Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 23, 2016 FBO #5265
SOLICITATION NOTICE

49 -- FACILITIES MAINTENANCE LA MACARENA

Notice Date
4/21/2016
 
Notice Type
Presolicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 410th CSB (W913FT) RCO Bogota, UNIT 5136 US EMBASSY COLOMBIA, APO AA, 34038-0008, United States
 
ZIP Code
34038-0008
 
Solicitation Number
W913FT-16-Q-0018
 
Archive Date
6/2/2016
 
Point of Contact
Astrid Pardo, Phone: 571-275-2386
 
E-Mail Address
astrid.pardo2.fn@mail.mil
(astrid.pardo2.fn@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
General Maintenance Services LA MACARENA MILITARY INSTALLATION (LMMI) GENESIS COMPOUND Part 1 General Information 1. General : This is a NON PERSONAL services contract to perform general maintenance for the Intelligence Integration Team Liaison (IIT) GENESIS Compound at La Macarena Military Installation (LMMI) in the City of La Macarena, Meta Department, Colombia. The Government will 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 a general facility maintenance contract to satisfy requirements listed on this Performance Work Statement (PWS). As part of this service, the Contractor shall also provide all management, supervision, personnel, training, equipment, materials, supplies, repair parts and any other equipment and personnel to accomplish the task of providing scheduled periodic preventive maintenance inspections and corrective and emergency repairs to the GENESIS Compound at La Macarena Military Installation (LMMI) in the City of La Macarena, Meta Department, Colombia. 1.2 Background : The US Embassy to Bogota’s Military Group (MILGP) IIT team has a compound located at La Macarena Military Installation (LMMI) in the City of La Macarena that needs general maintenance in accordance with this PWS. 1.3 Objectives : The objective of work includes the preventive and corrective maintenance of the LMMI Genesis compound and tasks described in 5.1 of this PWS. 1.4 Scope: The scope of work includes the development and implementation of the aforementioned objectives. Specifically, the contractor will provide all materials to meet contract requirements for Government review and comment. As part of this service, the Contractor shall also provide all management, supervision, personnel, training, equipment, materials, supplies, fuel, repair parts and any other equipment and personnel to accomplish the task of providing scheduled periodic preventive maintenance inspections and corrective and emergency repairs to the GENESIS compound at La Macarena Military Installation (LMMI) in La Macarena, Meta Department, Colombia. 1.5 Period of Performance : The period of performance shall be for one (1) Base Year of 12 months 1.6 General Information : 1.6.1 Quality Control Plan (QCP) : The Contractor shall develop, implement, and maintain a QCP and program to ensure all work described in this contract is performed at or above the standard defined in the Performance Requirements Summary (PRS). The QCP is developed by the contractor for its internal use to ensure that it performs and delivers high-quality service. The contractor’s QCP is the means by which the contractor ensures all work complies with the requirements of the contract. The QCP identifies and corrects potential and actual problem areas throughout the entire scope of the contract. 1.6.1.2 The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The QCP shall be submitted within thirty (30) days of contract award. After acceptance of the QCP, the contractor shall receive the contracting officer’s (KO) acceptance in writing or any proposed changes to the QC procedures. The contractor shall submit QCP changes within five (5) days to the KO and Contracting Officer’s Representative (COR) for review and approval prior to implementation 1.6.2 Quality Assurance (QA) : The government shall evaluate the contractor’s performance under this contract in accordance with (IAW) the Quality Assurance Surveillance Plan. This plan is primarily focused on what the Government must do to ensure that the contractor has performed IAW the performance standards and contract quality requirements are met. Contract quality requirements” means the technical requirements in the contract relating to the quality of the product or service and those contract clauses prescribing inspection, and other quality controls incumbent on the contractor, to ensure the product or service conforms to the contractual requirements. It defines how the performance standards will be applied, the frequency of surveillance, the minimum acceptable defect rate(s), and deductions, if applicable. 1.6.3 Recognized Columbian Federal Holidays : T he contractor is not required to perform services on the following holidays: 1st July San Peter y San Paul’s Day 4 th July Independence Day 7 th August Battle of Boyacá 19 st August Assumption Day 2nd September Labor day 14th October Race day/ Columbus Day 4 th November All Saints day 11 th November Veterans Day 8 th December Immaculate Conception 25 th December Christmas Day 1 st January New Year’s Day 1.6.4 Hours of Operation : The contractor is responsible for conducting business, between the hours of 08:00 a.m. until 5:30 p.m. Monday thru Friday except Columbian federal holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor shall not be reimbursed when the government facility is closed for the above reasons. 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. 1.6.5 Place of Performance: The work to be performed under this contract shall be performed at the Genesis compound at La Macarena Military Installation (LMMI) in the City of La Macarena, Meta Department, Colombia. 1.6.6 Type of Contract : The government shall award a hybrid contract that is a combination of Firm Fixed Price (FFP) and cost reimbursable CLINs. 1.6.7 Security Requirements : Contractor personnel performing work under this contract must request all permissions and authorizations in order to get into the La Macarena Military Installation (LMMI). 1.6.7.1 Physical S ecurity: The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. Contractor will notify the COR when access to the facility is required. The COR will coordinate with the Colombian Army for contractor to receive access to the facility. 1.6.7.2 Personnel Security Clearance Requirements: ( N/A). 1.6.7.2.1 The contractor shall follow DOD Federal Acquisition Regulation Supplement (DFARS) clause 252.223-7004, Drug-free Work Force; and local USSOUTHCOM policies regarding drug testing. The contractor shall conduct drug tests, ensuring all top secret cleared contractor employees are tested at least once per year, each year of the contract, as well as when there is a reasonable suspicion that an employee uses illegal drugs. The drug testing shall be at the contractor’s expense. Positive drug test results shall be made available to both the KO and COR within 24 hours of known test results. Records of drug testing shall be made available to the COR. 1.6.7.3 Background Checks : (N/A). 1.6.7.3.1 Background Check Notification Requirements : (N/A). 1.6.7.4 Employment Eligibility : (N/A). 1.6.7.5 Operations Security (OPSEC) Requirements: (N/A). 1.6.7.6 Key Control: (N/A). 1.6.7.7 Lock Combinations (N/A). 1.6.8 Post Award Conference/Contract Periodic Progress Meetings : The Contractor shall attend the post award conference convened by the contracting activity or contract administration office IAW Federal Acquisition Regulation (FAR) Subpart 42.5. The KO, COR, with other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the KO 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. 1.6.9 Contracting Officer Representative (COR) : The (COR) will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: ensure 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 KO and Contractor of any deficiencies; coordinate availability of government furnished property; and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates, or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. 1.6.10 Key Personnel : The follow personnel are considered key personnel by the government, Contractor, Contract Manager, and Maintenance Technician. The contractor shall provide a contract 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 contract manager or alternate shall have full authority to act for the contractor on all contract matters relating to daily operation of this contract. The contract manager or alternate shall be available between the hours and days specified in paragraph 1.6.4. 1.6.11 Special Qualifications or Certifications : The Maintenance Technician will be required to have general knowledge or electricity, plumbing, refrigeration and general maintenance to perform the duties under this contract. In the event of equipment repairs needed, the contractor will be responsible of sending a qualified technician to perform such repairs. 1.6.12 Identification of Contractor Employees : Contractor employees shall identify themselves as contractor personnel and shall avoid representing themselves as Government employees. This identification includes meeting attendance, answering Government telephones, email communications, and working in other situations where contractor status is not obvious. Contractor personnel identification shall be easily identifiable through the display of badges, name tags, lanyards, etc. Contractor employees are not required to obtain Government badges to perform this service. 1.6.13 Contractor Travel : (N/A). 1.6.14 Other Direct Costs: (N/A). 1.6.15 Data Rights: (N/A). 1.6.16. Non-Disclosure Requirements : (N/A). 1.6.16.1 Non-Disclosure Statements: Performance under this contract may require the Contractor to access data and information proprietary to a Government agency, another Government Contractor, or of such nature that its dissemination or use other than as specified in this work statement would be adverse to the interests of the Government or others. Neither the Contractor, nor Contractor personnel, shall divulge, nor release data or information developed, or obtained under performance of this work statement, except to authorize Government personnel or upon written approval of the KO. The Contractor shall not use, disclose, or reproduce proprietary data, which bears a restrictive legend, other than as specified in this PWS. All documentation showing individual names or other personal information shall apply, and shall be controlled and protected under the provisions of the Privacy Act of 1974, Public Law 93-579, 5 United States Code (U.S.C.) Section 552a. 1.6.17 Organizational Conflict of Interest (OCI) : (N/A). 1.6.18 Phase-in/Phase-Out (PIPO) Period: The phase in/phase out period will be the last 30 days of the active contract. 1.6.19 Training Requirements : (N/A). 1.6.19.1 Anti-Terrorism (AT) Level I Training: The Contractor shall complete AT Level I Training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, or 30 calendar days after employment of new personnel, all contractor employees, including subcontractor employees, who are employed under the contract 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 applies. Contractor personnel travelling overseas shall complete area of responsibility (AOR) specific AT awareness training for U.S. based contractor employees and associated sub-contractor employees. 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 10 calendar days after completion of this training by all employees and subcontractor personnel. AT Level I awareness training is available at https://Jkodirect.jten.mil. Contractor personnel must complete refresher training every 12 months except AOR specific AT Level I training which shall be completed as required by local AT policies. 1.6.19.1.1 N/A 1.6.19.2 OPSEC Training : Contractor employees, including subcontractors, shall complete Level I OPSEC training within 30 calendar days of employment under this contract. OPSEC Level I training is available at https://www.iad.gov/ioss/opse1301/index.htm. Contractor personnel must complete refresher training every 12 months. If training cannot be conducted on the website, the Contractor shall coordinate with the COR who will contact the local OPSEC Officer at their assigned location for classroom training. Contractor personnel completing training in the classroom will receive a certificate or the training attendance roster signed by the OPSEC Officer. Verification of the training shall be provided to the COR within 10 calendar days after completion of the training. 1.6.19.3 Information Assurance (IA) Training: Contractor employees, including subcontractors, requiring access to Government information systems shall complete the DOD IA Cyber Awareness Training. All employees working information technology (IT)/IA functions must comply with DOD and Army training requirements per DOD Directive (DODD) 8570.01, Information Assurance Training Certification and Workforce Management, DOD 8570.01-M, Information Assurance Workforce Improvement Program, and AR 25-2, Information Assurance, within 30 days of employment. Training is available at https://ia.signal.army.mil/DoDIAA/default.asp. All Contractor personnel and subcontractor personnel performing services under this contract with access to a government information system must be registered in the Army Training Certification Tracking System (ATCTS). Contractor personnel must complete refresher training every 12 months. 1.6.19.4 1.6.20 Foreign (OCONUS) Requirements : (N/A). 1.6.20.1 Theater and Country Clearance Requirements : (N/A). 1.6.20.2 Deoxyribonucleic Acid ( DNA) Samples : (N/A). 1.6.20.3 Medical Travel Requirements : (N/A). 1.6.20.4 Synchronized Pre-deployment and Operational Tracker (SPOT) : (N/A). PART 2 DEFINITIONS & ACRONYMS 2. Definitions and Acronyms : 2.1. Definitions : 2.1.1. Contractor. The total contractor organization or a separate entity of it; such as an affiliate, division, or plant that performs its own purchasing. 2.1.2. Contracting officer (KO). A person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings. 2.1.3. Contracting officer’s representative (COR). An individual designated and authorized in writing by the contracting officer to perform specific technical or administrative functions. 2.1.4. Defective Service. A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.5. Deliverable. Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.6. Key Personnel. Contractor personnel that are evaluated in a source selection process and that may be required to be used in the performance of a contract by the Key Personnel listed in the PWS. When key personnel are used as an evaluation factor in best value procurement, an offer can be rejected if it does not have a firm commitment from the persons that are listed in the proposal. 2.1.7. Performance Work Statement (PWS). A statement of work for performance-based acquisitions that describes the required results in clear, specific, and objective terms with measurable outcomes. 2.1.8. Physical Security. Protection of the perimeter area, government property, and assets that prevent the loss or damage of Government property. 2.1.9. Quality Assurance. The various functions, including inspection, performed by the government to determine whether a contractor has fulfilled the contract obligations pertaining to quality and quantity. 2.1.10. Quality Assurance Surveillance Plan (QASP). A plan describing how the agency will survey, observe, test, sample, evaluate and document the contractor’s performance in meeting critical performance standards identified in the contract. 2.1.11. Quality Control (QC). Tasks performed by the contractor to improve the quality of the organization’s output. 2.1.12. Shall. Imperative. 2.1.13. Subcontractor. Any supplier, distributor, vendor, or firm that furnishes supplies or services to or for a prime contractor or another subcontractor. 2.1.12. Work Day. The number of hours per day the Contractor provides services in accordance with the contract. 2.1.12. Work Week. Monday through Friday, unless specified otherwise. 2.2 Acronyms : [ List all acronyms with each spelled out. At a minimum, insert the acronyms below ]. AFFSSIR Armed Forces Repository of Specimen Samples ANSI American National Standards Institute AOR Area of Responsibility AR Army Regulation AT Anti-Terrorism CFR Code of Federal Regulations CLIN Contract Line Item Number CMR Contract Manpower Reporting CONUS Continental United States (excludes Alaska and Hawaii) COR Contracting Officer Representative DD Form 254 Department of Defense Contract Security Requirement List DNA Deoxyribonucleic Acid (DNA) DOD Department of Defense DODD Department of Defense Directive DODI Department of Defense Instruction FAR Federal Acquisition Regulation FHP Force Health Protection FY Fiscal Year GFE Government Furnished Equipment GFP Government Furnished Property GFS Government Furnished Services IA Information Assurance IAW In Accordance With IT Information Technology JPAS Joint Personnel Adjudication System JTR Joint Travel Regulation KO Contracting Officer LMMI La Macarena Military Installation LOA Letter of Authorization NIST National Institute of Standards and Technology OCI Organizational Conflict of Interest OCONUS Outside Continental United States (includes Alaska and Hawaii) ODC Other Direct Costs OPSEC Operation Security PIPO Phase In/Phase Out PRS Performance Requirements Summary PWS Performance Work Statement QA Quality Assurance QASP Quality Assurance Surveillance Plan QCP Quality Control Program RA Requiring Activity SOP Standard Operating Procedures SPOT Synchronized Predeployment and Operational Tracker TCN Third Country National TE Technical Exhibit U.S.C. United States Code USNB United States Naval Base (Insert for GTMO Only) USSOUTHCOM United States Southern Command PART 3 Government Furnished Equipment (GFE), Government Furnished Property (GFP), and Government Furnished Services (GFS) 3. GOVERNMENT FURNISHED ITEMS AND SERVICES : 3.1. Services : The Government will provide processing of RSO Security Clearance when needed. 3.2 Facilities : The Government will storage area for consumable supplies and minor equipment. 3.3 Utilities: The Government will provide utilities at no cost. 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 faucets, turning off lights, and powering off equipment at the end of the work day. 3.4 Equipment : (N/A). 3.4.1 For all issued GFP for this contract, the contractor shall submit a property management plan upon start of the contract to the COR that addresses the requirements as listed in FAR Clause 52.245-1, Government Property. Contractor shall ensure GFP is maintained IAW AR 735-5, Policies and Procedures for Property Accountability, in addition to the aforementioned clause. 3.5 Materials : (N/A). 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 Part 3 of this PWS. 4.2 Facility Security Clearance: (N/A). 4.3. Materials : See paragraph 4.1 4.4. Equipment : See paragraph 4.1 PART 5 SPECIFIC TASKS 5. Specific Tasks: 5.1. Basic Services. The contractor shall provide the following services; all items shall be maintained in serviceable condition. Items that cannot be maintained/repaired shall be reported to the COR within 12 hours of observation. 5.1.1 Roof repairs. 5.1.2 Provide windows, frames, and sealants maintenance. 5.1.3 Recoat concrete roof area with roofing tar every 5 years or when required due to leaks. 5.1.4 Repair leaks to building as they occur. 5.1.5 Maintain exterior of buildings to include building at the plant area i.e. lights, walls painted, roof repair leaks as required. 5.1.6 Maintain vehicles on site to include Gator, Truck, and Forklift with possible assistance from outside contracts. 5.1.7 Provide operator level preventive maintenance checks and services to two (2) each 455 Kw, C15 Caterpillar Gensets. 5.1.7.1 Cooling System Coolant Level - Check 5.1.7.2 Electrical Connections - Check 5.1.7.3 Engine Air Cleaner Service Indicator - Inspect 5.1.7.4 Engine Oil Level - Check 5.1.7.5 Fuel System Primary Filter/Water Separator - Drain 5.1.7.6 Generator Load - Check 5.1.7.7 Jacket Water Heater - Check 5.1.7.8 Power Factor - Check 5.1.7.9 Voltage and Frequency - Check 5.1.7.10 Walk-Around Inspection 5.1.7.11 Belts- Inspect 5.1.8 Insect prevention, keep living and exterior buildings free of insects using proper insecticide spray. 5.1.9 Repair/replace rest room utility fixtures i.e. toilet paper holders, soap holders etc. 5.1.10 Repair/replace door hardware and repair corrosion on the doors. 5.1.11 Replace light bulbs, lamps and ballasts for interior light fixtures. 5.1.12 Replace light bulbs, lamps and ballasts for exterior light fixtures. 5.1.13 Service and maintenance of plumbing network to include septic waste tank. 5.1.14 Clear clogged toilets. 5.1.15 Clear clogged drain lines. 5.1.16 Repair/replace tank type toilet components. 5.1.17 Repair sink faucet valve stems. 5.1.18 Appliance installation, maintenance and repairs to include all 20 air-conditioning units, stove, oven, 8 refrigerators, 5 water heater units, washer and drier. 5.1.19 Tile floor maintenance and repair. 5.1.20 Keep exterior drainage areas clear and in good repair. 5.1.21 Keep exterior area grass cut and the bastion walls clear of weeds and other plant growth. 5.1.22 Keep antenna field grass is cut and areas around antennas clear of all grass weeds and debris. 5.1.23 Maintain water plant system and plumbing to buildings to include pump filters, etc. 5.1.24 Maintain and monitor diesel system to include tanks, pumps, etc. 5.1.25 Maintain security fence line around building and plant area. 5.1.26 Keep sidewalks in good condition. 5.1.27 Paint interior/exterior walls and ceiling. 5.1.28 Provide doors and lock maintenance on seven doors. 5.1.29 Provide plumbing inspections and maintenance on 5 bathrooms, kitchen area and laundry. 5.1.30 Conduct electrical inspections and repairs as needed. 5.2. Task Heading : 5.2.1. Contractor shall deliver to the COR proposed work schedule and timeline for contract completion within 10 days of contract award. 5.2.2. Contractor shall conduct an initial inspection of the air condition units, and conduct immediate corrective maintenance to begin within 30 days of contract award. Thereafter, the contractor shall conduct preventive/ corrective maintenance every 90 days to include replacement of equipment if necessary. 5.2.3. Contractor shall conduct an initial inspection, and conduct immediate corrective maintenance to doors, locks, plumbing, windows, frames, sealants, electrical grid, floors, ceilings and walls within 30 days of contract award. Thereafter, the contractor shall conduct maintenance for the aforementioned every 6 months. 5.2.4. The contractor shall conduct an initial inspection, and conduct immediate corrective maintenance to water heater, washing machine, and dryer within 30 days of contract award. Thereafter, the contractor shall conduct maintenance at least once a year or as needed. 5.3. CONTRACTOR MANPOWER REPORTING (CMR ): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract [ for the NAMED COMPONENT] via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/, and then click on the “Department of the Army CMRA” or the icon of the DOD organization that is receiving or benefitting from the contract services. 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 2013. If contract period of performance ends prior to September 30, the contractor has 30 days from end date of the contract to complete the CMR requirement. Contractors may direct questions to the help desk by clicking on the “Send an email” which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/Component’s CMR website. PART 6 APPLICABLE PUBLICATIONS 6. Applicable Publications (Current Editions) 6.1. The Contractor must abide by all applicable regulations, publications, manuals, and local policies and procedures. 6.1.1 DOD Commercial Use of Imagery Guidelines 6.1.2 AR 190-13, The Army Physical Security Program 6.1.3 DOD 5220.22-M, National Industrial Security Program Operating Manual 6.1.4 Defense Federal Acquisition Regulation Supplement (DFARS) 6.1.5 Joint Travel Regulation (JTR) 6.1.6 AR 735-5, Policies and Procedures for Property Accountability 6.1.7 DODD 8570.01, Information Assurance Training Certification and Workforce Management 6.1.8 DOD 8570.01-M, Information Assurance Workforce Improvement Program 6.1.9 AR 25-2, Information Assurance 6.1.10 DODI 3020.41, Contractor Personnel Authorized to Accompany the U.S. Armed Forces 6.1.11 USSOUTHCOM SC Regulation 40-501, Medical Suitability Screening Regulation PART 7 ATTACHMENT/TECHNICAL EXHIBIT LISTING 7. Attachment /Technical Exhibit List : 7.1. Attachment 1 – Performance Requirements 7.2 Attachment 2 – Deliverables ATTACHMENT 1 Performance Requirements Summary The contractor service requirements are summarized into performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimum acceptable levels of service required for each requirement. These thresholds are critical to mission success. Performance Objective (The Service required—usually a shall statement) Standard Performance Threshold (This is the maximum error rate. It could possibly be “Zero deviation from standard”) Method of Surveillance % Deduction from monthly invoice for not meeting Performance Standards 1. Combating Trafficking in Persons FAR 52.222-50 c The Contractor shall Notify its employees of a. The United States Government's zero tolerance policy described in paragraph (b) of this clause The actions that will be taken against employees for violations of this policy. Such actions may include, but are not limited to, removal from the contract, reduction in benefits, or termination of employment 100% Compliance 100% Inspection, COR Validation 5% of total monthly price will be deducted 2. Contracting Manpower Reporting (Para 5.3) The Contractor shall completely fill in all the information in the format using the following web address https://cmra.army.mil. 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. If contract period of performance ends prior to September 30, the contractor has 30 day from end date of the contract to complete the CMR requirement. 100% Compliance 100% Inspection, COR Validation 5% of CLINS total monthly price will be deducted PRS # 1 Contractor shall deliver to the COR proposed work schedule and timeline for contractcompletion within 10 days of contract award. (Para 5.2.1) The contractor provided the service within 15 calendar days. 100% Compliance COR Validation 5% of CLINS total monthly price will be deducted PRS # 2 Contractor shall conduct an initial inspection of the air condition units, and conduct immediate corrective maintenance to begin within 30 days of contract award. Thereafter, the contractor shall conduct preventive/ corrective maintenance every 90 days to include replacement of equipment if necessary. (Para 5.2.2) The contractor provided the service within 90 calendar days, and every 90 days thereafter. 100% Compliance Validated Customer Complaint in writing received by COR. 5% of CLINS total monthly price will be deducted PRS # 3 Contractor shall conduct an initial inspection, and conduct immediate corrective maintenance to doors, locks, plumbing, windows, frames, sealants, electrical grid, floors, ceilings and walls within 30 days of contract award. Thereafter, the contractor shall conduct maintenance for the aforementioned every 6 months. (Para 5.2.3) The contractor provided the service within 30 calendar days. Thereafter, every six months. 100% Compliance Validated Customer Complaint in writing received by COR. 5% of CLINS total monthly price will be deducted PRS # 4 The contractor shall conduct an initial inspection, and conduct immediate corrective maintenance to water heater, washing machine, and dryer within 30 days of contract award. Thereafter, the contractor shall conduct maintenance at least once a year or as needed. (Para 5.2.4) The contractor provided the service within 30 calendar days. Thereafter, once a year. 100% Compliance Validated Customer Complaint in writing received by COR. 5% of CLINS total monthly price will be deducted ATTACHMENT 2 Deliverables Schedule Deliverable Frequency # of Copies Medium/Format Submit To Name of contract manager responsible for work performance, and alternate Once, 10 days before granting contract 1 Email or hard copy COR Provide a summary of services performed to include parts and expendable supplies used No later than 10 days after service performance 1 Email or hard copy COR CMR Reported by 31 October of each calendar year. If contract period of performance ends prior to September 30, the contractor has 30 day from end date of the contract 1 Fill format at submit to website http://www.ecmra.mil/ Drug testing results Yearly 1 Email or hard copy Positive drug test results shall be made available to both the KO and COR within 24 hours of known test results.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e1c4328453e2b1aab0b4ef8892c9df0)
 
Place of Performance
Address: MILITARY BASE LA MACARENA, META, LA MACARENA, Colombia
 
Record
SN04091784-W 20160423/160421234947-9e1c4328453e2b1aab0b4ef8892c9df0 (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.