Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2021 SAM #7027
SOLICITATION NOTICE

S -- Containerized Latrine Unit�s (CLUs) Custodial - Janitorial Services

Notice Date
2/22/2021 5:26:24 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
0413 AQ HQ CONTRACT FORT SHAFTER HI 96858-5025 USA
 
ZIP Code
96858-5025
 
Solicitation Number
W912CN-21-Q-TB03
 
Response Due
2/26/2021 7:00:00 PM
 
Archive Date
03/13/2021
 
Point of Contact
Tereshia Burford, Phone: 8086561003, Lisa Nakamoto, Contracting Officer
 
E-Mail Address
tereshia.burford.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil
(tereshia.burford.civ@mail.mil, lisa.k.nakamoto.civ@mail.mil)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Description
Combined Synopsis and Solicitation Notice Information (Moodification) Regional Contracting Office � Hawaii, The Regional Contracting Office, Hawaii has a requirement for Custodial Janitorial Services for Containerized Latrine Unit�s (CLU) 895 McMahon Road, Building R1054 on Schofield Barracks, HI 96857. This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Part 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� This is a Request for Quote (RFQ) and the solicitation number is W912CN-21-Q-TB03. This is an all-or-none requirement and partial quotes will be deemed unresponsive and will not be evaluated. The Government will award on a single purchase order to the lowest priced responsible offeror whose offer conforms to the requirements as stated in the combined synopsis/solicitation and is most advantageous to the Government based on the criteria listed in the Solicitation. The Product Service Code (PSC): S201 Housekeeping- Custodial Janitorial Services This is a restricted buy and the associated NAICS code is 561720 � Janitorial Services. ���������������� �Is being set-aside for 100% Service Disabled Veteran-Owned Small Businesses (SDVOSB) Offerors must be registered and active in the System for Award Management (SAM) and all responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ All questions concerning this combined synopsis and solicitation must be directed to Tereshia Burford at the below contact information: Phone Number: 808-656-1003 and e-mail Tereshia.burford.civ@mail.mil by 1600 hours Hawaii Standard Time on February 18, 2021. All answers to Betasam.gov will be posted to this combined synopsis/solicitation. SITE VISIT DATE / TIME/PLACE A Site Visit is scheduled to be held: Date: Wednesday, 17 February 2021 Meet Time: 11:000 AM HST Meeting Location for site Visit and POC: Mr. Homer Blake 895 McMahon Rd Bldg. R1052 Schofield Barracks, HI 96857 The site visit is being held to provide offerors with an opportunity to familiarize themselves with the work site and conditions to be encountered and is not for the purpose of answering questions. Any vendor interested in attending, please contact the POC no later than Wednesday February 16, 2021 via email to: Tereshia.burford.civ@mail.mil. Please confirm by February 16, 2021 if you will be attending the site visit. Attendees limit two (2) representative per company. Please wear a mask/face covering when attending this site visit. NOTE: Any discussions, remarks, and explanations that may be made by Government representatives during this event will not change the terms of the solicitation, unless the solicitation is amended in writing. Quotes are due no later than the response date in the posting. Quotes need to include the CAGE code of the business submitting the quote. Responses/offers shall be submitted electronically, PDF or MS Word Format to: Tereshia.burford.civ@mail.mil. Any amendment(s) issued to this RFQ will be published on this website. Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement.� No telephone requests. All requests must include company name, address, POC name, telephone number, fax number, cage code, Tax ID number, Business size, county and DUNS number. The 196th INF BDE wants to procure a Custodial Janitorial Services for 895 McMahon Road, Building R1054 on Schofield Barracks, HI 96857 per the Performance Work Statement (PWS) attached to this combined synopsis/solicitation). Bid All or None. All Services offered must include the technical specifications of the PWS. Brief description: The Contractor shall perform custodial - janitorial services for (2) Containerized Latrine Unit�s (CLUs) three (3) times per week on Monday, Wednesday, and Friday. Each CLU consists of two individual sinks, four (4) toilets, and one urinal trough. If the Contractor is not available on the specified day, they will inform the COR to discuss another day of the week to perform services. Contractor shall install two push paddle roll paper towel dispenser per unit, two Impact liquid /foam soap dispensers refillable type per unit to support the two sinks, and one-four roll toilet tissue dispenser per stall. The Contractor, during normal operation, shall clean Containerized Latrine Unit�s (CLUs and replenish supplies for each CLUs to include toilet papers etc. (See PWS attached for full description of services required) A list of contract line item number(s) and items, quantities and units of measure must be provided: CLIN 0001 � Monthly Janitorial Service and Annual cost CLIN 0002 � Dispensers: Supplies and Installation (One-time) cost CLIN 0003 � Supplies � Monthly and Annual cost CLIN 1001- Option One: Monthly Janitorial Service and Annual CLIN 1002 �Option One: �Supplies � Monthly and Annual cost CLIN 2001 - Option Two: Monthly Janitorial Service and Annual Cost CLIN 2002 � Option Two: Supplies � Monthly and Annual cost Please provide Overall Total cost on your Quote All quotes must be valid for no less than 30 days. Period of Performance: The period of performance start date is estimated and is subject to change at the Government�s discretion (Tentative Start Date) Base year:����������� 1 March 2021- 28 February 2022 Option year 1: ���� 1 March 2022- 28 February 2023 Option year 2: ���� 1 March 2023- 29 February 2024 Place of Performance US Army Pacific (USARPAC) 895 McMahon Rd Building R1054 Schofield Barracks, HI 96857-5000 Offers will be accepted via email to: Tereshia.burford.civ@mail.mil Offers must be received at this email address Inbox no later than 5:00 PM, Hawaii Standard Time on February 26, 2021. Offeror must be registered and active in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.betasam.gov. Contracting Office Address: 742 Santos Dumont Ave. BLDG 108 Wheeler Army Air Field (WAAF) Schofield Barracks, Hawaii 96857 United States Primary Point of contact All quotes and inquiries should be addressed to Ms Tereshia Burford by email at Tereshia.burford.civ@mail.mil or by telephone at 808-656-1003 during normal business hours. This combined synopsis-solicitation incorporates one or more provisions or clauses by reference, with the same force and effect as if they were given in full text.� The full text of any provision or clause may be accessed electronically at http://farsite.hill.af.mil or https://www.acquisition.gov/far/index.html and the DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html apply to this combined synopsis/solicitation: The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. The provision 52.212-2, Evaluation -- Commercial Items, will be used. See Basis for Award. (a)** Basis for Award: The request for quotation uses streamlined acquisition procedures pursuant to FAR Part 12 and FAR Part 13 as authorized. The Government intends to award a firm fixed price contract resulting from competitive quotes received in response to this solicitation. The quote will be evaluated for a fair and reasonable price. The award decision will be made to the lowest priced offeror conforming to the Performance of Work (PWS). (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party.� Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-3 Offerors Representations and Certifications � Commercial Item �Alternate 1 FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-7 System for Award Management (OCT 2016) 52.204-13 System for Award Management Maintenance (OCT 2016) 52.204-16 Commercial and Government Entity Code Reporting 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014) 52.204-22 Alternative Line Item Proposal (JAN 2017) 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.204-24 �(OCT 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations�Representation (NOV 2015) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.219-6 Notice of Total Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (OCT 2015) 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviation in Clauses The following additional DFARS clauses cited in the clause are applicable to the acquisition: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013) 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 252.204-7003 Control Of Government Personnel Work Product (APR 1992) 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014) 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support (MAY 2016) 252.225-7000 Buy American�Balance of Payments Program Certificate�Basic (NOV 2014) 252.225-7001 Buy American and Balance of Payments Program�Basic (DEC 2017) 252.225-7048 Export-Controlled Items (JUN 2013) 252.225-7993 (Dev) Prohibition on Providing Funds to the Enemy (Deviation 2015-O0016) (SEP 2015) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work-Flow Payment Instructions 252.232-7010 Levies on Contract Payments 252.243-7001 Pricing of Contract Modifications. 252.244-7000 Subcontracts for Commercial Items 252.247-7023 Transportation of Supplies by Sea, Basic Local Clause that applies to this solicitation: OTHER INFORMATION � 1. GENERAL ENVIRONMENTAL STANDARDS (a) While performing work on any US Army Garrison, Hawaii (USAG-HI) installations, the contractor will comply with Executive Orders 13834, �Efficient Federal Operations� signed by the President on 17 May 2018, requiring the acquisition of environmentally preferable goods and services, use of sustainable environmental practices, purchase of bio based, energy efficient and recycled content products.� More specifically, the Contractor will strive to improve upon their sustainability performance by taking actions to: Reduce energy consumption Reduce greenhouse gas emissions Conserve and protect water resources Eliminate waste, recycle, and prevent pollution Adopt sustainable technologies Procure environmentally preferable materials, products and services Maintain sustainable building Strengthen livability of the local community Inform and involve personnel in the achievement of these goals. (b) The contractor will comply with the Government directives, permit conditions, installation policies and plans as administered by the Government.� The Contractor will be held liable to pay for any environmental fines resulting from his operations, waste generated or other operational environmental requirements.� As applicable, the Contractor will obtain environmental permits required for wastewater pretreatment, underground tanks, hazardous waste identification numbers, air pollution permit for temporary sources, storm water permits or other pertinent environmental permits.� (c)� The contractor will review and comply with applicable policies, program documents and regulatory requirements as stipulated under each environmental program media below.� (1)� Environmental program documents include, but are not limited to; the Installation Hazardous Waste Management Plan � USAG-HI Regulation 200-4, Asbestos Management Plan, Lead-based Paint Management Plan, Installation Spill Prevention, Control, and Countermeasures (SPCC) Plan, Integrated Natural Resources Management Plan, Integrated Cultural Resources Management Plan, Pollution Prevention Plan, and the Storm Water Pollution Prevention Plan available at the DPW Environmental Division.�� Environmental program documents can be downloaded from the installation sustainability and environmental management website at:� https://home.army.mil/hawaii/index.php/garrison/dpw/environmental-division. (2)� Installation policies include, but are not limited to; the Environmental Compliance and Protection Program Policy Memorandum USAG-HI-4; Environmental Policy Memorandum USAG-HI-6; Authorized Use List Policy Memorandum USAG-HI-19, Waste Reduction and Recycling Policy Memorandum USAG HI-25; Open Burn Policy Memorandum USAG-HI-27; and Illicit Discharge Detection and Elimination Policy Memorandum USAG-HI-30.� Installation Policy Memorandums are available for download at:� https://home.army.mil/hawaii/index.php/about/command-pubs (3)� The contractor is also encouraged to view the online A to Z sustainability and environmental management guide for instructions on managing common environmental issues.� The A to Z sustainability and environmental management guide is available at: https://home.army.mil/hawaii/index.php/garrison/dpw/environmental-a-z (d)� The Contractor shall at all times keep the work area, including storage areas used by him, free from accumulations of waste material or rubbish and prior to completion of the work remove any rubbish from the premises and all tools, scaffolding, equipment and materials not the property of the Government. Upon completion of the work, the Contractor shall leave the work and premises in a clean, neat and workmanlike condition satisfactory to the Contracting Officer.� If debris is not disposed of properly or the site is not left clean, the Government will clean the site at the expense of the contractor.� The contractor will also be held liable for damages done to the environment as a result of disposal and/or cleanup.� (e)� The contractor may be subject to unannounced Environmental Compliance Inspections by the DPW Environmental Division. (f)� Environmental and Safety Noncompliance Fees.� The contractor shall be solely responsible for remedying all Federal, State and local environmental and safety violations or noncompliance and any payment of fines, penalties and fees levied as a result of the violations or noncompliance.� The government reserves the right to withhold payment in the amount of the fines, penalties and fees levied if not paid by the contractor. 2. EMERGENCY PLANNING COMMUNITY RIGHT TO KNOW ACT (EPCRA) HAZARDOUS SUBSTANCES (HS) (a)� Contractors using EPCRA HS in the performance of any work while on USAG-HI installations are responsible for complying with the provisions of EPCRA regulations and submitting applicable reports (TIER II/TRI) to Federal and State regulatory agencies as applicable. (b)� Copies of reports for substances used in connection with work performed on USAG-HI installations shall be provided to the DPW Environmental Division, Attention:� EPCRA Program Manager, STOP 253, 3rd Floor, 948 Santos Dumont Ave., Wheeler Army Airfield, phone 656-2878.� (c) Chemicals regulated under EPCRA HS are defined in EPA document EPA 550-B-98-017, Title III List of List, Consolidated List of Chemicals Subject to the Emergency Planning and Community Right to Know Act and Section 112(r) of the Clean Air Act Amended.� (d)� The contractor is responsible for knowing which chemicals it uses or transports that are contained on the list.� For convenience, the contractor may review a copy of the EPA document at the Directorate of Public Works (DPW) Environmental Division.� The document can also be downloaded from the U.S. Environmental Protection Agency (EPA) at: http://www.epa.gov/oppt/pubs/genpub.htm. (e) The contractor must maintain copies of Material Safety Data Sheets (MSDS�s) of all chemicals used in the performance of any work while on USAG-HI installations.� MSDSs must be readily available at the site location where the work is being performed (f)� The contractor can request the list and locations of EPCRA HS currently utilized on USAG-HI installations by contacting the DPW Environmental Division EPCRA Program Manager.� The contractor must provide name, company, contract number, date the contract was awarded and provide a description of the contract.� A database of locations of chemicals will then be forwarded upon review and approval of request.� Contractors working on USAG-HI installations are encouraged to review this database, which will provide information where potentially hazardous chemicals are stored. (g)� All spills of substances containing EPCRA HS will be immediately reported to the Directorate of Public Works Spill Response line at 656-1111 and the USAG-HI, Public Affairs Office at 656-3160 or 542-9489 (after hours). The Contracting Officer must be notified during the first business hour immediately after.� All waste generated from EPCRA HS being utilized will be immediately reported to the DPW Environmental Office, phone:� 656-2878. (h)� All Contractors utilizing substances containing EPCRA HS will perform the following prior to contract start. (1)� Review the Installation Spill Prevention, Control, and Countermeasures (SPCC) Plan and the Installation Hazardous Waste Management Plan � USAG-HI Regulation 200-4 available from the DPW Environmental Division.� Upon review, the contractor or designated responsible employee shall sign a certification statement that they have reviewed and understand the contents of these documents. (2) Provide a listing and MSDS copies of oil and Hazardous Substance (HS) products projected to be utilized in the performance of any work while on USAG-HI installations to the DPW Environmental Division.� The estimated average and maximum quantities of each material anticipated to be on-site at any given time shall also be provided to the DPW Environmental Division EPCRA Program Manager, STOP 253, 3rd Floor, 948 Santos Dumont Ave., Wheeler Army Airfield, phone 656-2878 and to building 6040 East Range for material to be bar-coded.�� The contractor must ensure the product listing is current and updated as frequently as necessary and/or at a minimum, on an annual basis by 1 January of each year.�� ������ (3)� Provide the name, office phone number, and cellular phone number of a company spill response point of contact.� The point of contact must be trained in spill response. (4)� Provide a copy of an agreement with a hazardous materials spill response company in the event of a spill. (5)� Provide copies of employees training certificates on environmental and spill response training.������ (6)�� Appoint a primary and alternate Environmental Compliance Officer in writing. (7)�� Develop a notification procedure in the event of a spill to include phone numbers of response personnel, support agencies, National Response Center, State Hazard Evaluation Emergency Response Office and Civil Defense. (8)� Accomplish all spill notifications as required by the U.S. Environmental Protection Agency and State of Hawaii to the Hazard Evaluation Emergency Response Office, Local Emergency Response Commission and National Response Center.� Copies of written spill notifications shall be provided to the DPW Environmental Division.������� (9)� All spills caused by the contractor will be cleaned up under supervision of the contractor and a qualified hazardous materials spill response company, at no cost to the government, in accordance with all applicable laws and regulations and to the satisfaction of the DPW Environmental Division. (10)� The contractor shall pay for disposal cost of all contaminated materials to include but not limited to soil, sorbent materials, disposable equipment and other materials contaminated by the spill.� Ensure all disposals are in accordance with all applicable laws and regulations at authorized disposal facilities. 3. SPILLS OF PETROLEUM/OIL/LUBRICANTS OR HAZARDOUS MATERIALS/HAZARDOUS WASTE (a)� The contractor will prepare and maintain a site-specific spill plan, including notification procedures for spills/releases.� The spill plan will include phone numbers of response personnel, support agencies, National Response Center, State Hazard Evaluation Emergency Response Office and Civil Defense.� The contractor will provide a copy of the spill plan to DPW Environmental Division upon request. (b)� The contractor shall provide immediate response to stop, contain, and clean-up all spills of oil and other hazardous substances that result from his performance under this contract.� (c)� The contractor must report all spills immediately to the DPW Spill Response line at (808) 656-1111 in accordance with the Installation SPCC Plan.� Additionally, the contractor shall notify the COR of the incident during normal business hour or the first business hour following the incident. (d)� The contractor will accomplish all spill notifications and written spill reports as required by the U.S. Environmental Protection Agency, State of Hawaii Hazardous Evaluation Response Office, Local Emergency Planning Commission and National Response Center, in accordance with applicable laws and regulations.� (e)� The contractor will provide a copy of spill notifications and written reports to the DPW Environmental Division. (f)� All spills caused by the Contractor will be cleaned up under the supervision of the Contractor and/or a qualified hazardous waste/materials spill response company, at no cost to the USAG-HI, in accordance with all applicable laws and regulations and to the satisfaction of the DPW Environmental Division.� If cleanup is not accomplished in a timely fashion, or to the satisfaction of the DPW Environmental Division, the Government will assist with the final cleanup, and the Contractor will provide appropriate reimbursement of cleanup costs. (g) The contractor will pay for all clean up, management, and disposal cost of all contaminated materials to include but not limited to soil, sorbent materials, disposable equipment and other materials contaminated by the spill.� The contractor will ensure waste disposal is accomplished in accordance with all applicable laws and regulations and at an authorized/permitted treatment and disposal facilities. (h)� The contractor will pay any fines or penalty charges associated with a citation issued by federal, state or local officials as a result of the accident. (i)� Contractors handling bulk fuel must be trained to do so, and mobile fuel operations must be approved by the DPW Environmental Division.� (j)� Off-Post Spills.� The contractor shall be responsible for and pay for cleanup of off-post spills in accordance with directions received from appropriate local authorities (e.g., Honolulu Fire Department, State Civil Defense, etc.).� Off-post spills in connection with work performed under this contract shall also be reported to the DPW Spill Response line at (808) 656-1111 and the COR.� (k)�� Discovery of other than contractor-caused spills.� The contractor shall report any spills of hazardous materials to the DPW Spill Response line at (808) 656-1111 and the COR upon discovery.� 4. HAZARDOUS WASTE (HW) and NON-REGULATED WASTE (NRW).� (a)� The Contractor will comply with the Environmental Compliance and Protection Program Policy Memorandum USAG-HI-4.� (b)� The Contractor will determine, based on generation of hazardous waste(s) resulting from their operation/activities their respective hazardous waste generator status.� The contractor is responsible to manage HW and NRW generated on-site from inception to disposal in accordance with all applicable, federal, state, and local regulations.� All costs associated with disposal are borne by the Contractor. �5. RECYCLING PROGRAM �(a)� The contractor will comply with USAG-HI Policy Memorandum 11, Solid Waste Management and Recycling, requiring diversion of solid waste to the fullest possible.� More information can be found on the installation sustainability and environmental management website at:� https://home.army.mil/hawaii/index.php/my-fort/services/recycling-center (b)� Identify a recycling POC to DPW Environmental Division to include name, phone number and email address. (c)� Report quantities of refuse disposed and recycled to DPW Environmental Division as part of the work performed under this contract as applicable. 6. NATURAL AND CULTURAL RESOURCES PROGRAM (a)� The contractor will comply with USAG-HI Range Standard Operating Procedures (SOPs).� All personnel who use the ranges must complete a mandatory pre-brief covering issues associated with Natural and Cultural Resources.� (b)� The contractor must be cognizant of the potential environmental impact and liability their actions could have, if specified procedures are not followed on Army lands.� The contractor must be aware that USAG-HI manages more than 100 threatened and endangered species including plants, snails, birds, bats, insects and their critical habitat and over 1,300 prehistoric archaeological sites, including temple structures, stone markers, fishing shrines, habitation sites, caves, rock shelters, mounds, burial platforms, earth ovens, stone walls and enclosures, agricultural terraces, irrigation canals, petroglyphs and trails. (c)� The contractor shall take every precaution to prevent starting wildfires at training areas and must put them out if they do occur.� The contractor must report all wildfires to range control immediately at 808-655-1434.� (d)� The contractor must be familiar with the policy and restrictions regarding the types of ammunition that can be used under the different Burn Indices (BI) and on the different ranges.� (e)� The contractor must comply with the non-smoking policy at training areas and only allow smoking in designated areas. (f)� The contractor must comply with the range best management practices to prevent the spread of invasive plant species from one training area to another by always washing vehicles, gears and equipment before starting new training activities.� (g)� The contractor will stay out of areas marked with Seibert Stakes.� Seibert stakes are placed along roads and within vegetated areas to advise personnel of unsafe or hazardous range or training conditions and/or environmentally sensitive off-limit areas. (h)� The contractor will refer to the installation sustainability and environmental management website at:� https://home.army.mil/hawaii/index.php/garrison/dpw/natural-resourcesand https://home.army.mil/hawaii/index.php/garrison/dpw/cultural-resources for additional information. 7. NATIONAL ENVIRONMENTAL POLICY ACT (NEPA) As applicable, and upon request by the Government, the contractor will comply with the NEPA process, notify the DPW Environmental Division and complete a Record of Environmental Consideration (REC) for actions such as, but not limited to: (1) Actions that could impact historic structures, cultural and natural resources (2) Minor renovation or new construction (3) Actions that introduce new training vehicles, maneuvers, and weapons (4) Replacing or removing floor tiles, ceiling tiles, sound proofing material, lighting fixtures, carpet, serving line equipment, natural gas unit (5) Installing interior doors, windows, partitions, security cameras, rerouting ductwork 9. SELF-HELP PROJECTS (a)�� While performing work and/or occupying facilities on any US Army Garrison, Hawaii (USAG-HI) installations, the contractor will consult with the�DPW Environmental Division�before beginning any self-help projects for guidelines on how to comply with historical property requirements and for verification of potential asbestos, lead-based paint and other environmental health hazards associated with the proposed self-help project. (b)� You can read more about asbestos and lead-based paint at:� https://home.army.mil/hawaii/application/files/3615/5562/1128/AsbestosLeadPaint-2017-GW.pdf 10. ENERGY AND WATER CONSERVATION (a)� Upon request by the Government, the contractor will appoint a Unit Energy Conservation Officer (UECO) and Building Energy Monitor (BEM) and fully participate in the Garrison's energy and water conservation program. (b)� Appointed BEM and UECO must attend the training class provided by the DPW Engineering Branch. (c)� The appointed UECOs and BEMs are responsible for ensuring energy-saving measures are being enforced in each building and to provide regular reports to DPW Engineering Branch showing how well the contractor is doing at conserving energy. (d)� More information can be found on the installation sustainability and environmental management website at:� https://home.army.mil/hawaii/index.php/garrison/dpw/environmental-a-z 11. PRECAUTIONS FOR THE PROTECTION OF EXISTING UTILITIES (INCLUDES COMMUNICATIONS) AND FACILITIES.� (a) Contractors are required to ensure necessary precautions and obtain required permits to protect government utilities and facilities.� Contracts involving dredging, excavating, blasting and grading operations, demolition of structure and the moving of heavy and/or bulky equipment shall be subject to the following procedures and conditions: (1) The Contractor shall obtain a written concurrence of the existing conditions and locations of utilities for his operations from the COR prior to beginning work and request the best information available on the location of Engineer facilities.� Contractor shall verify locations of all utilities identified by the Government which affect his work. (2) The Contractor shall be required to obtain a written clearance for his operations prior to beginning work and shall have locations of signal underground facilities staked out in the field from the 30th Signal Battalion/Network Enterprise Center-Hawaii (NEC-HI), EMC, IMG (Army Telephone, Data/LAN):� Bldg 600, Room 157, 148 Curtis Loop, Wheeler Army Air Field.� Mr. Eugene Brown, (Primary AO) (808) 656-6656; Marion F. Robinson, Jr., (808) 656-1765 (Alt AO).� Business Hours: Mon - Fri. 0830-1700.� (3) If any cable/conduit is uncovered or damaged during excavation process, immediately contact:� (i) the JHITS trouble desk, (808) 659-1444 (ii) the NEC-HI RNOSC, (808) 655-2999, with detailed information on situation, and (iii) the NEC-HI POCs (above) with reported dates, times and details. (4) The Contractor shall also obtain a written clearance for gas line for this operations from The Gas Company (Tel:� 594-5575) p...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/da8e44e79abd4bee9deaecb610f7043c/view)
 
Place of Performance
Address: Schofield Barracks, HI 96857, USA
Zip Code: 96857
Country: USA
 
Record
SN05922764-F 20210224/210222230107 (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  © 1994-2020, Loren Data Corp.