Tree Trimming Service Offutt AFB

expired opportunity(Expired)
From: Federal Government(Federal)
Tree_Trimming_BPA

Basic Details

started - 01 May, 2019 (about 4 years ago)

Start Date

01 May, 2019 (about 4 years ago)
due - 16 May, 2019 (about 4 years ago)

Due Date

16 May, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
Tree_Trimming_BPA

Identifier

Tree_Trimming_BPA
Department of the Air Force

Customer / Agency

DEPT OF DEFENSE (698500)DEPT OF THE AIR FORCE (59593)ACC (74428)FA4600 55 CONS PKP (658)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCES SOUGHT SYNOPSIS: Note that this is NOT a request for quotes or proposals; the 55th Contracting Squadron, Offutt Air Force Base, NE, is seeking information for market research purposes only for the following services listed below:If your organization has the potential/interest to provide the item/s listed below, please provide the information requested.-- Tree-Maintaining Service for Offutt AFB, NE. See page 2 for additional details.The designated NAICS Code is 561730 and a Size Standard of $7.5 Million. Please note NAICS and Size Standard are subject to change.Your response shall include the following information:• Size of company (i.e., 8(a), HUBZONE, WOSB, Veteran Owned, Small Disadvantaged Business, Service Disabled Veteran Owned, etc.)• Whether or not your company is SAM.gov registered• Capability Statement/Contact InfoDocumentation of technical expertise and capability must be presented in sufficient detail for the Government to determine that your company possesses the
necessary functional area expertise and experience to compete for this acquisition (see Statement of Work below). It is imperative that business concerns responding to this Sources Sought articulate their capabilities clearly and adequately.The information should be sent to 55 CONS preferably via e-mail to jan_ryan.sanchez@us.af.mil by 1300 Central Standard Time on 16 May 2019.IF A SOLICITATION IS ISSUED IT WILL BE ANNOUNCED AT A LATER DATE, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement.PERFORMANCE WORK STATEMENTforTREE MAINTENANCE SERVICEOffutt Air Force Base Bellevue, Nebraska 6811303 March 2015       Reviewed: Quality Assurance Program Coordinator Date Program Manager/Functional Commander Date Approved: Contracting Officer DateTable of ContentsSection Number and Title Page Number1.0 Description of Services 32.0 Service Summary 73.0 Government Furnished Property and Services 84.0 General Information 95.0 Contractor/Employee Base Pass and Identification Requirements 106.0 Estimated Quantities 117.0 Bid Schedule 128.0 Appendices 13Appendix A, Area Maps and/or Site Plans Appendix B, AF form 103Appendix C, Required Reports/Forms Appendix D, Environmental RequirementsPERFORMANCE WORK STATEMENT FOR TREE MAINTENANCE SERVICES1.0 Description of Services. The Contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to ensure that Tree maintenance and removal is performed at Offutt Air Force Base in a manner that will maintain healthy trees to present a clean, neat, and professional appearance. The contractor shall perform all tree work in accordance with the PWS specifications and the following tree care standards unless otherwise directed.-ANSI A300 Standards for tree care operations including referenced combined Federal Regulations (Utility Pruning and Emergency Service Restoration)-ANSI A300 (Part I)- 2008 Pruning-ANSI Z133.1 - 2006 Safety requirements for tree care operationsBase maps are provided in Appendix A, Area Maps and Site Plans. All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, standards, instructions, and commercial practices.1.1 Definitions. The Diameter at breast height (DBH) is the diameter of the stem of the tree measured 4.5 feet from the ground. The work specified as tree maintenance shall include prune trees, remove trees and stumps (small, medium, large), emergency tree pruning, emergency tree and stump removal (small, medium, large), Limb removal, and tree planting. For tree removal, small trees include trees with a DBH less than or equal to 24 inches. Medium trees include trees with a DBH greater than 24 inches and less than 36 inches. Large trees are trees with a DBH greater than or equal to 36 inches. For trees that fork below breast height, the diameter shall be measured below the fork at a point immediately below the enlargement caused by the fork.1.2. Remove Small Tree. This service covers select tree removals of small trees where the DBH is less than or equal to 24 inches and stump removal and site restoration are not required. The stump shall be cut flush with ground level. Trees to be removed will be marked with red engineer's tape. Removal request will be accomplished by work order issued to the contractor. Small trees shall be removed within 5 working days of issuance of work order. All tree removals may only be accomplished upon approval from the COR.1.2.1 Remove Small Tree/Restore Site. This service covers select tree removals of small trees where the DBH is less than or equal to 24 inches and site restoration is required. Trees to be removed will be marked with red engineer's tape. Removal request will be accomplished by work order issued to the contractor. Small trees shall be removed within 5 working days of issuance of work order. All tree removals may only be accomplished upon approval from the COR. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and grinding all growth to a minimum of 8 inches below grade. Stumps shall be ground within one (1) workday of the tree removal date. Stump-grinding debris shall be removed the same day grinding is performed.The contractor shall backfill with topsoil, compact to match existing grades and apply seed to all disturbed areas.1.2.2. Remove Medium Tree/Restore Site. This service covers select tree removals of medium trees where the DBH is greater than 24 and less than 36 inches and site restoration is required. Trees to be removed will be marked with red engineer's tape. Removal request will be accomplished by work order issued to the contractor. Medium trees shall be removed within 10 working days of issuance of work order. All tree removals may only be accomplished upon approval from the COR. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and grinding all growth to a minimum of 8 inches below grade. Stumps shall be ground within one (1) workday of the tree removal date. Stump-grinding debris shall be removed the same day grinding is performed. The contractor shall backfill with topsoil, compact to match existing grades and apply seed to all disturbed areas. 1.2.3 Remove Large Tree/Restore Site. This service covers select tree removals of Large trees where the DBH is greater than or equal to 36 inches and site restoration is required. Trees to be removed will be marked with red engineer's tape. Removal request will be accomplished by work order issued to the contractor. Large trees shall be removed within 10 working days of issuance of work order. All tree removals may only be accomplished upon approval from the COR. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and grinding all growth to a minimum of 8 inches below grade. Stumps shall be ground within one (1) workday of the tree removal date. Stump-grinding debris shall be removed the same day grinding is performed. The contractor shall backfill with topsoil,compact to match existing grades and apply seed to all disturbed areas. 1.2.4 Emergency Small Tree Removal/Restore Site. This service covers select tree removals of small trees where the DBH is less than or equal to 24 inches and site restoration is required. Trees to be removed will be marked with red engineer's tape. Removal request will be accomplished by work order issued to the contractor. Small trees shall be removed within 1 work day of issuance of work order. All tree removals may only be accomplished upon approval from the COR. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and grinding all growth to a minimum of 8 inches below grade. Stumps shall be ground within one (1) workday of the tree removal date. Stump-grinding debris shall be removed the same day grinding is performed. The contractor shall backfill with topsoil, compact to match existing grades and apply seed to all disturbed areas. 1.2.5 Emergency Medium Tree Removal/Restore Site. This service covers select tree removals of medium trees where the DBH is greater than 24 and less than 36 inches and siterestoration is required. Trees to be removed will be marked with red engineer's tape. Removal request will be accomplished by work order issued to the contractor. Medium trees shall be removed within 2 working days of issuance of work order. All tree removals may only be accomplished upon approval from the COR. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and grinding all growth to a minimum of 8 inches below grade. Stumps shall be ground within one (1) workday of the tree removal date.Stump-grinding debris shall be removed the same day grinding is performed. The contractor shall backfill with topsoil, compact to match existing grades and apply seed to all disturbed areas.1.2.6 Emergency Large Tree Removal/Restore Site. This service covers select tree removals of Large trees where the DBH is greater than or equal to 36 inches and site restoration is required. Trees to be removed will be marked with red engineer's tape. Removal request will be accomplished by work order issued to the contractor. Large trees shall be removed within 2 working days of issuance of work order. All tree removals may only be accomplished upon approval from the COR. The contractor shall perform stump and perimeter roots removal by completely removing, by cutting and grinding all growth to a minimum of 8 inches below grade. Stumps shall be ground within one (1) workday of the tree removal date. Stump-grinding debris shall be removed the same day grinding is performed. The contractor shall backfill with topsoil, compact to match existing grades and apply seed to all disturbed areas. 1.3 Prune Trees. This service includes Pruning and Trimming of select trees. Pruning request will be accomplished by work order issued to the contractor and must be completed within five(5) workdays from notification. Trees to be pruned will be marked with yellow tape. Pruning or trimming shall be accomplished in accordance with the American National Standards Institute ANSI A300 Part 1 industry standards. Pruning shall be required to lift, remove, and/or cutback branches that conflict with normal traffic or safety. In addition, the contractor shall prune or trim trees that pose public safety hazards. Minimum safety clearances are: 14 feet over streets, 12 feet over driveways, 8 feet over walk areas, 4 feet over buildings, and 1 foot from buildings. Trees that pose threats to structures or buildings shall be removed. Topping and de-horning are not permitted. Trimming or pruning of trees that touch or hang over energized utility poles or power lines is the responsibility of the contractor. Minimum clearance from primary lines (over 600 volts) shall be 8 feet. Minimum clearance from secondary lines (under 600 volts, i.e. electric service drops, telephone, and cable TV) shall be 4 feet. Contractor shall be responsible for removing all debris generated from trimming or pruning operations The contractor shall perform all tree work in accordance with contract specifications and the following tree care standards, latest addition, unless otherwise directed by the COR.1.3.1 Emergency Spot Pruning/Trimming. Emergency spot pruning/trimming shall only be accomplished through issuance of a work order by the CO or COR. The contractor shallcomplete an emergency spot pruning/trimming within one (1) workday from the work order date. Typically, emergency spot pruning/trimming includes removal of dead and/or broken limbs or removal of limbs for required clearances.1.4. Limb Removal/Storm Clean-Up. This service covers cleanup of limbs and trees damaged by storms and high winds. Storm clean up and limb removal will be initiated by the COR or CO. Contractor will be required to respond to the area within two(2) hours of contact initiation. Contractor will be required to remove all debris from the area. Any storm damaged trees that need to be removed will be subject to the aforementioned tree removal guidelines. Contractor will coordinate with the COR to inspect clean up areas prior to completion.1.5. Tree Planting. This service covers planting select trees on base. This will be accomplished by a work order issued to the contractor. Tree type and size will be determined upon issue of work order. Contractor must submit an itemized cost proposal for installation of trees within five(5) days of the issuance of the work order. Trees shall be planted within ten (10) days from the approval of the cost proposal. The Cor will coordinate the locations of where the trees are to be planted. Contractor will ensure that the trees planted are free of defects and disease and planted in a way to ensure proper growth and establishment. Planted trees will be maintained by the contractor and will be replaced at the contractor's expense should the tree fail to be established, or dies within one (1) year of installation. Contractor will be responsible for assuring coordination for excavation for all trees installed under this service, to include notification of the Nebraska Digger's Hotline (402)344-3565 and completion of Air Force Form 103 (digging permit)1.6. Tree Debris. The contractor shall not use any area on base for the disposal of tree debris (limbs, leaves, etc.). All limbs, leaves, branches, leaders, trunks, stumps, etc. shall be removed from the base and disposed of by the contractor at a state approved facility. At no time shall tree waste be mixed with other types of debris generated by the base. At no time will burning of debris be allowed on base.1.7. Miscellaneous Requirements. The contractor shall coordinate availability of a sufficient quantity of equipment and vehicles to effectively fulfill the scope of this contract. Equipment failure or maintenance requirements shall not alleviate the contractor from meeting the performance standards contained in this contract.1.7.1 Contractor Requirements. The contractor shall coordinate availability of a sufficient quantity of equipment and vehicles to effectively fulfill the scope of this contract. Equipment failure or maintenance requirements shall not alleviate the contractor from meeting the performance standards contained in this contract.• Practice water conservation• Report fire hazards, conditions, and items in need of repair to the COR• Turn in lost and found articles to the CORThe Contractor shall notify the COR of any condition, including adverse weather or special requests from government personnel, that may interrupt or delay performance under thisPWS. Once the condition is resolved the Contractor shall resume interrupted work as soon as practical. When this period exceeds 24 hours the COR must approve the delay.2.0 Service Summary (SS): The contract service requirements are summarized in performance objectives that relate directly to mission essential items. The performance threshold briefly describes the minimally acceptable levels of service required for each requirement. The SS and the contractor's Quality Control Plan provide information on contract requirements, the expected level of contractor performance and the expected method of government surveillance and confirmation of services provided. These thresholds are critical to mission success. Procedures as set forth in the FAR 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance, will be used to remedy all deficiencies. During the first initial 30 days of the contract, two additional errors on each task shall be allowed in an effort to identify normal phase-in problems.Performance Objective PWSPara Performance Threshold RemedySS-1Remove Small Tree\Restore Site 1.2.1,inclusive No defects Re-performanceWithin 8 hours of notificationSS-2Remove Medium Tree/Restore Site 1.2.2,inclusive No defects Re-performanceWithin 8 hours of notificationSS-3Remove Large Tree/Restore Site 1.2.3inclusive. No defects Re-performanceWithin 8 hours of notificationSS-4Emergency Small Tree Removal/Restore Site 1.2.4inclusive No defects Re-performanceWithin 2 hours of notificationSS-5Emergency Medium Tree Removal/Restore Site 1.2.5inclusive No defects Re-performanceWithin 2 hours of notificationSS-6Emergency Large Tree Removal/Restore Site 1.2.6inclusive No defects Re-performanceWithin 2 hours of notificationSS-7Prune Trees 1.3inclusive No defects Re-performanceWithin 8 hours of notificationSS-8Emergency Spot Pruning/Trimming 1.3.1 No defects Re-performanceWithin 2 hours of notificationSS-9Limb Removal/Storm Clean-Up 1.4 No defects Re-performanceWithin 2 hours of notification2.1 Quality Control All work in this contract is to be accomplished by work order with the exception of storm clean-up. Contractor will be required to coordinate inspection with the COR upon completion of work orders and storm clean-up calls. All work must be inspected upon completion to assure that it is up to standards outlined within this contract. Any unsatisfactory inspection (defect) result shall be recorded, and the Contractor shall re-perform the service after notification by the CORFailing to meet the performance threshold as outlined in the SS for any of these performance objectives in any one month period shall result in a warning or letter of concern from the Contracting Officer.Failing to meet the performance threshold as outlined in the SS of these performance objectives in any combination for any two, or more consecutive or non-consecutive months during a contract period shall constitute an immediate Progress Meeting with the Multi-functional Team. All remedies shall be in accordance with the FAR 52.212-4 (a), Contract Terms and Conditions - Commercial Items, Inspection/Acceptance.3.0 Government Furnished Property and Services. The Government will provide no property or services with this contract to include debris storage locations.3.1 Government Furnished Supplies and Equipment. None.3.2 Government Furnished Utilities. The Government will furnish electricity, water and sewage service as necessary for accomplishment of work in accordance with this contract.3.2.1 Utility Conservation. The Contractor shall adhere to all base level utility conservation practices or requirements. The Contractor shall be responsible for operating under conditions that prevent waste of utilities.3.3 Security, Fire and Medical Services. The Government will provide police and fire protection. In the event of a medical emergency, base ambulance service for transporting an injured employee to a local hospital is available on a cost reimbursement basis.4.0 General Information4.1 Hours of Operation. The contractor shall perform the services required under this contract during the following hours. The contractor is not required to perform services on Federal Holidays.4.1.1 Normal Base Hours. Base hours of operation are 0730 hours until 1615 hours, Monday- Friday excluding holidays. The Contractor may find it necessary to deviate from the normal base hours of operation, to ensure timely completion of work under this PWS at no additional cost to the government. A contractor representative shall be available to answer questions until 1615 hours on normal duty days.4.1.2 Federal Holidays.New Year's Day - 1 JanuaryMartin Luther King Day - 3rd Monday in January Washington's Birthday - 3rd Monday in February Memorial Day - last Monday in May Independence Day - 4 JulyLabor Day - 1st Monday in September Columbus Day - 2nd Monday in October Veteran's Day - 11 NovemberThanksgiving Day - 4th Thursday in November Christmas Day - 25 DecemberIf these holidays fall on Saturday, the preceding Friday will be observed. If these holidays fall on Sunday, the following Monday will be observed. If a holiday falls on a scheduled service day, the Contractor will be responsible for rescheduling services for the first day post the holiday observance.4.1.3 Base Closures. Work scheduled but not accomplished because of base closure due to weather, exercises, or actual alert, will be accomplished as soon as possible after reopening the base.4.2 Traffic Laws. The Contractor and its employees shall comply with base traffic regulations.4.3 Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their Contractor-owned or privately owned vehicle while on Offutt Air Force Base.4.4 Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, Contractor personnel, resources, and classified or unclassified defense information.4.5 Physical Security. The Contractor shall be responsible for safeguarding all government property and controlled forms provided for Contractor use. At the end of each work period, all government facilities, equipment, and materials shall be secured.4.6 Contract Manager. The Contractor shall establish and maintain an office through which the contract manager or alternate(s) can be contacted during work hours. The contract manager or alternate shall be available during normal duty hours to meet on the installation within 2 hours with the government personnel designated by the Contracting Officer to discuss problem areas. The Contractor shall provide the CO telephone number(s) where surveillance results and complaints can be reported. The Contractor shall also provide to the Contracting Officer the names and phone/pager numbers of Contractor POCs for after business hours including nights, weekends, and holidays. This information will be kept updated by the Contractor whenever personnel changes occur. The contract manager or alternate shall have full authority to act for the Contractor on all contract matters relating to the daily operation of this contract.4.7 Personnel. Contractor personnel shall present a neat appearance. Contractor personnel shall be easily recognizable while on the installation in conjunction with this contract. This shall be accomplished through the wear of distinctive clothing, overcoats, rain gear, or hats, bearing the company name or logo. The coloring or design of the items selected should be such that identifies personnel easily and quickly for reasons of safety and personal protection.The government is authorized to restrict the employment under the contract of any Contractor employee or prospective Contractor employee, who is identified as a potential threat to the health, safety, security, general well being, or operational mission of the installation and its population.5.0 Contractor/Employee Base Pass and Identification, Special Clearances and Vehicle Passes. The contractor shall comply with all requirements and procedures IAW FAR 5353.242- 9000, Contractor Access to Air Force Installations. All documentation shall be submitted at the pre-performance conference.5.1 Personal Security Requirements. Contractor personnel shall obtain and possess at all times while on Offutt AFB, an authorized identification (ID) card and Restricted Area Badge (only in applicable areas). It is estimated that approximately two (2) full days of processing for these ID cards are required for each contractor employee prior to contract start date. Each contractor employee will be required to fill out a DD Form 1172, Application for Uniformed Services Identification Card, prior to issuance of an ID card. This form will be available from the Quality Assurance Evaluators office or the contracting office.5.2 Restricted Area Badges. The contractor shall request a United States Air Force (USAF) Restricted Area Badge for all personnel who require unescorted entry into a restricted area(s) for specific work, for the duration of the contract. It is the responsibility of the Using Agency Facility Manager (UAFM) to assist the contractor and his/her employees in initiating a DD Form 254, DOD Contract Security Classification Specification, through the Unit Security Manager (USM). If for any reason the UAFM cannot assist the contractor in the processing paperwork for restricted area badges, it is their responsibility to provide escorts. The contractor will wait no longer than twenty (20) minutes after initial notification for an escort to gain access into the restricted area. It is the contractor's responsibility to fully document all cases where entry torestricted areas was not granted. All contractor personnel shall have proper identification prior to entry into restricted areas. It is the responsibility of each UAFM to brief all contractor personnel working in their area on procedures and policies of their particular restricted area.5.3 National Agency Check (NAC). The contractor shall obtain a secret National Agency Check (NAC) investigation for its employees for unescorted entry to restricted areas. The contractor will conduct and assume the cost of background investigations for required clearances. The contractor will allow a minimum of three hundred sixty five (365) days after application for security clearances to be granted. The UAFM will provide escorts until clearances are granted. The contractor will ensure the individual to receive the NAC has completed a SF-86 by using Electronic Personnel Security Questionnaire (EPSQ). For further information call 55 CES Security Manager at 402-294-3642.5.4 Privately Owned Vehicles. All contractor personnel are authorized to drive privately owned vehicles on Offutt AFB as long as they have a valid driver license, valid registration and proof of insurance. The contractor is responsible for controlling and accounting for all identification cards and restricted area badges. When employee(s) leave the employment of the contractor, the contractor is responsible for recovering the ID cards and all other entry/security documents from the terminated employee and immediately (within one duty day) deliver these items to the Contracting Officer. If loss or failure to turn in these items within ten (10) calendar days, the Government shall deduct the amount of $25.00 per item, per employee from the next applicable invoice. The fee is to cover the Government's administrative and inventory cost.6.0 Estimated Quantities*Tree Pruning/Trimming 100 EachEmergency Tree Pruning/Trimming 25 EachTree and Stump Removal, Large 50 EachTree and Stump Removal, Medium 75 EachTree and Stump Removal, Small 100 EachEmergency Tree and Stump Removal, Large 5 EachEmergency Tree and Stump Removal, Medium 5 EachEmergency Tree and Stump Removal, Small 5 EachLimb Removal Storm Clean-up HourTree Planting Each*Quantities are estimated only. Service requests can be significantly lower or higher dependent upon Base needs.7.0 Tree Maintenance Service Bid ScheduleCONTRACT LINE ITEM NO. (CLIN)SUPPLIES/SERVICEQTYUNITUNIT PRICEAMOUNT0001 NON-PERSONAL SERVICES:Provide all supervision, personnel, equipment, transportation, material, and other items and services necessary to perform Tree Maintenance services at Offutt AFB in accordance with the PWS. This CLIN is not separately priced; However, the requirement of this CLIN applies to all subsequent CLINS (1002-1005) NSP0002 Remove Small Tree (PWS 1.2) EA0003 Remove Small Tree Restore Site (PWS 1.2.1) EA0004 Remove Medium Tree Restore Site(PWS1.2.2) EA0005 Remove Large Tree Restore Site (PWS 1.2.3) EA0006 Emergency Small Tree Removal\Restore Site (PWS 1.2.4)EA0007 Emergency Medium Tree Removal\Restore Site (PWS 1.2.5)EA0008 Emergency Large Tree Removal\Restore Site (PWS 1.2.6)EA0009 Prune Trees (PWS 1.3) EA0010 Emergency Spot Pruning\Trimming (PWS1.3.1) EA0011 Limb Removal\Storm Clean-up (PWS 1.4) HR*0012 Tree Planting (PWS 1.5) BY PROPOSAL PER PWS 1.5  *CLIN0011 bid should be submitted per hour of service.8.0 APPENDICES. The government will make all publications, forms, references and report formats listed available. Publications can be accessed on-line at http://www.e-publishing.af.mil/. Supplements or amendments to listed publication from any organizational level may be issued during the life of the contract. The Contractor shall immediately implement those changes in publications, which result in a decrease, or no change in the contract price. Prior to implementing any such revision, supplement, or amendment that will result in an increase in contract price, the Contractor shall submit to the Contracting Officer a price proposal and obtain prior approval. Price proposals shall be submitted within 15 calendar days from the date the Contractor receives notice of the revision, supplement, or amendment giving rise to the increase in cost of performance. Changes in the contract price due to supplements and amendments shall be considered under the FAR 52.212-4, Contract Terms and Conditions - Commercial Items clause. Failure of the Contractor to submit a price proposal within 15 calendar days from the date of receipt of any change, shall entitle the government to performance in accordance with such change, at no increase in contract price.APPENDIX A -AREA MAPS OR SITE PLANS APPENDIX B - AF form 103APPENDIX C - REQUIRED REPORTS/FORMS APPENDIX D - ENVIRONMENTAL REQUIREMENTSAPPENDIX D - Environmental Requirements1.1 Definitions.Priority chemical means a chemical identified by the interagency Environmental Leadership Workgroup or, alternatively, by an agency pursuant to Section 503 of Executive Order 13148 of April 21, 2000, Greening the Government through Leadership in Environmental Management.Toxic chemical means a chemical or chemical category in listed in 40 CFR 372.65. Hazardous material includes the following:- Hazardous materials as defined by The Department of Transportation in 29 CFR 172,- Hazardous substances, extremely hazardous substances, toxic chemicals and hazardous waste as defined by EPA in Title III of the Superfund Amendments and Reauthorization Act and the Resource Conservation and Recovery Act, in 40 CFR, and- Hazardous Chemicals and Hazardous Substances as defined by the Occupational Safety and Health Administration (OSHA) in 29 CFR.1.2 Emergency Planning and Community Right-to-Know Act of 1986.Executive Order 13148 requires Federal facilities to comply with the provisions of the Emergency Planning and Community Right-to-Know Act of 1986 (EPCRA) (42 U.S.C. 11001- 11050) and the Pollution Prevention Act of 1990 (PPA) (42 U.S.C. 13101-13109).Federal Acquisition Regulation (FAR) 52.223-5 -- Pollution Prevention and Right-to- Know Information requires contractors to provide all information needed by the Federal facility to comply with the following:(1) The emergency planning reporting requirements of Section 302 of EPCRA.(2) The emergency notice requirements of Section 304 of EPCRA(3) The list of Material Safety Data Sheets required by Section 311 of EPCRA(4) The emergency and hazardous chemical inventory forms of Section 312 of EPCRA(5) The toxic chemical release inventory of Section 313 of EPCRA, which includes the reduction and recycling information required by Section 6607 of PPA(6) The toxic chemical, priority chemical, and hazardous substance release and use reduction goals of Section 502 and 503 of Executive Order 13148.1.3 Environmental Management System.Offutt AFB has implemented an Environmental Management System (EMS) and every contract employee that will physically work on the installation is required to take initial EMS awareness training. The Contractor shall ensure all employees, prior to their performance of any contract work on the installation will complete the EMS Awareness Level Training at ESOHTN.com. The employee's printed training certificate is required to be provided to the Contract Officer Representative (COR) for inclusion in the contract file NLT 10 days following the effective date of the contract. Any new or replacement employee shall receive this training prior to commencing work on Offutt AFB and the proof of acknowledgement shall be forwarded to the COR no later than the end of the week the employee begins work. This training is a 20 minute requirement. Questions regarding the training should be addressed to the COR.1.4 Material Safety Data SheetsFifteen (15) working days prior to bringing hazardous materials onto Offutt AFB the contractor shall submit the Material Safety Data Sheets and usage information on all hazardous materials they (including all subcontractors) intend to use throughout the life of the contract.The 55th CE's Construction Management Element (55 CES/CECC) person assigned to that contract, or the contract's Contract Officer Representative (COR), will review the information with the Environmental Flight (55 CES/CEV) and then provide the information to the HAZMART Warehouse for entry into EMIS. In addition, contractors that use hazardous materials are required to complete Offutt's hazardous waste training course (see Disposal of Regulated Waste, Paragraph 1.8 below) prior to bringing hazardous materials on base.1.5 Storage and HandlingAll hazardous and non-hazardous materials shall be stored and handled in accordance with all OSHA and NFPA requirements. In addition to those requirements, all storage and staging areas shall be provided with secondary containment and shall be located away from traffic areas and protected from any incursion into the area that could damage the containers or cause a spill. Secondary containment shall be provided to contain 110% of the volume of the largest container stored so as to contain any spills or leaks.1.6 Hazardous Material Storage PlanPrior to bringing any hazardous material on base, the contractor shall submit for CEV approval a hazardous material (to include hazardous waste (see Section 4.10.1.5) storage plan stating how the contractor shall meet the above requirements. Plan shall include method of storage handling, staging, and use of the materials1.7 Spill ReportingContractor shall immediately report all spills of hazardous materials to the Fire Department and to CEV. In addition, the contractor is responsible for meeting the reporting requirements of Nebraska Administrative Code Title 126 Chapter 18 Releases of Oil or Hazardous Substances. Copies of any reports made to the Nebraska Department of Environmental Quality or The National Response Center shall be provided to CEV within 24- hours. Contractor is responsible for the cleanup of all spilled material including restoration ofthe any areas contaminated by the spill including costs incurred by the government for any assistance or remedial action taken by the government on behalf of the contractor. All clean up and restoration shall be done to the satisfaction of the government. Handling and disposal of spill clean-up material shall be in accordance with Paragraph 1.111.7.1 Report of Hazardous Material Consumed.Upon completion of the contract and 1 January of each of the basic and every option year of the contract all quantities of consumed hazardous material on this job will be submitted for CEV recordkeeping. If the project is not complete by 1 January, all hazardous material used on this job before that date must be submitted by 1 February and again at the completion of the project. Hazardous material is defined in Paragraph 1.1.1.8. Disposal of Regulated Wastes.Contractor shall comply with all federal, state, local, and Offutt AFB regulations and requirements concerning the proper handling, accumulation, and disposal of regulated wastes. These include, but are not limited to:Title 40 Code of Federal Regulations (CFR) Parts 260/280 (40 CFR 206-280)- Federal solid and hazardous waste regulations.Title 49 Code of Federal Regulations (CFR) Parts 171-173 (49 CFR 171-173)- Federal transportation regulations.Title 40 Code of Federal Regulations (CFR) Part 112 (40 CFR 112)- Spill Prevention Control and Countermeasure PlanState of Nebraska Administrative Code Title 128- State solid and hazardous waste regulations.City of Omaha Code Chapter 31- City of Omaha sewer standardsOffutt AFB Hazardous Waste Management Plan-Summarizes the hazardous waste accumulation and storage requirements.1.9 Training.The contractor is responsible for ensuring all contract personnel that handle or are exposed to hazardous waste are trained in accordance with the above regulations/requirements. The Offutt AFB Environmental Management Flight (55 CES/CEV telephone # (402) 294-4087) conducts training satisfying the above training requirements at no cost to the contractor. Thetraining is held on the first and third Mondays of each month, except on Federal Holidays, and lasts approximately one hour. Contractor shall submit for CEV records certification of training. At the contractor's option, one representative may attend the above class and then train the remaining contractor personnel. If this option is chosen, the contractor will submit documentation for CEV records that all contractor personnel who handle hazardous waste have been trained.1.10 Accumulation, Storage, and Sampling Wastes.If during the MSDS review process a waste product is determined to be a regulated waste the below paragraph will be fully conformed with. Items that can be considered regulated wastes include, but are not limited to, paints, thinners, solvents, adhesives, acids and caustics compounds, fuels and oils intended for disposal, lead acid batteries, fluorescent light tubes, etc. The contractor shall be responsible for identifying, storing, and accumulating all regulated wastes generated during the course of the contract. Contractor is also responsible for sampling and analysis of all containers of wastes generated to obtain an accurate profile of any hazardous characteristics. Sampling and analysis shall be conducted by an accredited laboratory at no additional cost to the government. Based on that analysis, wastes shall be identified as hazardous, prohibited, or non-regulated wastes. Storage of wastes shall be in accordance with Paragraph 1.5 and Offutt's Hazardous Waste Management Plan.1.11 Disposal Procedures.For wastes identified as hazardous, the contractor shall submit a request for disposal and provide test results and waste characterization to 55 CES/CEV two weeks before disposal. If hazardous waste is accumulated in quantities equal to or exceeding 55 gallons, or prior to completion of this Contract, the contractor shall deliver all hazardous waste for disposal within three days to either one of the 90-Day accumulation points or to the Offutt AFB Defense Reutilization and Marketing Office (DRMO). If full waste characterization is not available, the contractor will store the waste at one of the 90-day accumulation points; when analysis is complete, the contractor will subsequently move the waste to DRMO. All drum movements to any 90-day or to DRMO by the contractor will be at no additional cost to the government.Disposal cost for hazardous waste disposal shall be the responsibility of the government.Prohibited wastes are liquids or liquids containing solids that are prohibited by Omaha code from being disposed of to the sanitary sewer. Contractor shall submit test results for CEV to determine proper disposal. Contractor will be directed to deliver the container to either one of the 90-day accumulation points or to the Conforming Storage Facility on base at no additional charge to the government. Disposal cost for prohibited waste disposal shall be the responsibility of the government.Special wastes are wastes that require prior approval from the landfill to be disposed of. These wastes (e.g. fuel contaminated soil) shall be disposed of at either the Douglas County or Butler County Landfills. The contractor must submit a request for disposal along with all required testing analysis and receive approval of CEV for disposal of special wastes to either landfill. Contractor is responsible for all costs associated with disposal of special wastes.Non-regulated wastes (e.g. C and D wastes) shall be disposed of at an NDEQ approved landfill. Contractor is responsible for all costs associated With the disposal of non-regulated wastes. 

101 Washington Sq Bldg 40 Offutt AFB, Nebraska 68113 United StatesLocation

Place Of Performance : 101 Washington Sq Bldg 40

Country : United States

You may also like

Tree Trimming

Due: 10 Apr, 2024 (in 12 days)Agency: Cecil County

SBDD- 2024 Tree Trimming and Removal

Due: 12 Apr, 2024 (in 14 days)Agency: South Broward Drainage District

ITB 24-45/J-AB TREE TRIMMING AND REMOVAL SERVICES

Due: 16 Apr, 2024 (in 17 days)Agency: City of Hampton

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

561 -- Administrative and Support Services/561730 -- Landscaping Services
naicsCode 561730Landscaping Services
pscCode SLandscaping/Groundskeeping Services