Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 17, 2020 SAM #6623
SOLICITATION NOTICE

S -- Dryer Duct Cleaning for Osan Air Base

Notice Date
1/15/2020 3:01:46 PM
 
Notice Type
Presolicitation
 
NAICS
561790 — Other Services to Buildings and Dwellings
 
Contracting Office
411TH CONTRACTING SUPORT BRIGAGE AU APO AP 96205 USA
 
ZIP Code
96205
 
Solicitation Number
W91QVN20R0046
 
Response Due
1/30/2020 10:00:00 AM
 
Archive Date
02/14/2020
 
Point of Contact
Chin Ok Han, Phone: 82203353360
 
E-Mail Address
chinok.han.ln@mail.mil
(chinok.han.ln@mail.mil)
 
Description
PERFORMANCE WORK STATEMENT FOR DRYER DUCTS CLEANING Part 1 General Information 1.� General:� This is a non-personal services contract to provide services necessary by removing, cleaning and disposing of foreign matter from dryer ducts on Osan AB.� 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. Background:� There are approximately 17,982 SF dryer ducts to be completely cleaned for Osan AB. �Notification will be provided to the Contractor in a timely manner, if allowable, when such increases or decreases occur. �The Contractor shall perform to the terms and conditions of this contract to complete cleaning provided. 1.2. Objectives:� The Government is committed to provide a safe and timely removal of all foreign matter from dryer ducts. �The monthly removal of this foreign matter is critical to maintaining proper Life, Health and Safety standards for the Militaries and Militaries� families. This will allow units to maintain their operation temp morale, and quality of life. 1.3. Scope:� The Contractor shall furnish all necessary personnel, equipment, tools, materials, supervision, parts and services necessary to service all dryer ducts located on Osan Air Base, Korea.� All work shall comply with all applicable Government and the Republic of Korea (ROK) Ministry of Environment (MOE) laws and regulation. Estimated workload sites are in attachment 3.� 1.4. Period of Performance:� The period of performance shall be for one (1) Base Year of 11 months and four (4) 12-month option years.� The Period of Performance reads as follows: � Base Year������������ : 22 Mar 2020 ~ 21 Feb 2021������������������������������������� Option Year I����� : 22 Feb 2021 ~ 21 Feb 2022�������� Option Year II ��� �: 22 Feb 2022 ~ 21 Feb 2023����������������������� Option Year III��� : 22 Feb 2023 ~ 21 Feb 2024 Option Year IV���� : 22 Feb 2024 ~ 21 Feb 2025 1.5. General Information 1.5.1. Quality Control Program (QCP):� The contractor shall develop and maintain an effective quality control program 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 is required to submit a Quality Control Program within 10 calendar days after the contract award date (CDRL 1) .An updated copy of the Contractor�s plan shall be provided to the Contracting Officer and COR as changes occur.� The contractor shall use the format below to measure each line item in the Performance Requirements Summary (PRS) table.� For any changes to the original QC plan the contractor shall receive the contracting officer�s acceptance in writing of any proposed change to his QC system.� Objective PERFORMANCE STANDARD What level of performance is required to meet the Performance Objective or Task? CONTRACTOR PERFORMANC E STANDARD What level of performance is required to meet the Performance Objective or Task? Performance Threshold Contractor WHAT/DATA SOURCE What are you going to inspect? HOW/ METHOD OF ASSESSMENT How are you going to inspect Contractor CALCULATION How will you determine if the AQL and Standard are being achieved? Quality Control Plan 1.6.1 Quality Control Plan (QCP) and the quality control actions required to successfully meet the term of the PWS. Contractor submit based on PWS requirement 100% Contractor submits based on PWS requirement. 100%� Inspection Pass/Fail 1.5.2. Quality Assurance:� The government will evaluate the contractor�s performance under this contract in accordance with the Quality Assurance Surveillance Plan.� This plan is primarily focused on what the Government must do to ensure that the contractor has performed in accordance with the performance standards.� It defines how the performance standards will be applied, the frequency of surveillance, and the minimum acceptable defect rate(s).������ 1.5.3. Recognized Holidays:� The contractor is not required to provide service on Korean national and U.S federal holidays; the holidays are: ROK legal holidays � (1) 1 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, 15, and 16 August on the Lunar Calendar) (10) 3 October (National Foundation Day) (11) 9 October (Hangul Proclamation Day) (12) 25 December (Christmas Day)������������ U.S. Government legal holidays � (1) 1 January (New Year's Day) (2) 3rd Monday, January (Dr. King�s Birthday) (3) 3rd Monday, February (President's Day) (4) Last Monday, May (Memorial Day) (5) 4 July (Independence Day) (6) 1st Monday, September (Labor Day) (7) 2nd Monday, October (Columbus Day) (8) 11 November (Veterans' Day) (9) 4th Thursday, November (Thanksgiving Day) (10) 25 December (Christmas Day) 1.5.4. Hours of Operation:� The Contractor is responsible for conducting business, between the hours of 0700 to 1700, Monday through Friday.� 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. 1.5.5. Place of Performance:� The work to be performed under this contract will be at the locations listed attachment 3. 1.5.6. Type of Contract:� The Government will award Requirement CLIN. 1.5.7. Security Requirements:� Contractor personnel or any representative of the Contractor entering Osan Air Base shall abide by all security regulations imposed by the local installation commander at all times and shall be subject to security checks.� Contractor personnel and property shall be subject to search and seizure upon entering the confines of above installations, while on, and upon leaving the confines of Osan Air Base. 1.5.8. Special Qualification for Dryer Ducts Cleaning Contract. 1.5.8.1. Contractor Qualification: The prime contractor shall have at least two (2) years of experience within last five (5) years in performing dryer ducts cleaning service. The experience of a subcontractor cannot substitute for the prime contractor�s experience. 1.5.8.2. Business Registration. The Contractor shall have a valid and current business registration in dryer ducts cleaning service or related service. 1.5.8.2. Company business certifications/license: �The Contractor shall have a valid and current public hygiene management business permission (??????? ???) issued by ROK Government and one of key personnel shall have a year of 2018 �sanitary training certificate (2018?? ?????) provided by organizations/associations permitted by the Minister of Health and Welfare 1.5.8.3. Employment list and Tool/Equipment/Vehicle list. Contractor must maintain the details of employment status and Tool/Equipment/Vehicle list. All employment and Tool/Equipment/Vehicle must be available on the contract award day. 1.5.8.4. Contract Manager (CM).� The Contractor shall establish and maintain an office through which the contract manager can be contacted during work hours. The contract manager shall be available during normal duty hours to meet on the installation within one (1) hour with the government personnel designated by the COR to discuss problem areas. The contract manager shall have full responsibility to act for the contractor on all contract matters relating to operations of this contract. The contract manager shall have a minimum two (2) years experiences as a CM within the last five (5) years and shall be an individual who is capable of conversing in and understanding English.� The contract manager shall have full authority to act for the Contractor on all contract matters relating to the daily operation of this contract. 1.5.8.5. Contractor personnel shall present a professional appearance and be easily recognized as Contractor employees. Identification of all employees shall be accomplished by wearing distinctive clothing bearing the name of the company.� The Contractor shall provide distinctive clothing at the Contractor�s expense 1.5.9. Post Award Conference/Periodic Progress Meetings:� The Contractor shall attend post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation (FAR) Subpart 42.5.� The KO and Contracting Officer�s Representative (COR) shall 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. � 1.5.10. Contracting Officer�s Representative (COR):� 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. 1.5.11. Base Passes:� Upon notice of award the Contractor shall obtain all the passes and necessary vehicle permits required for entry by authorized Contractor personnel in accordance with base policy, point of contact information for this action will be provided up on contract award. 1.5.12. Escort Privileges:� The CM shall be the only three (3) authorized escort privileges.� This privilege is only for employees working on this contract.� It is the escort�s responsibility to ensure he/she maintains full control of all individuals at all times. 1.5.13. Physical Security:� 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. 1.5.14. Reserved. PART 2 DEFINITIONS & ACRONYMS 2.� Definitions and Acronyms: 2.1. DEFINITIONS 2.1.1. CONTRACTOR.� A supplier or vendor awarded a contract to provide specific supplies or service to the government.� The term used in this contract refers to the prime. 2.1.2. CONTRACTING OFFICER.�� A person with authority to enter into, administer, and or terminate contracts, and make related determinations and findings on behalf of the government.� Note: The only individual who can legally bind the government. 2.1.3. 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. 2.1.4. CUSTOMER.� Those personnel within a facility that receives services reflected in this PWS. 2.1.5. DEFECTIVE SERVICE.� A service output that does not meet the standard of performance associated with the Performance Work Statement. 2.1.6. DELIVERABLE.� Anything that can be physically delivered, but may include non-manufactured things such as meeting minutes or reports. 2.1.7. EXPENDABLE MATERIALS.� Items that are not supplied by the Government as part of the Government-Furnished Property and Services.� Such items may include soap, disinfectors, screws, nuts, bolts, washers, electrical tape, lubrication, etc. 2.1.8. 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. 2.1.9. MAINTENANCE.� Includes both scheduled repairs (preventative maintenance) and unscheduled, non-emergency repairs (defined in UFC 3-600-02 as self-evident or �fix-it-when-it-breaks�).� Emergency repairs are otherwise provided for in this contract.� To restore by replacing part(s) or correcting other defects in the system and returning the system back to its original operating condition after malfunction. 2.1.10. PERFORMANCE REQUIREMENT:� The point that divides acceptable and unacceptable performance according to the performance requirement summary and the Inspection of Services Clause.� It is the number of defectives or maximum percent defective in the lot that is deemed acceptable. 2.1.11. PERFORMANCE REQUIREMENT SUMMARY.� A listing of the service outputs under the contract that are to be evaluated by the COR on a regular basis, the surveillance methods to be used for these outputs, and the performance requirement of the listed outputs. 2.1.7. PHYSICAL SECURITY. �Actions that prevent the loss or damage of Government property. 2.1.8. QUALITY ASSURANCE.� The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards. 2.1.9. QUALITY ASSURANCE Surveillance Plan (QASP).� An organized written document specifying the surveillance methodology to be used for surveillance of contractor performance.� 2.1.10. QUALITY CONTROL.� All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. 2.1.11. SUBCONTRACTOR.� One that enters into a contract with a prime contractor.� The Government does not have privity of contract with the subcontractor. 2.1.12. WORK DAY.� The number of hours per day the Contractor provides services in accordance with the contract. 2.1.13. WORK WEEK.� Monday through Friday, unless specified otherwise. 2.2. ACRONYMS ACOR��������������������������������� Alternate Contracting Officer's Representative AFARS������������������������������� Army Federal Acquisition Regulation Supplement AR�������������������������������������� Army Regulation CFR������������������������������������ Code of Federal Regulations CONUS������������������������������ Continental United States (excludes Alaska and Hawaii) COR������������������������������������ Contracting Officer Representative DA�������������������������������������� Department of the Army 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 OCONUS��������������������������� Outside Continental United States (includes Alaska and Hawaii) PIPO����������������������������������� Phase In/Phase Out POC������������������������������������ Point of Contact 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 ITEMS AND SERVICES:� 3.1 Services:� �The government will provide water, sewage, and electricity at no cost to the Contractor. 3.2. 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. 3.3. Fire Prevention and Protection. The Contractor shall comply with the requirements set forth in 51st 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 warehouse storage and office areas. The Contractor shall check fire extinguishers monthly in common area and report any discrepancy to COR.� �� �� �� PART 4 CONTRACTOR FURNISHED ITEMS AND SERVICES 4.� CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES:� 4.1 General:� The Contractor shall furnish all necessary supplies, equipment, facilities, and services required to perform work under this contract 4.2. Transportation and Equipment:� The Contractor shall provide all transportation, miscellaneous equipment, and other necessary resources in the performance of this contract. � 4.3. Government Requirements:� The Contractor shall accomplish this contract in an environmentally acceptable manner for removal and disposal of all trash and garbage collected from Osan AB. 4.4. Life Support or Sustainment: The Contractor shall be responsible for providing all necessary life support for Contractor personnel executing the requirements of this PWS. 4.5 Secret Facility Clearance:� N/A 4.6. Safety. � 4.6.1. General. The Contractor must perform all operations in a prudent, conscientious, safe and professional manner to comply with the provisions of the Occupational Safety and Health Standards Act and applicable Korean Laws and Regulations. At a minimum, Contractor�s personnel and equipment shall comply with applicable Korean Laws and regulations. The Contractor shall ensure that its agents, employees perform in a safe manner. Handling and personnel protective equipment shall be provided by the Contractor and must be appropriate to ensure safe handling of these mixtures. � 4.6.2. Equipment. All Contractor equipment shall be subject to function and safety inspections by the Government. Equipment considered not SAFE or functional shall be removed from the job site. The Contractor shall take all safety measures. 4.6.3. The Contractor shall insure that safety precautions are taken during the performance of this contract to protect the lives of contractor personnel, the property of the U.S. Government, the Republic of Korea, as well as the private individuals and firms who may be exposed to or endangered by the contractor�s actions to maintain minimal accidents/incident, zero loss of life and minimal damage to property. The Contractor shall provide a written safety plan with policies, procedures and safety checklist within ten (10) days after contract award (CDRL 2) �The safety plan shall be confirmed by the COR then accepted by the KO within five (5) working days. The safety program shall comply with the Korean Occupational Safety and Health Act (KOSHA). The Contractor agrees to comply with its written program for the life of the contract. Any changes or modification to its safety program will be coordinated and reviewed by the COR, or his/her duly authorized representative. 4.6.4. Safety Training. The Contractor shall provide regular safety awareness training to its employees. Additionally, select employees shall attend advanced safety training courses including courses on KOSHA Safety Requirements and Working along Safety Procedures. 4.6.5. Accident investigations, reports, and logs. The safety plan shall include a copy of the contractor�s accident investigation reporting format, and logs. Report all accidents as soon as possible but not more than four (4) hours of accident occurrence to the KO and the COR. The contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective actions to the KO and the COR in the accident investigation reporting format as soon as possible but no later than five (5) working days following the accident. Implement corrective actions as soon as reasonably possible. The accident investigation reporting format shall include at a minimum: � (1) Contract number and contract name/description. (2) Name of contractor (3) Date/time of accident (4) Date report was completed (5) Detail description of events that lead to the accident (6) Root cause of accident (7) Contributing factors (8) Corrective action(s) to prevent recurrence � 4.6.6. The following require immediate accident notification and written accident report: (1) A fatality; (2) A permanent total or permanent partial disability; (3) The hospitalization of three or more people resulting from a single occurrence; (4) Property damage of $200 or more. 4.7. Antiterrorism (AT) and Operations Security (OPSEC) 4.7.1. N/A 4.7.2. N/A � 4.7.3. N/A 4.7.4. N/A 4.7.5. N/A � 4.7.6. N/A 4.7.7. N/A PART 5 SPECIFIC TASKS 5.1 DRYER DUCTS CLEANING REQUIREMENTS. 5.1.1. Scheduling Services.� The contractor shall schedule all services with the facility manager of each building in order to ensure complete cooperation between the customer and the contractor. 5.1.2. Extent of cleaning.� The dryer duct systems to the final point of outlet on the roof or the wall including vent screens and vents at the building exit, shall be thoroughly cleaned and all foreign matter (lint, debris, dust, soot, etcetera (etc.)) shall be removed by use of a cleaner.� All appliances, furniture, etc. shall be covered by vinyl covering for protection during cleaning operations.� 5.1.3. Finishing-up.� After the duct/vent systems are properly cleaned, the contractor shall clean all surrounding areas where foreign matter or moisture may have fallen and all duct/vent systems shall be resealed to original conditions.� All materials, equipment, appliances, and furnishings shall be reinstalled to their original location and condition.� 5.1.4.� �Disposal.� The contractor shall dispose all foreign matter generated by this contract to an approved off-base location.� Disposal shall be accomplished in full compliance with all existing Republic of Korea Environmental laws and regulations. The contractor shall be responsible for any permits or fees associated with the use of off-base disposal locations. 5.1.5. Temporary Access Holes.� Any access holes temporarily cut for the cleaning process shall be repaired so as not to significantly alter the airflow.� All openings, after completion of cleaning, shall be sealed.� For insulated duct, care shall be exercised to neatly cut off the insulation for openings.� After the completion of work, the removed pieces shall be reinstalled. The reinstalled patch shall be marked with fluorescent color (paint or tape) in order to be easily identified. 5.1.6. Work Schedule.� The contractor shall develop and submit a proposed work schedule for the next month�s cleaning services to the COR no later than five (5) working days prior to the end of the month for approval (CDRL 3). The contractor shall have a verification log to be signed by the facility manager of each building. 5.1.7. Report and Record.� The contractor shall provide a monthly report by the 10th day of the following month with a detailed cleaning report from each building.� Format for these monthly reports shall be coordinated with the COR (CDRL 4)�� .� 6. CONTRACT MANAGEMENT REPORTING: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report ALL Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address tps://Contractormanpower.army.pentagon.mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative (COTR) or also know as the Contracting Officer�s Representative (COR); (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; (5) Estimated direct labor hours (including sub-Contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-Contractors); (7) Total payments (including sub-Contractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each sub-Contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); (11) Locations where Contractor and sub-Contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of Contractor and sub-Contractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year (CDRL 5)� �. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a Contractor�s system to the secure website without the need for separate data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. PART 6 ATTACHMENT/TECHNICAL EXHIBIT LISTING TECHNICAL EXHIBIT 1 6.1.�������� Attachment 1/Technical Exhibit 1 � Performance Requirements Summary 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 Performance Standard. Performance Threshold Method of Surveillance Remedy of Failure PRS-1 Perform cleaning of dryer ducts system including the duct work by monthly. PARA 5.1.2. No more than 3 valid defects per month Random Sampling Re-performed within one working� day PRS Table Explanation.� The following PRS table identifies the performance objectives considered essential for the contracted services to be performed in a satisfactory manner. It is the Contractor�s responsibility to establish an effective quality control system to ensure all performance standards identified below are met or exceeded. Any performance objective, evaluated by the Government COR and determined outside the acceptable quality level will be considered as an unsatisfactory performance for inspection purposes, even if re-performed at a later date. Any performance objectives below the acceptable quality level identified for the surveillance period will be documented as unsatisfactory performance. Performance Evaluation Meetings:� The KO may require the project manager to meet with other Government personnel as deemed necessary.� The Contractor may request a meeting with the KO when they believe such a meeting is necessary.� Written minutes of any such meetings shall be recorded in the contract and signed by the project manager and the Procuring Contracting Officer (PCO) or Administering Contracting Officer (ACO).� If the Contractor does not concur with any portion of the minutes, such non-concurrence shall be provided in writing to the KO within 10 calendar days following receipt of the minutes. Contract Discrepancy Report (CDR) - a CDR shall be issued when unacceptable performance does not exceed the performance standard minimums, as identified in the Performance Requirement Summary below. A CDR shall also be issued in the event of non-performance, after notification to perform, or when re-performance, (due to an unsatisfactory inspection rating), has not been accomplished within the terms of the performance work statement.� The following listing provides various types of Surveillance as examples to select from and should not be included on the final document: Random Sampling:� Appropriate for frequently recurring tasks.� Evaluate randomly selected samples of the lot to determine the acceptability of the entire lot. Random Inspection Guide, Method of surveillance, Lot size, Sample size, Performance requirement, Sampling procedure, Inspection procedure 100 Percent Inspection:� Appropriate for tasks that occur infrequently.� Inspect and evaluate performance each time task is performed Periodic Surveillance:� Evaluation of samples selected on other than 100% or statistically random basis.� (i.e., monthly, quarterly, semi-annually etc.) Validated Customer Complaint:� Complaints must be validated. � � � � � � � � 6.2. Attachment 2/Technical Exhibit 2 � Deliverables Schedule DELIVERABLES SCHEDULE: � � � � Deliverable Frequency � � �# of Copies Medium/Format Submit To CDRL #1. Quality Control Program (QCP) PWS Para 1.5.1. Within 10 calendar days after the contract award 1 original � �MS Word COR CDRL#2 Safety Plan PWS Para 4.6.3. Within 10 days after the contract award. 1 original �MS Word COR CDRL#3 Work schedules PWS Para 5.1.6. five (5) working days prior to the end of the month 1 original �MS Word COR CDRL#4 Reports PWS Para 5.1.7. 10th of each month� 1 original �MS Word COR CDRL#6 CMR Report by 31 October of each calendar year N/A N/A using the following web address https://Contractormanpower.army.pentagon.mi � � � � � � � � 6.3. Attachment 3/ Technical Exhibit 3- LISTING OF MAIN CLOTHES DRYER ducts BY FACILITY NO Bldg# SF Location 1 382 300 1,3 FL 2 383 300 1,3 FL 3 385 300 1,3 FL 4 386 300 1,3 FL 5 499 6700 1,2,3,4,5,6,7, 8 FL 6 705 100 2,3 FL 7 707 100 2,3 FL 8 708 100 2,3 FL 9 709 100 2,3 FL 10 712 570 1,3 FL 11 717 100 2,3 FL 12 718 100 2,3 FL 13 720 100 2,3 FL 14 731 80 2,3 FL 15 732 80 2,3 FL 16 734 80 2,3 FL 17 772 720 1,2,3,4 FL 18 918 200 3 FL 19 929 570 1,3 FL 20 930 80 1,3 FL 21 965 30 1 FL 22 1012 400 1,2,3,4 FL 23 1313 20 1 FL 24 1346 200 2,3 FL 25 1348 200 2,3 FL 26 1349 200 2,3 FL 27 1351 200 2,3 FL 28 1352 200 2,3 FL 29 1365 244 1 FL 30 1366 244 1 FL 31 1436 244 1 FL 32 1438 300 1 FL 33 1458 200 2,3 FL 34 1459 1570 1,2,3,4,5 FL 35 1460 200 2,3 FL 36 1462 200 2,3 FL 37 1464 80 1 FL 38 1465 700 2,3,4,5,6,7,8 FL 39 1472 1570 1,2,3,4,5 FL Total 17982
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/146cc591cc9a4763983973911a59a909/view)
 
Place of Performance
Address: 96271, KOR
Zip Code: 96271
Country: KOR
 
Record
SN05535418-F 20200117/200115230155 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.