at no additional cost to the Government. Additionally, the Government reserves the right, at its sole discretion, to recoup the costs of the salary of a Contractor employee who does not meet the language proficiency skills required of the position, from the Contractor during the time-period that there is a Contractor employee that does not meet the language proficiency skills required of the position. 1.6.7.5.9. Invoices: The Contractor shall provide a monthly invoice for services rendered. The Contractor shall provide a monthly report listing all transactions for the prior month by the 5th day of each month. Report shall contain at a minimum. As a minimum, include CLIN 0001 Service Call Service and Preventative Maintenance CLIN 0002 Major Repair (Requirement CLIN) CLIN 0003 Set-Up and Teardown of Tent City (Requirement CLIN) The Contractor shall keep this record on file for a period of one (1) year after the contract expiration date, including any option period exercised. PART 2 STANDARD DEFINITIONS 2. STANDARD DEFINITIONS 2.1. Job Order. A form used to document the work activity at a facility, and tracks time, parts used, technician's name, etc. Different numbering systems are used for each type of job order: service calls, preventative maintenance, etc. 2.2. Paint. The term "paint" as used herein includes emulsions, enamels, paints, stains, varnishes, and other coatings whether used as a prime, intermediate, or finish coat, but does not include thinners. 2.3. Contract Officer Representative (COR). A government person who is responsible for the surveillance of the Contractor performance of the contract. 2.4. Service Call. Service calls are job orders defined as the routine, urgent, and emergency type repair and maintenance work required to keep all interior and exterior components and accessories, in good working order, and aesthetically pleasing.. All service calls are documented on a job order form. One customer call - service call - to the Contractor results in one job order for each urgency (emergency, urgent and routine) of work, regardless of skills required to complete the various requirements. 2.5. Service Call Completion Time. Completion time is the amount of time the Contractor has to complete a service call after it is received. 2.6. Service Call Response Time. Response time is the amount of time the Contractor has to arrive on the job site after the service call is received. 2.7. Service Delivery Summary (Performance Requirement Summary). Identifies the key service outputs of the contract that will be evaluated by the government, to ensure performance standards are met by the Contractor. 2.8. Window Covering. Window coverings include any form of drapery or decorative covering or window dressing including, but not limited to cornices, valances, window treatments, formal custom drapery of any style, sheers, stationary and draw, blinds of any kind, to name but a few. 2.9. Customer Complaint. A means of documenting certain kinds of contract service problems. A Government program that is explained to every organization that receives service under this contract, which is used to evaluate the Contractor's performance. 2.10. Defective Service: A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.11. Deliverable: Anything that can be physically or electronically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.12. Equipment: A tangible item that is functionally complete for its intended purpose, durable, nonexpendable, and needed for the performance of a contract. Equipment is not intended for sale, and does not ordinarily lose its identity or become a component part of another article when put into use. Equipment does not include material, real property, special test equipment or special tooling. 2.13. Government Furnished Property: Property in the possession of, or directly acquired by, the Government and subsequently furnished to the contractor for performance of a contract. Government-furnished property includes, but is not limited to, spares and property furnished for repair, maintenance, overhaul, or modification. Government furnished property also includes contractor-acquired property if the contractor-acquired property is a deliverable under a cost contract when accepted by the Government for continued use under the contract. 2.14. Government Property: All property owned or leased by the Government. Government property includes both Government-furnished property and contractor-acquired property. Government property includes material, equipment, special tooling, special test equipment, and real property. Government property does not include intellectual property and software. 2.15. Key Personnel: Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. The prime contractor is responsible for performance of all subcontractors. 2.16. Material: Property that may be consumed or expended during the performance of a contract, component parts of a higher assembly, or items that lose their individual identity through incorporation into an end-item. Material does not include equipment, special tooling, and special test equipment or real property. 2.17. Performance Requirement. The point that divides acceptable and unacceptable performance. In the case of surveillance by random sampling, the performance requirement is the maximum number of defectives in the random sampling chosen that may occur before the government will affect the price computation system in accordance with the performance requirements summary and the inspection of services clause. When the method of surveillance is other than random sampling, the performance requirement is the number of defectives or maximum percent defective in the lot before the government will affect the price computation system in accordance with the PRS and the Inspection of Services clause 2.18. Performance Requirements Summary: Identifies the key service outputs of the contract that will be evaluated by the Government to assure contract performance standards are met by the Contractor. 2.19. Physical Security: Actions that prevent the loss or damage of Government property. 2.20. Property: All tangible property, both real and personal. 2.21. Provide: To furnish, as in Government-furnished property, or to acquire, as in contractor-acquired property 2.3. ACRONYMS: ACOR Alternate Contracting Officer's Representative COR Contracting Officer Representative COTR Contracting Officer's Technical Representative DD250 Department of Defense Form 250 (Receiving Report) DD254 Department of Defense Contract Security Requirement List DFARS Defense Federal Acquisition Regulation Supplement DOD Department of Defense FAR Federal Acquisition Regulation KO Contracting Officer OCI Organizational Conflict of Interest PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QAP Quality Assurance Program QASP Quality Assurance Surveillance Plan QC Quality Control QCP Quality Control Program TE Technical Exhibit PART 3 GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES 3. Government Furnished Property and Service. 3.1. Facilities. The Contractor is supplied with office/warehouse space (approx. 900 square feet). The Government Furnished Property shall be kept clean and maintained at all times. At no time shall contractor store any trash/refuse, explosive items in office, janitorial or closet spaces. 3.2. Refuse Collection. Refuse collection is currently provided under separate contract. This service is extended to the Contractor for refuse collected in government facilities and Contractor generated administrative refuse shall be disposed of at the appropriate bulk collection site designated by the COR. Collection of refuse shall only be made from government-designated dumpsters or containers. The Contractor shall abide by all local recycling laws. Requests for additional refuse or recycling support shall be submitted to the COR for consideration. 3.3. Services. The government will provide water, sewage, electricity, and heat at no cost to the Contractor. 3.4. Security Police and Fire Protection. The Government will provide security police and fire protection to the extent necessary to ensure a secure and safe installation. The emergency phone number for Fire, Security Police, and Medical assistance is 911. 3.5. Fire Prevention and Protection. Contractor shall comply with the requirements set forth in 51st Fighter Wing Instruction (FWI) 32-2001, Fire Prevention and Protection. A copy of this regulation may be obtained from the COR. Base fire prevention personnel may make periodic routine inspections for regulation compliance. The Contractor shall provide suitable fire extinguishers at any material storage and their office. The Contractor shall check fire extinguisher monthly in common area (hallway, etc) and report any discrepancy to COR. 3.6. No Smoking Policy. Smoking is prohibited within any Air Force facility. Furthermore smoking is only authorized in designated tobacco use areas. 3.7. Government Furnished Material. Some materials may be provided by the Government for contractor use in unscheduled major repair. A list of GFM will be given to the contractor no more than 30 days after the beginning of the performance period and at least quarterly during the life of the contract. 3.8. Conservation of Utilities. The Contractor shall be responsible for operating under conditions that preclude the waste of utilities. Contractor shall ensure all utilities are turned off and the area is secured when maintenance personnel are not in the facility. All units in the Contractor's possession during maintenance are the responsibility of the Contractor. Contractor is responsible for securing the facility when maintenance personnel are not present. Requirements. HVAC shall be set as follows: Heat at 68 degrees F Air Conditioning at 75 degrees F 3.9. MATERIEL LIST. These are the minimum quantities for each exercise Item Qty Small Shelter System (SSS) 24 Environment Control Unit (ECU) 66 Electrical Items: Lights, cables, panels, and outlets 24 sets PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4. CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES: 4.1. General: 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. 4.2. Vehicle: 4.2.1. The Contractor shall provide vehicles that are equipped with the required safety devices. The Contractor shall not use open-box trucks, with or without canvas cover, except for collection of debris or bulky items. It is the Contractor's responsibility for loading and off-loading these refuse at pick-up points.. 4.2.2. The Contractor shall provide and maintain vehicles in an operational condition for transportation to meet the requirements of this contract in accordance with applicable local vehicle standards, Air Force installation regulations. 4.2.3. The Contractor shall display its company name, and telephone number on all vehicles to be used in the performance of pick-up and transportation of regular and food waste trash. 4.2.4. If the vehicle is at any time deemed unsafe or unserviceable by the COR/ACOR/QAR, the Contractor shall remove equipment from the post and replace the defective vehicle with a serviceable one within 24 hours. Vehicular repairs shall not be performed on post. 4.3. Equipment and Tools: 4.3.1. The Contractor shall furnish all equipment and tools necessary to properly perform the work defined in this contract. 4.3.2. The Contractor's equipment shall be of commercial quality, size, and type suitable for accomplishing the various phases of work specified and shall meet all safety requirements. 4.3.3. The Contractor's equipment shall be in good operational condition and have the ability to operate efficiently and safely. The Contractor shall provide a list of equipment and tools proposed under this contract to the COR within 10 calendar days after contract award. 4.3.4. All equipment and vehicles used under this contract will be subject to inspection by the COR at any time to ensure the all equipment is both operational and safe. The Contractor shall make immediate action to correct all deficiencies found by the COR. The Contractor shall ensure that all equipment utilized during the performance of this contract is in operational and safe condition. Upon completion of the work, the Contractor shall remove all tools from the work area and leave the area disinfected and free of trash and debris. 4.3.5. The Contractor shall be responsible for providing and using appropriate safety equipment and gear for performance under this contract to prevent Contractor injuries and warn the general public. 4.4. Transportation Requirements. 4.4.1. All vehicles shall be in operable condition and meet Republic of Korea (ROK) and USFK safety standard. 4.4.2. All vehicles shall be operated in accordance with installation traffic regulations. 4.4.3. 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 when asked by the COR. 4.4.4. Vehicle Maintenance: The Contractor shall be responsible for making all repairs to keep its vehicles in operational condition to meet all requirements of this contract. 4.4.5. Cleaning Requirements: The Contractor shall ensure all vehicles are in a clean condition at all times. No cleaning facilities or areas will be provided by the Government. Cleaning will be conducted in full compliance with applicable Korean Environmental Laws and Regulations. 4.4.6. Computer. The Contractor shall provide a computer-based service call, work control, inventory, and data. The Government owns the rights to any computer-generated data. The computer program used and the products being generated by the Contractor shall be compatible with existing COR computer systems PART 5 SPECIFIC TASKS 5. SPECIFIC TASKS 5.1. Preventative Maintenance (PM). The Contractor shall perform the following specific tasks and shall provide all personnel, equipment, tools, material, and supervision to perform maintenance of specified buildings in Appendix D at Osan Air Base. The contractor shall be responsible for all labor and parts require as part of preventive maintenance, regular inspections and minor repairs. The contractor shall be responsible for all parts less than KW500,000 as a part of preventive maintenance and regular inspection work. Repair parts exceeding KW500,000 Major Repair Works (Paragraph 5.2) require approval of the KO thru the COR's technical review and recommendation prior to being purchased by delivery order. 5.1.1. Preventative Maintenance (PM) Requirements: The following is a list of installed equipment requiring preventative maintenance and periodic inspections/servicing. This list is not all-inclusive. Preventative maintenance shall be performed on all equipment and facilities, and includes components, or parts necessary to ensure operability under safe conditions at all times at the frequency required below under CLIN 0001. If service is needed more frequently than given below (PM) Requirements Table, at the COR's direction, it shall be accomplished via a service call. 5.1.2. Maintenance of HVAC Equipment/Water Heater/Heating Unit/Cooling Unit/Air Handling Unit. The contractor shall check operation controls, compressor oil level, pressure, temperature, outlet, gas temperature and other operational indicator. Inspect and clean all filter and equipment as required/scheduled in accordance with manufacturer manual. Provide adequate maintenance, replacement of oil filter per each compressor, and maintenance of cooling tower to include motors, fan cylinder, fan belt, and other operational device in accordance with Technical Manuals. Cleaning shall be accomplished as required/scheduled and the Contractor shall keep records of preventive maintenance in accordance with below table: Preventative Maintenance (PM) Requirements Table Quantity Equipment Requirements Frequency Gutter Inspection/Maintenance Monthly Duct Inspection/Maintenance Monthly 6 Hot Water Boilers Inspection/Maintenance Monthly 4 Heating Boilers Inspection/Maintenance Monthly 1 Warm Air Furnace Inspection/Maintenance Monthly 15 Split A/C Units Inspection/Maintenance Monthly 5 Air Handler Units Inspection/Maintenance Monthly 13 Circulation Pumps Inspection/Maintenance Monthly 2 Chiller Freeze Protection Annually 2 Chiller Inspection/Maintenance Monthly 18 Exhaust Fans Inspection/Maintenance Monthly Facilities List Facilities /Building Qty SF (Net) Bldg. 930 (Dorm) 1 50125 Bldg. 746 (Dorm 1 32000 Bldg. 2480 (K Span) 1 9600 Bldg. 2479 (K Span) 1 2000 Bldg. 2478 (K Span) 1 2025 Bldg. 2415 (Latrines) 1 2025 Bldg. 2418 (Latrines) 1 1600 Bldg. 2425 (Latrines) 1 1600 Bldg. 2500 1 1200 Bldg. 2501 1 800 Bldg. 2502 1 800 Container Housing Unit 12 635 each Contingency Conex Offices Facility50125 2 1513/944 5.1.3. HVAC Preventative Maintenance Checklist. The following is a list of actions that need to be checked, repaired, or replaced during inspections. 5.1.3.1. Warm air furnace; includes blower assembly, gas components, and cooling coils: - Check combustion chamber for gas leaks and repair as necessary. - Inspect gas lines and fittings for gas leaks and repair as necessary. - Check and adjust pilot and burner primary controls for proper operation. - Check blower and motor for alignment, vibration and lubrication. Lubricate motor as specified by manufacturer. - Check burner operation through complete cycle for up to 10 minutes. - Check electrical wiring to burner controls and blower. - Clean fire box of built up soot and debris. - Check condition of flue pipe, damper, and stack. - Clean or change filter; if necessary. 5.1.3.2. Condensing unit: - Inspect condensing unit prior to maintenance for abnormal noise. - Check electrical wiring and connections, tighten any loose connections. - Inspect motor for excessive noise and vibration. - Lubricate motor. - Inspect fan for bent blades or unbalance. - Inspect condensing coil and clean as necessary. - Perform refrigerant leak test and repair leaks as required. - Clean or change filter; if necessary - Record temperatures on water and air in & out -Check T-Stat and Hot Water & Chilled Water valve operation 5.1.3.3. Chillers: Monthly - Check refrigerant joints and valves for refrigerant leaks, repair as necessary - Check moisture indicating sight glass for possible refrigerant loss and presence of moisture iii) -Check oil filter - pressure drop, replace as necessary - Check chiller water flow switch operation - Check Electrical control box, tighten any wires and connections - Check pumps and pump housing for pressure, and grease bearing housing - Check and tighten all electrical connections - Check accuracy of all transducers, replace if great than + or -2*Variance iii) Obtain and check an oil sample and change as necessary - Clean evaporator tubes if appropriate - Check to be sure that the proper concentration of antifreeze is present in the chilled water loop - Check to be sure that the proper concentration of inhibitor is present in the chilled water loop - Check all refrigerant filters, strainers, and driers for excessive pressure drop and change or clean as necessary - Check all chilled water strains and clean as necessary - Check cooler heater for proper operation and repair as necessary - Check condenser fan blades to insure they are securely fastened to the motor shaft and their condition - Winterize chillers with COR-approved glycol solution percentage to ensure no freezing of chiller occurs during the winter 5.1.3.4. Air Handler Units (AHU): - Check and adjust fan v-belt - Lubricate fan motor and inspect shaft and pulley bearings - Check correct AHU rotation - Inspect fan blades and pulley and motor sheave - Record temperature difference across chilled water and hot water coil - Ensure supply and return duct are intact and clear any debris - Clear condensation pan is free of buildup and drain - The Contractor shall provide a written inspection schedule for A/C and Heating to COR annually - The Contractor shall write a job order for HVAC equipment maintenance and repair of deficiencies and complete as a routine service call - The Contractor shall provide the occupant with a notice of the inspection a minimum of one week in advance - The Contractor shall provide job order form for the occupant's signature and obtain the signature of the occupant indicating that the inspection appointment was kept by both parties. 5.1.4. Rain Gutters/Downspouts. Contractor shall clean gutters and downspouts as stated in (PM) Requirements Table or as a service call if service is needed more frequently. 5.1.5. Utilities Maintenance. The Contractor shall be responsible for plunging toilets, snaking and unclogging drains/sewer lines. If damage is consider mayor, the contractor shall immediately report necessary higher level repairs to 51CES. 5.1.5.1. The Contractor's area of responsibility for utility maintenance is as follows: 5.1.5.1.1. Sanitary Sewer Lines. Sewer lines include the building drain and building sewer, to include all interior sewer lines beginning from the designated fixture(s), above and under the floor slab, and drainage lines, to include the building sewer line outside the building foundation to the lateral sewer line. Lateral lines include all lines and arteries that branch off the main sewer line and service lines of plumbing that branch away from the facilities. Main lines are defined as the lines carrying discharge to the treatment plant (51st Civil Engineer Squadron is responsible for main lines). 5.1.5.1.2. Water Lines. Water lines include all interior water lines above and under the floor slab and the service lines, up to and including the facility shut off valve. 51st CES is responsible for all water lines. Any standing water in the facility resulting from broken or clogged piping shall be removed by the Contractor. 5.1.5.1.3. Boiler Room. On a daily basis, Contractor shall inspect boiler, HVAC, and heating systems to ensure equipment is kept up-to-standards, and free of dust, rust, corrosion, and excess water in the drain. Contractor shall remove any dust, rust, or corrosion when observed, touch up paint as needed (contractor shall not paint over equipment identifying markings), and repair/report any leaks as needed. Contractor shall ensure that no personal or other items are stored inside boiler room due to safety concerns. 5.1.5.1.4..Electrical. On a daily basis, Contractor shall inspect the unit interior electrical system to include the exterior meter base, weather head, the interior distribution panel and all interior lines off the panel. The Contractor shall be responsible for immediately reporting to the COR damage of electrical circuitry and all electrical components including panels, breakers, weather head and mast, and conductors, up to connection to overhead electrical service drop. Contractor is also responsible for circuitry throughout the facility, to include replacing outlet covers, light bulbs, diffusers, light switch covers, labeling circuit breaker boxes and service entrance panels for all facilities. The Contractor is not responsible for the underground electrical service from source to service entrance panel. 5.1.5.1.5. Storm Drainage System. The storm surface drainage system shall include open pipes, culverts, cleaning of drop inlets, catch basins, open ditches, detention or retention basins, or similar devices/structures that transport, receive, or moves storm run-off water on the ground surface. 5.1.5.1.6. Rodent Proofing. The contractor shall be repaired deteriorated, damaged, or inadequate exterior or interior structural components allowing entry of rodents. This may require eliminating gaps at the base of mechanical and storage room doors, and sealing gaps around piping and ducting penetrations. 5.1.5.1.7. Refuse Pick-Up and Disposal. The Contractor is responsible for empting on a daily basis all community refuse receptacles (<100 gallons) at Life Support Area and facilities in facilities list and transporting to collection locations designated by the COR. The Contractor shall utilize the recycling program in place. Guidance for all recycling on Osan AB is available by contacting the COR. 5.1.5.1.8. Fuel Tank Custodian: The contractor shall be designated the Fuel Tank Custodian in Tent City and Contingency Dorms, and shall monitor all fuel tank levels. When levels are low, the contractor is responsible to contact 51 Logistics Readiness Squadron (LRS) Fuel supply to schedule fills. 5.1.5.1.9. Snow Removal: The contractor shall remove all snow from sidewalk, walkways and stairways within 50 feet of all facilities as necessary. 5.1.6. Preventive Maintenance Management Report. The Maintenance Management Report shall submit to the COR for review and acceptance within seven (7) calendar days of each month after contract award Report shall be separated by item inspected and include, as a minimum, the address, item and date item was scheduled for inspection, the actual date inspection was performed, the reason the inspection was not performed according to the approved plan, the findings of the inspection, and corrective action taken (referencing applicable job order number) 5.2. Service Calls. The Contractor shall perform the following specific tasks in Appendix B and C and shall provide all personnel, equipment, tools, material, and supervision to perform service call repair of specified buildings as per above facilities list table at Osan Air Base. Service repair call includes minor repair parts and will be paid under CLIN X001. Minor repair shall be repairs not to exceed ten (10) man-hours or not greater than KW500,000 for material costs per one service call. Material cost greater than KW500,000 or exceed (10) man-hours per one service call must be issue a Task Order under CLINX X002 Major Repair. 5.2.1. Receipt of Service Calls. The Contractor shall have a central point of contact for receiving all requests for service by telephone 24 hours per day, 7 days per week. Recorder type devices to receive service calls are not acceptable. The response time and accomplishment time of service calls is specified in Appendix B. The Contractor shall document each service call received in a job order log and assign it a job order number. The Contractor shall tell each customer what the job order number is and refer to that number throughout the job order. The Contractor shall provide their service call telephone numbers to the COR within one week of the contract start date and within 24 hours as changes occur. 5.2.2. The Contractor, in coordinating operations with the occupant, shall provide a time frame to the occupant for responding to the service call. If delays prevent the service technician from arriving during the designated time frame, the Contractor shall notify the occupant of an alternate schedule. If the occupant is not present at the appointed time for access, the Contractor shall leave a written message notifying the occupant of the missed appointment. The message shall include the date and time of the attempted access. The message shall inform the occupant how to reschedule the requested work. 5.2.3. Service Call Categories: 5.2.3.1. Emergency Call: Failures or deficiencies which constitute an immediate safety issue, health hazard, risk of property damage, or threat to the environment are Emergency calls. Required response and repair times are specified in Appendix B. 5.2.3.2. Urgent Call: Failures or deficiencies which do not immediately endanger the residents or threaten damage to property, but would inconvenience and affect the health and well-being of the residents, is an Urgent call. Required response and repair times are specified in Appendix B. 5.2.3.3. Routine Call: These are service calls that do not meet the criteria of an Emergency or Urgent call as stated above. Required response and repair times are specified in Appendix B. 5.2.3.4. Job Order System. The Contractor shall maintain a separately, serially numbered job order system to control all service calls. 5.2.3.5. Job Order Forms. The Contractor shall provide job order forms that contain as a minimum, type of service call, classification (emergency, urgent, routine), service call number, date and time of receipt, response, completion, description of work, material used on that job order and a place for the occupant or COR's signature. If the facility is occupied by an organization the Contractor shall have the occupant check/mark on the customer's feedback and date and sign the job order. The Contractor shall ensure the job order is maintained in the appropriate facility file in the maintenance office and one copy is provided to the Contract Officer Representative (COR) as required for surveillance. If repairs cannot be accomplished within the specified time frame in Appendix B, the Contractor must notify COR. Monthly - 5th normal workday of following month the contractor shall submit Service Call Log to the COR Service Call Log As a minimum, include housing units, in numerical order, with the following information: job order number, customer's name, date received, service requested, and date completed. 5.2.3.6. Monthly Job Order Report. The contractor shall submit to the COR Job Order Report, the report shall include job order number, housing address, type (emergency, urgent, or routine), date received/completed, overdue job orders, date job orders were completed, all materials used by type, unit price, extension. 5.2.3.7. Customer Feedback. The Contractor shall provide their service call telephone number to the COR within one week of the contract start date and within 24 hours as changes occur. The Contractor shall establish a customer feedback system that is responsive to customer feedback. Forms shall be presented to each customer each time workers are at the facility. Feedback forms are to be returned directly from the customer to the COR. 5.2.3.7.1. Appliances: The contractor shall be responsible for identifying any broken or non-operating washers, dryers, refrigerators and microwaves and notifying 51CES. The appliances will be marked with a sign that states when the work request was submitted and an estimated repair/replacement date. 5.2.3.7.2. Furnishings: The contractor shall be responsible for identifying and notifying 51CES of any broken furniture or bunk beds with mattresses. 5.2.3.7.3. Maintain Facility Files. The Contractor shall develop and maintain facility files that display a comprehensive, up-to date, maintenance history for each facility at all times. The records shall provide maintenance history for each facility. The government requires access to these files and they shall be made available during the term of the contract. These files and their contents are property of the Government and shall not be removed from the installation. The Contractor shall provide the original record or a reproducible copy of any such record within one (1) working days of completion. The Government owns the rights to any data generated by Contractor. 5.3. Major Repair Works. 5.3.1. Service that are not identified on the Firm Fixed Price CLINs and Project Works; generally, repair works including replacement of major parts/material that incurred above KW 500,000 or above (10) man-hours per one repair is interpreted as Major Repair Works. Fixed Labor Rate shall be used under the identified CLINs (X002AB thru X002 AE) and all material/parts costs will be paid under the CLIN of X002AA. 5.3.2. The Contractor, in procuring parts or material under this contract, shall evaluate purchases economically. The Contractor shall diligently seek those vendors who are in competition with each other, with the intent of procuring the best product, at the lowest price. The Contractor shall submit detailed supporting documentation identifying manufacturer and the model of all parts or materials proposed in their price quotation. 5.3.3. In no event shall the contractor proceed to procure CAP/M or fabricate parts or material prior to Contracting Officer approval, authorizing such action. 5.3.4. All repaired materials and finishes shall be durable and match the color, quality, and types of existing materials and parts. All parts/materials for specific mechanical systems must follow the Original Equipment Manufacturer's Instructions. The government reserves the right to specify parts, materials, and finishes for all work performed in this PWS. 5.3.5. The Contractor shall warranty all of the work performed under this contract for a minimum of one year, unless otherwise noted in this paragraph. Work not performed satisfactorily the first time shall not result in an additional expense to the government either in additional parts required or as another service call/job order under this contract (the original job order shall be re-opened until work is completed satisfactorily). 5.3.6. When the total price of the labor, parts and materials is less than KW 3,000,000, the task order price will be negotiated by the contracting officer without requiring multiple price quotations from the contactor's parts and materials suppliers. 5.3.7. When the total price of the labor, parts and materials is greater than KW 3,000,000 and up to KW 30,000,000, the task order price will be negotiated by the contracting officer and will require multiple price quotations from the contractor's parts and materials suppliers. 5.3.8. Upon receipt of price quotation, the KO will negotiate the required number of labor hours for each labor category under CLIN X002 with the contractor to determine fair and reasonable price of each Task Order for Major Repair Services. After negotiated and accepted for final price, the KO will be issued the Task Order. 5.4. Set-Up/Teardown of Tent City. (Requirement Portion) CLIN X003. The COR will initiate the Peacetime Use Request (PUR) with 51 LRS and 7 AF for required War Reserve Materiel (WRM) for at least four (4) exercises annually. The contractor responsibilities for each exercise will include erecting, placing, establishing electrical connections, operations, servicing, and reconstitution (including cleaning) of the following: small shelter systems (SSS), environmental control units (ECU's), tent lighting and electrical in the identified areas of the Life Support Area (LSA). The contractor shall be responsible for setting up cots provided by 51FSS, maintaining the cots during the exercise, switching out any that are broke, and returning all cots to their proper storage container after the exercise. The COR will provide one time training and Technical Orders for the WRM assets once the contract is awarded. The minimum quantities of each item are identified in material list in para 3.9. The COR will provide exercise dates at least 1 month prior to the beginning of the exercise. The tent city shall be in place and ready for use 1 week prior to the exercise start date and be torn down within 1 week after all occupants have vacated the Life Support Area. The contractor shall provide a customer service office on site, between the hours of 0800-1700, when Tent City is occupied including weekends. The COR will complete a walk-through inspection upon completion of tent city erection to confirm proper operation of all ECU's and electrical components. The contractor shall provide a list of all broken or damaged items to the COR during set-up operations and prior to commencement of tear down operations. The contractor shall notify the COR upon completion of tear down operations to inspect final packing and placement of WRM assets. Once inspection is complete the items will be turned over to 51 LRS for final processing and disposition. 5.5. Environmental Control. The Contractor shall provide and maintain a collection point for all Contractor work generated hazardous wastes. If on base, the collection point must receive certification as a Satellite Accumulation Point from Base Civil Engineering prior to use. The Contractor shall accomplish disposal of hazardous wastes off base in accordance with the Republic of Korea disposal laws and ordinances. The Contractor shall not dispose of or flush hazardous material down sinks, toilets, or drains under any circumstance. 5.6. Compliance with Laws and Regulations. The Contractor shall be knowledgeable of and comply with all applicable ROK laws, regulations, and requirements regarding environmental protection. In the event environmental laws, regulations, or requirements change during the term of this contract, the Contractor shall comply with such changes. If there is an increase or decrease in cost as a result of the change, the Contractor shall immediately inform the Contracting Officer or designated representative for possible modification of the contract. The Contractor shall be knowledgeable and implement the requirements of the Korea Environmental Governing Standards (KEGS), 주한미군환경규정, October 20, 2004, and base environmental rules and regulations, provided by the COR. 5.7. Notification of Environmental Spills. The Contractor shall be knowledgeable and implement the 51 Fighter Wing (FW) Spill Prevention and Response Plan requirements (SPRP), December 2006. The Contractor shall report all spills following the procedures outlined in the 51st FW SPRP. If the Contractor spills or releases any substance listed in 40 CFR 302.1 thru 8, KEGS Chapter 18-Table B-4, and Osan AB Spill Plan into the environment, the Contractor shall immediately report the incident to the COR. The Contractor shall be liable for all Contractor caused spills and maintain the capability to respond to and control spills less than 100 gallons. All regulations will be provided by the COR. 5.8. Material Storage and Use. The Contractor shall follow manufacturer's guidelines and professional recommendations for control of humidity, temperature, cleanliness, and materials handling. This includes hazardous materials. The Contractor shall maintain a hazardous materials storage area with a flammable locker to store flammable materials and other hazardous materials. Hazardous materials storage must conform to the compatibility requirement of the materials stored. The hazardous materials storage area must conform to the 51FWI 32-7085 requirements provided by the COR. The Contractor shall submit an AF Form 3000 and MSDS to 51 CES/CEI prior to purchasing hazardous materials. 5.8.1. Note: Container office and Storage (Hazardous Materials): The Contractor shall provide as many containers as needed for the storage of (Hazardous Materials) at the designated place for performance of the contract. 5.9. Advising Employees of Laws for Hazardous Materials. The Contractor is responsible for advising his employees of all Environmental and Hazardous Materials Handling and is also required to have, maintain, and update Material Safety Data Sheet (MSDS) on all hazardous materials. 5.10. Environmental Compliance Assessments. The Contractor shall cooperate with the 51 CES/CEI hazardous materials and waste compliance assessments. The assessments are to ensure compliance with regulatory requirements is met. 5.11. Fluorescent Tubes. All fluorescent tubes shall be replaced with low mercury type tubes, as replacement becomes necessary. As the base attempts to reduce the hazardous waste generated, other items may become specifically required, such as the type of fluorescent tubes. These changes shall be at no additional cost to the government. 5.12. Ozone Depleting Substances (ODS). Recovery and recycling of all ODS and refrigerants shall be performed only by workers who are properly trained, certified and equipped in accordance with AFI 32-7086. The Contractor shall not purchase any ODS without prior approval of the COR. 5.13. Safety and Noise limiting. All Contractor equipment shall be equipped with proper safety and noise limiting device and shall be in a safe operating condition at all times. All Contractor equipment shall be subject to safety inspections at any time during the performance of the Contractor by COR. Any defective equipment shall be either repaired or removed and any maladapted/disagreed equipment shall be removed from the work site and Contractor shall use adequate equipment as directed by the COR. 5.14. Contractor Cleanup. The Contractor shall maintain the work areas free from accumulations of waste material and rubbish. The Contractor shall protect carpets from damage including tearing, paint splatters during all operations. Contractor's tools and equipment shall not be placed directly on unprotected surfaces. Upon completion of work, the Contractor shall leave the work site and premises in a clean and neat condition. The Contractor shall not place trash in refuse containers at the facility or any location other than the designated containers at his on base facility. 5.15. Coordination with Other Contractors. The government may undertake or award other contracts for work within the facility areas that is outside the scope (Unscheduled major repair) of this contract. The Contractor shall cooperate with other contractors and government employees and adapt scheduling and performance of the work under this contract to accommodate the additional work, heeding any direction that may be provided by the Contracting Officer. The Contractor shall not commit or permit any act that will interfere with the performance of work by any other Contractor or by government employees. 5.16. Performance Requirement Summary (PRS). Performance Requirements Performance Standard Performance Threshold Measurements Remedy Base Pass; Para 1.6.6.2 of PWS The Contractor shall Provide all required documentation to obtain all passes and necessary vehicle and equipment permits within 45 days of contract award 100% 100% Inspection Re-performance within 24 hours Quality of Service Calls; Para 5.2., 5.2.1 of PWS. Appendix B & C Customer satisfaction for all service calls during this period. No more than 5% valid complaints /defects on service calls Periodic inspection and customer complain Re-performance within 24 hours Timeliness of Service Calls; Para 5.2., 5.2.1 of PWS. Appendix B & C Complete service calls on time 95% meet maximum completion times Random sampling and periodic inspection Re-performance within stated time in Appendix 2 Timeliness and Accuracy of Administrative Reports and Data; Para 5.16.1 of PWS. Appendix E Provide admin reports and data on time 95% of the time 100 percent inspection Re-performance within 24 hours Adherence to Preventative Maintenance Requirements; Para 5.1.2 of PWS. Meets all frequency requirements per Para 5.1.2 of PWS. No more than 2 valid complaints/ defects per month. Periodic inspection and customer complain Re-performance within 36 hours 5.16.1. Reports of Service Accomplishments. Weekly reports, to include detailed progress of the provided discrepancies from the previous week shall be submitted on NLT 0800 each Monday morning to the COR. Weekly reports shall include the discrepancies corrected/not corrected from the previous week, and the reasons any discrepancy corrections were not accomplished. Monthly reports, to include a brief summary of outstanding job orders/discrepancies shall be due NLT 0800 by the third Monday of each moth the COR. 6. CONTRACTOR MANPOWER REPORTING (CMR) REQUIREMENT: "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) requires for performance of Preventive Maintenance (PM), Repair services of Contingency Dorm and Life Support Area (LSA) and Set-Up and Teardown of Tent City, Osan Air base. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2016. Contractor may direct questions to the help desk at: http://www.ecmra.mil/" APPENDICES APPENDIX A ANNUAL WORKLOAD ESTIMATES (HISTORY) APPENDIX B SERVICE CALL CATEGORIES APPENDIX C SERVICE CALLS & RECURRING ITEMS APPENDIX D MAPS -FACILITIES MAINTENANCE AREAS APPENDIX E REPORTS / DATA REQUIRED   APPENDIX A ANNUAL WORKLOAD ESTIMATES (HISTORY) Estimate Quantity Element 25 units Bldg. 930, Bldg. 746 and Tent City (LSA) 48 ea. Emergency Service Calls 100 ea. Urgent Service Calls 1000 ea. Routine Service Calls APPENDIX B SERVICE CALL CATEGORIES SYSTEM CATEGORY RESPONSE TIME COMPLETION TIME ELECTRICAL: - Loss of electricity Emergency 2 Hours 24 Hours - Direct or sparking short that could cause a fire (Call OSAN, Fire Dept. immediately) Emergency 2 Hours 24 Hours - Recurring breaker/fuse problems Emergency 2 Hours 24 Hours - Arching or exposed energized circuit Emergency 2 Hours 24 Hours - Room light switch inoperative Urgent 24 Hours 5 Calendar days - Receptacle inoperative Routine 5 Calendar Days 15 Calendar days - Fixture repair Routine 5 Calendar Days 15 Calendar days - Circuit breakers defective Urgent 24 Hours 5 Calendar days - Smoke/Carbon Monoxide Detectors Emergency 2 Hours 24 Hours HEATING/AIR CONDITIONING**: - Loss of heat when outside temperature is below 55 Degrees Fahrenheit Emergency 2 Hours 24 Hours - Loss of heat (other than above) Urgent 24 Hours 5 Calendar days - No cooling when outside temperature is above 85 Degrees Fahrenheit Emergency 2 Hours 24 Hours - No cooling (other than above) Urgent 24 Hours 5 Calendar days - Clogged drainage line Urgent 24 Hours 5 Calendar days PLUMBING Water: - Water line breaks/no water Emergency 2 Hours 24 Hour - No hot water Emergency 2 Hours 24 Hours - Faucets running full that cannot be shut off Emergency 2 Hours 24 Hours - Replace defective shower head Routine 5 Calendar Days 15 Calendar days - Leaky faucets/shower heads (replace washers or valve seats) Urgent 24 hours 5 Calendar days - Replace toilet bowl floats, rods, etc. (leaking/dripping) Urgent 24 Hours 5 Calendar days Sewage: - Overflow of sewage system Emergency 2 Hours 24 Hours - Stopped up drainage (washer, bath sinks, tubs, kitchen sink) Emergency 2 Hours 24 Hours - All toilets in unit are plugged Emergency 2 Hours 24 Hours - Sluggish drainage Urgent 24 Hours 5 Calendar days - Plugged toilet where units have more than one toilet and only one is plugged Urgent 24 Hours 5 Calendar days MISCELLANEOUS - Roof leaks Emergency 2 Hours Stop leak 24 Hours Urgent (after leak stopped) - Repair 5 Calendar Days Routine (after leak stopped)- Repair 15 Calendar days - Door Trim damage Routine 5 Calendar Days 15 Calendar days - Exterior Frame damage - door won't secure (casing, jamb, etc.) *** Emergency 2 Hours 24 Hours - Exterior Frame damage - door will secure Routine 5 Calendar Days 15 Calendar days - Interior Frame Damage (casing, jamb, etc.) Routine 5 Calendar Days 15 Calendar days - Door hinges, latches need repair Routine 5 Calendar Days 15 Calendar days - Closure repair/replacement Routine 5 Calendar Days 15 Calendar days - Patch holes in doors Routine 5 Calendar Days 15 Calendar days - Replace weather stripping Routine 5 Calendar Days 15 Calendar days - Screen repairs Routine 5 Calendar Days 15 Calendar days - Exterior door lock repairs, including sliding glass Door Emergency 2 Hours 24 Hours - Resident Lockout Other Emergency 2 Hours 24 Hour - Concrete Repair Routine 5 Calendar Days 15 Calendar days - Cracked windows Routine 5 Calendar Days 15 Calendar days - Broken windows if loss of energy or security/safety Hazard Emergency 2 Hours 24 Hours - Missing or disintegrated putty or caulking Routine 5 Calendar Days 30 Calendar days - Structural damage or any other unsafe condition affecting health, safety, security Emergency 2 Hours 24 Hours - Caulk or Grout in tub or shower Urgent 24 Hours 5 Calendar days - Patch holes in walls and paint Routine 5 Calendar Days 15 Calendar days - Repair cabinet doors or drawers Routine 5 Calendar Days 15 Calendar days - Repair storage room Routine 5 Calendar Days 15 Calendar days - Signs (name, housing area entrance) Routine 5 Calendar Days 15 Calendar days NOTE: This list is not intended to be all-inclusive, but those categories and times shown will be representative for performance of like tasks and in measuring timeliness. APPENDIX C SERVICE CALL AND RECURRING ITEMS The following accessories and components, not all inclusive, shall be serviced, repaired, or replaced during service call, and preventive maintenance. INSTALLED EQUIPMENT • AC drain • Bathroom exhaust fans, all components • Condenser unit/fins • Fire suppression canisters (removed and not replaced) • Heat/air conditioning ducting (cleaning) • Heat pump/air conditioning unit servicing • Heating equipment • HVAC filter • Recording meter readings (gas, electric, water) • Return air vents (not obstructed) • Smoke/heat detectors • Shower curtains and toilet seats • Thermostat settings INTERIOR STRUCTURE Interior work includes every room of the unit (kitchen, bathrooms, hallways, bedrooms, living room, dining room, foyer, storage rooms, closets, mechanical rooms, janitor area, trash chute, communication room, recreational room, includes common areas etc.). • A/C drain • Base molding • Bathroom heaters • Bathroom accessories (soap dish, toothbrush holder, towel bars, toilet paper holders, etc.) • Bathtub and shower units (all types) • Cabinets and related hardware (hinges, latches, pulls, catches, guides, etc.) • Caulking (all applications) • Ceiling fans and light kits • Circuit breaker panels (label each item) • Commodes (all components), lavatories, kitchen sinks • Doors (all components), (including matching wood grained texture) • Drapery and other window coverings • Dryer vents and filters • Exhaust fans and power roof vents • Faucets (components and filter) • Flanges of commodes • Grout (all applications) and lifetime grout seal • Hose bibs, washer connections, angle stops, and cut-off valves • Light Bulb (all types) • Light diffusers, fixtures, and pull chains • Medicine cabinets, metal or wood (mirrors, shelves, etc.) • Mini-blinds, verticals, drapes, shutters, and all other window coverings • Permanent and paper HVAC filters and return Air duct filters • Plugs, p-traps, strainer baskets • Pop-up drains and overflows on tubs and lavatories • Shower/tub doors, seals • Shower benches • Single and double diverter-type faucets drains • Swing spouts on single or dual control faucets • Switches, panels, receptacles, plates, light fixtures, door bells, wiring, connections, and devices • Utility box (washing machine) • Venetian and vertical blinds and vinyl shades • Vents (all types) • Walls (sheet rock) • Washer hoses and connections • Window coverings • Window sills and casings • Windows and related hardware (pulls, locks, tracks, etc.) • Any other items associated with units that has been installed, constructed, or approved by the government. FACILITIES EXTERIOR Preventative facilities inspections • Dryer vents and deflector (protruding from wall and/or roof) • Environmental control (hazardous waste) • Exterior door locks • Exterior doors • Exterior furniture (such as concrete benches, tables, etc.) • Exterior hose bibs • Exterior lights and light globes/diffusers • Fences (privacy, housing perimeter, etc.) to include all forms of repair and cleaning • Gutters and down spouts cleaning • Identification building numbers • Light Fixtures/Light Bulbs (all types), including street lights and floodlights • Privacy screens/walls • Screen doors and related hardware • Soffits and attic crawl space screens • Splash blocks • Storm surface drainage systems inspection • Weather stripping • Window screens and clips (metal and wood) • Window glass (with and without grids) • Any other items appurtenances that have been installed, constructed, or approved by the government   APPENDIX D BUILDINGS IN THIS CONTRACT Bldg 746 Bldg 930 Life Support Area APPENDIX E REPORTS/DATA REQUIRED Title/Format Submission Date for Hard Copy and Final Electronic Version Contractors Monthly Invoice by CLIN Report. ( para 1.6.7.5.9.) As a minimum, include housing address, date/time received, date/time CLIN started/completed, date/time each type of major repair started/completed, square feet finished in each category, and total time allowed/used for each unit; all materials used by type, unit price, extension, totals shall be calculated for square feet, and a monthly cumulative amount, total completed COM houses, total days used for COM, number of COM units completed on time, number of COM units not completed on time Please revised to match CLIN structure Monthly - 5th normal workday of following month Preventive Maintenance Management Report. ( para 5.1.6) The Maintenance Management Report shall be separated by item inspected and include, as a minimum, the address, item and date item was scheduled for inspection, the actual date inspection was performed, the reason the inspection was not performed according to the approved plan, the findings of the inspection, and corrective action taken (referencing applicable job order number) 7th normal workday of following month Mothly Service Call Log. ( para # 5.2.3.6) As a minimum, include housing units, in numerical order, with the following information: job order number, customer's name, date received, service requested, and date completed Monthly - 5th normal workday of following month Quality Control Plan( para # 1.6.1) Contractor plan for preventing and identifying defective services. Yearly - after final review and acceptance of the QCP and any subsequent changes within 10 days after the contract award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7bfa229674e911d38517adcce28e5060)
 
Place of Performance
Address: Osan Air Base, Korea, Korea, South
 
Record
SN03890700-W 20150919/150917235305-7bfa229674e911d38517adcce28e5060 (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.