Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2023 SAM #7753
SOLICITATION NOTICE

36 -- Robotic Fuze Assembly Cell

Notice Date
2/16/2023 11:57:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333998 —
 
Contracting Office
W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN23Q0S2S
 
Response Due
2/22/2023 1:00:00 PM
 
Archive Date
03/09/2023
 
Point of Contact
Kim Kaschak, Nicole Thalmann
 
E-Mail Address
kimberly.j.kaschak.civ@army.mil, nicole.l.thalmann.civ@army.mil
(kimberly.j.kaschak.civ@army.mil, nicole.l.thalmann.civ@army.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Amendment 0004 The purpose of this amendment is to incorporate the following: Add Attachment 0006 �Picatinny Environmental Bulletin and Environmental Policy� due to possible issues accessing Picatinny Environmental Management System website referenced in SOW Section 5.1. Provide the following questions and answers from interested vendors: A.� In order to meet the explosion-proof requirements, the system power termination and robot controller need to be installed in a non-hazardous room with cables running to the room with the automation. It is only fair that each company bids to the same cable lengths with how expensive the price per foot is of these special hazardous location cables. This part needs clarification. The arm should be C1D1, the rest of the components can be C2D2. The controller can remain with the arm. Ethernet or Fiber cables providing a remote connection from the main HMI to the control room will be adequate. B. Can Picatinny Arsenal determine what room(s) in the building are considered to be non-hazardous? �Control Room �C. Can that particular non-hazardous room accommodate the power drop and robot controller? Only Ethernet or Fiber is required to run into the control room. D. Out of the four room layouts provided, which room is the closest to this particular non-hazardous room? How far away from each other are these rooms? �250 ft of ethernet or fiber will cover distance between rooms and movement within the rooms. E. How many pieces of tooling are currently being used for each of the pressing, crimping, and seating processes? Pressing � Base, Funnel, Plunger; Crimping � Base, Guide, Rounding Tool, Flat tool; Seating � base, guide, Seating tool. That�s 7 pieces of tooling altogether. F. Is a site visit required to submit an application?We note that the last site visit date was 2/9/2023.�� A site visit is recommended but not required to submit a quote. G. Will any additional site visit dates be provided? No additional site visits will be provided. H. Can you provide photos and/or illustrations of the processing area? Photos of the processing area can be requested by following the instructions in the solicitation. I.� Please confirm � the processing cell dimensions are 8� x 10� and must fit through a 34� doorway�. Yes, that is correct, all pieces of the cell must fit through a standard doorway.�Once assembled the footprint should be roughly 8�x10. ***End of Amendment 0004*** ***Amendment 0003 The purpose of this amendment is to incorporate the following: Add additional and final site visit for February 9, 2023, at 10AM EST. Add date of February 14, 2023, for all questions to be submitted. *****End of Amendment 0003**** ***Amendment 0002 The purpose of this amendment is to incorporate the following: 1) Extend the proposal due date from 8 February 2023 to 22 February 2023 2) update CDRL A001 3) Add five (5) additional drawings (available on request) 4) Apply SOW changes to the following sections: 4.1.6.1, 4.1.6.2, 4.1.6.3, 4.1.6.4, 4.1.6.5, 4.1.6.6, 4.1.6.7, 4.1.6.7.1, 4.1.6.7.2, 4.1.13, 4.1.14, 4.1.14.1, 4.1.14.2, 4.1.15, 4.2.3 and 4.2.4 (see attached updated Attachment 0005_Combo Synopsis and Solicitation for Robotic Fuze for these changes) 5) provide the following questions from interested vendors and answers a. What is the process flow, order of operations for this robotic cell? What portion is automated/what portion is manual? Operator will manually place a mixture loaded tray of unpressed fuzes into robot cell. Robot will pick fuze from tray of empty fuzes and place into press. Press will press powder into fuze. Robot arm will return fuze to a different tray (pressed fuzes) Seating Station (Option): Robot will put primer into a delay tube to a certain depth. Crimping Station (Option): two stage crimp, 1 � curl, 2 � flat Weight station (Option): before and after press, note weight of whole fuze, fuze bodies can be weighed and labeled prior to being used in the cell. We can also just hardcode in a weight for the fuze body Depth station (Option): after press, measure from a reference point on the fuze to the top of the powder in the delay tube b. What is the objective of automating this process? The objective is to improve quality and safety. Since this is an R&D application, production rate is not important, but keeping track of all of our adjustments is. Current production process is 100% manual, produces approx. 30/day. Anything over that is acceptable. c. Does the 8x10 footprint include everything? Robot arm, presses, stations, and trays should be within 8x10 footprint. Any controllers or HMIs can be outside that. d. Are there any entryway requirements? Must fit through 34� door opening for installation. e. Is there a CAD package preference? CREO. f. Is there a control architecture preference? No, but engineers have experience with Allen Bradley. g. When referencing data logging, how many entries/days are required to be stored? All data is required to be stored. This will be a small database. Cardinality ~4000, arity up to 25. h. Are backups for the data required? Cloud backup is not permitted. A local backup for all data is acceptable, such as external HD. i. What are the expectations for safety and explosion proof capabilities? What hazardous class, if any? We are requesting a positive pressure suit or other Hazardous Class 1 Division 1 rated capability for the Robotic Arm but all other components actually can fall under Class 2 Div 2 IAW DA PAM 385-64 Chapter 17. If this were to be a manufacturing facility, Class 1 Div 1 may be required, but transitioning this cell is outside of the scope of this R&D program, therefore we are relaxing to a Class 2 Div 2 requirement. Although we want the operation to be a safe and risk free as possible, the liability actually falls on our facility and infrastructure. j. For the � to � ton press, what increments define fine increments? What unit is that referring to? What is the specific resolution of incremental adjustment of the force the press needs to apply? Are we looking for 5-10lb resolution, or .1 or less pound resolution?� Is a specific resolution going to be required? Stroke displacement � 4th decimal place in inches (caliper accuracy). Force � 10 lb resolution. k. For the press, is the primary objective press force or displacement? Force l. Could the same press be used for all three operations (pressing, seating, crimping)? Yes. Open to interchangeable tooling. m. Is a fire extinguishing system required? No n. What is meant by �Auxiliary equipment for cell observation and operation�? Camera and monitor. Wi-fi connection is not permitted. o. What is meant by �Custom digitally traceable trays�? Note that, through the programming, each fuze body will be addressed to a specific position within each traceable tray, so as long as the part stays in the tray from production up to end use, the fuze body's production records will always be known.� However, if the fuze body comes out of the tray and still needs to be traceable to its production records, then fuze bodies should be individually tracked.� Is it preferred to have each fuze body individually tracked, or as the RFP states, is tracking only required on each tray? The fuze bodies need to be individually traceable, not the trays, and we are open to industry�s suggestions on how to do this. Could be handwritten, stickers, bar code, laser etched, etc. We do need custom trays machined to hold approximately 25 munitions, but these do not need to be traceable. The RFP/SOW has been revised accordingly. The labeling process will be done before energetics are poured into the fuze and placed in the cell. p. Are all three fuze body sizes going to be processed in the same batch, or are the batches only of one size fuze body at a time?� This is to determine whether the trays need to accommodate all three sizes in one universal tray, or if separate trays for each size fuze body are okay. A batch of fuzes will only contain a single type of fuze body at a time. If the tray is able to support fuzes with the longest stem it will be able to support fuzes with the shortest stem since the fuze heads are the same, eliminating the need for multiple tray configurations. q. DI-MGMT-80507C Section 3.17 indicates that man-hours need to be reported.� If this is being offered as a FFP contract, is man-hour reporting still necessary? No, CDRL A001 has been updated accordingly. r. For measuring depth, can it be a mechanical measurement with a probe? Yes, typically we measure it with a caliper and physically touch the material. s. Where is the powder pressed into the fuze? Form factor varies, sometimes powder is in a separate delay tube, sometimes directly into the fuze body. Length of tube and internal diameter of tube varies. t. Does the tooling have to be threaded down to the fuze? No, the threads are for the end item. Tooling will need some kind of pocket not to damage thread. u. Is there requirement for speed of tooling changeover? No, it will be done manually depending on the fuze form factor we are working with. But to reference a question above, if the same press is used for pressing, seating, and crimping this will have to be automated. v. Will the government provide drawings for the interchangeable dies? Yes, but we are also open to a redesign. w. Can you please provide drawings and pictures of the primers, fuzes, plungers, delay tubes, and all items that this system will be handling? Added delay tubes and primers to drawing package. Tooling drawings also added, but tooling may need to be redesigned for automation anyway. x. What are the electrical power requirements? Facility has 120v, 240v, and 480v capabilities. y. SOW says all enhancement(s) (aka options) �shall function independently of each other and any combination of enhancements shall function properly�. This will have implications to the robot programming. Is there a specific sequence to the enhancements? The government wants the flexibility to perform any enhancement operations in any order. If an option/enhancement is not part of the cell, it can be omitted from the programming and that operation will continue to be done manually. z. Can the government elaborate on the mobile stand requirement? We would like the robot arm and control panel on a semi-permanent mobile pedestal. Meaning we can pin it in place for the pressing application where everything will consistently be in the same place, but in the future would be able to relocate it for a different application. aa. At the site visit, offerors were shown a remote control room with a large display and there was discussion of the ability to remotely monitor and control the cell, but the RFP does not present remote monitoring/operation from a separate room as a requirement.� Will you revise the RFP to add this requirement? Remote operations from another room are not a requirement but the HMI should be accessible outside the footprint of the cell. For example if the cell is on one side of a blast wall we need the capability to be able to operate it from the other side of the blast wall. ab. Can existing floor plan of the room be provided? Several rooms were identified as options.� If floor plans are provided, offerors can make recommendations for which room to select to best suit their proposal. Yes, basic floor plans have been added to the solicitation package. *****End of Amendment 0002**** ***Amendment 0001 - The purpose of Amendment 0001 to Solicitation W15QKN-23-Q-0S2S is to add February 1, 2023 at 10 AM EST as an additional date and time for interested vendors to attend the site visit at Picatinny Arsenal. No other changes have been made. End of Amendment 0001**** This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. �Quotes are being requested; a written solicitation will not be issued.� Solicitation No. W15QKN-23-Q-0S2S is issued as a request for quote (RFQ) and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2023-01, dated December 1, 2022. This requirement shall be competed as a small business set aside under NAICS code 333998 with a small business size standard of 500 employees. � Instructions to Offerors� 1. �Site Visit: �All offerors who intend to quote on this solicitation are strongly recommended to attend the site visit. This will give offerors the opportunity to inspect the site where the installation is to be performed to better understand the requirement. Offerors are required to schedule their site visit with the POC listed below and shall provide the full name of the individual(s) attending the site visit, vehicle make(s), model(s), license plate number(s), and state of license; each individual(s) shall have proper identification when attending the site visit. Please see provision FAR 52.237-1, Site Visit, provided in full text below:� FAR 52.237-1 Site Visit (Apr 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of Provision) � (a) A site visit has been scheduled for -- DATE: �January 25, 2023 and February 1, 2023 TIME: �10:00AM (b) Participants will meet at -- LOCATION: �Visitor�s Center, Picatinny Arsenal, NJ �07806-5000. Please call Ms. Gondela to be let in and escorted. POC: �Jessica Gondela, (973) 724-4098. Please ensure the Contract Specialist and Contracting Officer are copied on all communications concerning site visit requests.� �� �� Please note: The POC (Jessica Gondela Ph: 973-724-4098 email: �jessica.m.gondela.civ@army.mil) needs to have all offeror site visit information one (1) business day prior to the requested date to coordinate post and building access.� - Visitor's Full Name - Company Name� - Vehicle Make - Vehicle Model - License Plate Number Offerors are reminded that in no event shall failure to inspect the site constitute grounds for a claim after contract award. Due to the nature of the work associated with this requirement all personnel attending a site visit shall be U.S. citizens. All visitors will be subject to a criminal background check upon arrival at the Visitor Control Center, Picatinny, NJ 07806. Therefore, offerors shall complete the attached NCIC Release Form (ATTACHMENT 0004) prior to arrival at the Visitor Control Center. These forms SHALL NOT be emailed or sent to the Contract Specialist or Contracting Officer listed above. This form shall be completed and brought to the visitor�s center upon arrival.� Offerors shall submit all questions posed during the site visit in writing ON THE SAME DAY AS THE SCHEDULED SITE VISIT. The Government responses will be posted on PIEE/ SAM.gov as an amendment to the solicitation. � The U.S. Army Contracting Command � New Jersey intends to award a new FFP purchase order, as a competitive small business set-aside, for the procurement of a commercially available Robotic Fuze Assembly Cell in accordance with the Statement of Work (SOW) requirements, applicable government drawings and the following Contract Line-Item Numbers (CLINs): CLIN � � � � � � � � � � � � � � � � � � � � � Item Description 0001 Base � � � � � � � � � � � � � � � � � �Supply, deliver, accessories, installation, testing/verification, training/familiarization and warranty for a Robotic Fuze Assembly Cell in accordance with SOW requirements. � Qty.___1_______ � � � � � � � � � � � � Price: � �$_______________ 0002 Option � � � � � � � � � � � � � � � �Weighing station capable of measuring to .0001g, with data logging.� Qty.____1______ � � � � � � � � � � � � Price: � �$_______________ 0003 Option � � � � � � � � � � � � � � � � Depth measuring station capable of measuring to .01mm, with data logging. � Qty.___1_______ � � � � � � � � � � � � Price: � �$_______________ 0004 Option � � � � � � � � � � � � � � � � Primer seating station. Qty.___1_______ � � � � � � � � � � � � Price: � �$_______________ 0005 Option � � � � � � � � � � � � � � � �Primer crimping station. Qty.___1_______ � � � � � � � � � � � � Price: � �$_______________ 0006�� �Contract Data Requirements List (CDRL) Qty. 1�� �Price: *Not Separately Priced* The quoted prices shall include all shipping costs (if applicable) FOB Destination to the following location: Building 526 Picatinny Arsenal, NJ 07806-5000 Statement of Work (SOW) for Robotic Fuze Assembly Cell 1.�� �Background: The U.S. Army Combat Capabilities Development Command - Armaments Center (DEVCOM-AC) maintains several laboratories for ammunition safety and energetics safe life assessment. �The Research and Development (R&D) and Pilot Plant Branch of the Pyrotechnics Technology Division of DEVCOM-AC primarily performs research on pyrotechnic technologies and components to solidify next generation munition systems for lethality overmatch. To achieve increased safety, performance, precision, and quality of advanced pyrotechnic formulations, the R&D and Pilot Plant Branch requires a turn-key Robotic Fuze Assembly Cell to automate pilot-scale production operations and remove man-in-loop. 2.�� �Scope: To acquire (1) Robotic Fuze Assembly Cell designed to press pyrotechnic powder into a fuze body for an R&D pilot production line located in Bldg 526 at Picatinny Arsenal, NJ. 2.1.�� �The effort shall include design and build of the system itself, delivery, accessories, installation, testing/verification, training/familiarization, and warranty for the system. 2.2.�� �The contractor shall provide all materials, equipment, and labor necessary to deliver and install the system. 2.3.�� �All work shall be completed in accordance with this statement of work and subject to the terms of the contract. 2.4.�� �Period of Performance: The system shall be installed no later than 18 months after contract award, training shall not exceed three (3) months following installation. The period of performance for each option shall be 18 months after the option is exercised. The total period of performance, including optional system enhancements (See paragraph 4.2) shall not exceed 60 months. 2.5.�� �Place of Performance: This effort shall be performed at the following locations: 2.5.1.�� �Contractor Facility 2.5.2.�� �Building 526, Picatinny Arsenal, NJ 07806 3.�� �Government Technical Point of Contact (TPOC): TBD Bldg 526 Picatinny Arsenal, NJ 07806 4.�� �Requirements: 4.1.�� �The contractor shall design, deliver, and install a Robotic Fuze Assembly Cell (10 ft. by 8 ft. footprint) that meets the following criteria: 4.1.1.�� �Design and visualization of the system in 3D 4.1.2.�� �3D reach study 4.1.3.�� �Part, assembly and installation drawings � 4.1.4.�� �6-axis Robot Arm (~36 in. reach/~10kg capacity) and Controller� 4.1.5.�� �Press with 1\4 ton to 3\4 ton range with fine increments and input/output for Robot Arm or Programmable Logic Controller communication� 4.1.6.�� �Interchangeable dies for pressing various sized munitions, in accordance with the following Distribution D drawings, available upon request. Requests for Distribution D drawings shall be submitted to the contract specialist and accompanied by a fully executed DD Form 2345, Militarily Critical Technical Data Agreement, and a signed Non-Disclosure Agreement found in Section J, Attachments 0001, 0002 and 0003. 4.1.6.1.�� �13-10-57 rev T, Fuze Body 4.1.6.2.�� �8822132 rev Y, Fuze Body 4.1.6.3.�� �13018916 rev A, Fuze Body� 4.1.7.�� �Standalone workstation with capability to run, edit, and view any required software, codes, and scripts or upload software to any hardware� 4.1.8.�� �End of Arm tooling to manipulate munitions (roughly 1 in. x 1 in. x 3 in., 75 grams)� 4.1.9.�� �Integration of press, robot arm, via hardware and software 4.1.10.�� �Database for logging measurements 4.1.11.�� �Dashboard for viewing measurements 4.1.12.�� �Custom mobile stand for robot arm� 4.1.13.�� �Custom digitally traceable trays within cell for equipment and munitions� 4.1.14.�� �Safety and XP capabilities 4.1.15.�� �Auxiliary equipment for cell observation and operation� 4.1.16.�� �Design and drawings of any electrical panels required, to be provided within the initial project planning chart (CDRL A001, Project Planning Chart, DI-MGMT-80507C) 4.1.17.�� �Commercial Off-the-Shelf (COTS) manuals, including operating procedures, screen overviews, preventative maintenance, etc. for overall system all COTS components (CDRL A002, Commercial Off-the-Shelf (COTS) Equipment Manual Requirements, DI-TMSS-80527D) 4.2.�� �System Enhancements: Any enhancement(s) shall add functionality/usability to the system, however, whether the enhancement is pursued or not, the system shall still meet the remainder of this purchase description. All enhancements shall include integration of new stations with current cell. All enhancement(s) shall function independently of each other and any combination of enhancements shall function properly. The Government will choose which enhancements to pursue. These enhancements may be exercised as Options at any time within the first 21 months after base contract award and must be delivered, installed and training provided within 18 months after option is exercised. 4.2.1.�� �Weighing station capable of measuring to .0001g, with data logging� 4.2.2.�� �Depth measuring station capable of measuring to .01mm, with data logging� 4.2.3.�� �Primer seating station 4.2.4.�� �Primer crimping station� 4.3.�� �Project Planning Chart: Within three (3) months after contract award, the contractor shall provide a single Gantt Chart showing the project schedule from contract award through final inspection for the system. Additionally, the Gantt Chart shall be provided monthly after the initial project schedule. (CDRL A001, Project Planning Chart, DI-MGMT-80507C) � 4.4.�� �Acceptance Testing: The complete factory and site acceptance plan for the system shall be developed by the contractor; reviewed and modified/approved (as appropriate) by the Government contract technical representative; and mutually agreed upon prior to conducting any test. Documentation verifying the acceptance testing and verification shall be provided to the Government. (CDRL A003, Acceptance Test Plan). 4.4.1.�� � Factory Acceptance Testing� 4.4.1.1.�� �The contractor shall completely assemble and set up the system, robot hardware/software, subsystem hardware/software, data recording, and perform in-process testing at their facility.� 4.4.1.2.�� �If available, Government will provide inert assets for the factory acceptance tests. 4.4.1.3.�� �Once the Government has approved the Factory Acceptance Test plan, the contractor shall notify the TPOC via email and within thirty (30) days the Government shall send representative(s) to verify the following: 4.4.1.3.1.�� �The Government representative(s) shall verify the robot hardware/software and subsystem hardware/software. 4.4.1.3.2.�� �The contractor shall demonstrate the ability to automatically and completely process the part, with data logging active. 4.4.1.3.3.�� �The contractor shall demonstrate the ability to process a production run of 12 assets 4.4.1.3.4.�� �The contractor shall demonstrate the ability to create/edit a program� 4.4.1.3.5.�� �The contractor shall demonstrate the data collection. 4.4.1.3.6.�� �The contractor shall demonstrate all pursed enhancements. 4.4.1.4.�� �Upon successful demonstration of the above, the Government will give approval to ship the system to Picatinny Arsenal for installation. 4.4.2.�� � Site Acceptance Testing 4.4.2.1.�� � Once installation at Picatinny Arsenal is completed and the Government has approved the Site Acceptance test plan, the contractor shall notify the Government POC via email and within one (1) week the Government representative(s) shall verify the following:� 4.4.2.1.1.�� �The Government representative(s) shall verify the robot hardware/software and subsystem hardware/software. 4.4.2.1.2.�� �The contractor shall demonstrate the ability to automatically and completely process the part, with data logging active. 4.4.2.1.3.�� �The contractor shall demonstrate the ability to process a production run of 12 assets 4.4.2.1.4.�� �The contractor shall demonstrate the ability to create/edit a program� 4.4.2.1.5.�� �The contractor shall demonstrate the data collection. 4.4.2.1.6.�� �The contractor shall demonstrate all pursed enhancements. 4.5.�� �Warranty - All standard commercial Warranty provisions shall be included, but at a minimum shall include one (1) year parts and labor from the time of acceptance (for each system) for defects in material and workmanship. 4.6.�� �Delivery and Installation 4.6.1.�� �Deliver to: 4.6.1.1.�� �ATTN: TBD, Building 526, Picatinny Arsenal, NJ 07806 4.6.2.�� � Installation 4.6.2.1.�� �The systems shall be installed by the contractor/vendor�s qualified representative(s) in the government�s designated facilities/locations (inert) at Picatinny Arsenal, NJ. All items shall be assembled and installed utilizing best commercial practices and manufacturer�s installation procedures. The government shall supply all required utilities within ten (10) feet of the installation site. To have the utilities installed and ready for connections, the contractor shall provide a list of all required utilities long with the required quantity and description, within the initial project planning chart (CDRL A001, Project Planning Chart) 4.7.�� �Training and Support 4.7.1.�� �The contractor shall provide training for four (4) persons at Bldg. 526 Picatinny Arsenal, NJ 07871. �The training shall include: 4.7.1.1.�� �Basic programming of robot 4.7.1.2.�� �PLC Training 4.7.1.3.�� �System Usage 4.7.2.�� �The contractor shall develop training instruction (e.g. manuals), training criteria (e.g., desired learning outcomes and performance goals), and evaluation methods and metrics to verify training effectiveness in accordance with criterial (e.g., performance measurements such as number of tasks correctly completed within a prescribed time). �The contractor may use MIL-HBK-29612-2A � Department of Defense Handbook, Instructional Systems Development/Systems Approach to Training and Education (Part 2 of 5), 31 August 2001 as guidance. (CDRL A004, Training Materials) 5.�� �Environmental Requirements: 5.1.�� �The Contractor shall adhere to all local, county, state, Army and federal policies, directives, executive orders and regulations required including, but not limited to 32 CFR Part 651, AR 200-1 (Environmental Protection and Enhancement), 40 CFR Code of Federal Regulations, and Picatinny Arsenal local policies/regulations in order to maintain environmental compliance for the duration of the contract. �Local policies that must be adhered to include the Picatinny Environmental Bulletin and the Installation Environmental Policy. �These documents can be found on the Picatinny Environmental Management System website (https://picac2w5.pica.army.mil/pems) or can be obtained from the TPOC. Technical Point of Contact (TPOC) 6.�� �Safety Requirements: 6.1.�� �The contractor shall adhere to all local, state, and federal rules and regulations required in order to maintain a safe and non-hazardous occupational environment throughout the duration of this contract.� 6.2.�� �Accident/Incident Report: The contractor shall report immediately any major accident/incident (including fire) resulting in any one or more of the following: �causing damage of Government property exceeding $10,000; affecting program planning or production schedules; degrading the safety of equipment under contract, such as property damage may be involved; identifying a potential hazard requiring corrective action which are related to this contract. The contractor shall prepare an Accident/Incident report for each incident. (CDRL A005, DI-SAFT-81563) 6.3.�� �The contractor employees, including subcontractor employees, shall comply with all building, installation, facility and security policies and procedures such as all fire drills and building evacuations. �The contractor shall report their evacuation immediately to the TPOC to confirm compliance. 7.�� �Security Requirements: 7.1.�� �The security classification of this effort is UNCLASSIFIED. 7.2.�� �All contractor employees, including subcontractor employees, requiring access to Department of Defense installations, facilities, or controlled access areas shall complete AT Level I awareness training within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies and within 12 months prior to travel outside of the US, then annually thereafter. 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 14 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jkodirect.jten.mil/. (CDRL A006, DI-MISC 80678) 7.3.�� �All contractor employees, including subcontractor employees, shall comply with all installation and facility access and local security policies and procedures (provided by the Government representative), and security/emergency management exercises. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) as directed by DoD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. During FPCONs Charlie and Delta, services/installation access may be discontinued/postponed due to higher threat. Services will resume when FPCON level and or threat is reduced to an acceptable level as determined by the Installation Commander. Contractor personnel working on an installation are required to participate in the Installation Random Antiterrorism Measures Program as directed. Contractors may be subject to and must comply with vehicle searches, wearing of ID badges, etc. Failure to comply with policies and procedures could result in barred access onto the installation. 7.4.�� �All contractor employees, including subcontractor employees, shall receive training and participate in the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then annually thereafter. 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 14 calendar days after completion of training by all employees and subcontractor personnel. (CDRL A006, DI-MISC 80678) 7.5.�� �Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Info...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/44733f8e20a246ffad72a23bfe4647b7/view)
 
Place of Performance
Address: Picatinny Arsenal, NJ 07806, USA
Zip Code: 07806
Country: USA
 
Record
SN06594038-F 20230218/230216230116 (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.