Pest Control Service- Maui Hawaii

expired opportunity(Expired)
From: Federal Government(Federal)
W912CN-21-Q-EP01

Basic Details

started - 06 Aug, 2021 (about 2 years ago)

Start Date

06 Aug, 2021 (about 2 years ago)
due - 19 Aug, 2021 (about 2 years ago)

Due Date

19 Aug, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
W912CN-21-Q-EP01

Identifier

W912CN-21-Q-EP01
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710657)DEPT OF THE ARMY (133330)AMC (72703)ACC (75087)ACC-OO (8068)413TH CSB (1192)0413 AQ HQ RCO-HI (758)
[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.

Combined Synopsis and Solicitation Notice InformationRegional Contracting Office – Hawaii,The Regional Contracting Office, Hawaii has a requirement for Pest Control for all 9th MSC real property located in Maui, HI.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-EP01.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): S207 Insect and Rodent Services This is a restricted buy and the associated NAICS code is 561710 – Exterminating and Pest Control Services.                   Is being set-aside for 100% for small businessesOfferors must be registered 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/Questions:All questions concerning this combined synopsis and solicitation must be directed to Erica Porras-Henson at the below contact information:Phone Number: 808-656-1001 e-mail erica.e.porras-henson.civ@mail.mil  by 5:00 pm Hawaii Standard Time on August 18, 2021. All answers to Betasam.gov will be posted to this combined synopsis/solicitation.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: erica.e.porras-henson.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 9th MSC is requesting Pest Control Services per the Performance Work Statement (PWS) attached. Bid All or None. All Services offered must include the technical specifications of the PWS. Brief description:The Contractor shall provide all management, labor, supervision, tools, materials, transportation, and equipment necessary to perform pest extermination and pest preventive control procedures. The Contractor shall conduct all requirements for the United States Army Reserve (USAR) real property and facilities with in the 9th Mission Support Command (9TH MSC) area of responsibility to provide a pest free work environment for the 9TH MSC. (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 – Pest Control serviceCLIN 1001 - Option One: Pest Control serviceCLIN 2001 - Option Two: Pest Control serviceQuotes Prices must be valid for no less than 30 daysPeriod of Performance: Base year:          29 Sep 2021- 28 Sep 2022Option year 1:     29 Sep 2022- 28 Sep 2023Option year 2:     29 Sep 2023- 28 Sep 2024Place of PerformanceMaui, HawaiiOffers will be accepted via email to: erica.e.porras-henson.civ@mail.milOffers must be received at this email address Inbox no later than 5:00 PM, Hawaii Standard Time onAugust 18, 2021.Offeror must be registered 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 108Wheeler Army Air Field (WAAF)Schofield Barracks, Hawaii 96857United StatesPrimary Point of contact: All quotes and inquiries should be addressed to Ms. Erica Porras-Henson by email at erica.e.porras-henson.civ@mail.mil  or by telephone at 808-656-1001 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 1FAR 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 Reporting52.204-19 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 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (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 Corporations52.219-6 Notice of Total Small Business Set-Aside52.222-19, 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 Obligations52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)52.252-1 Solicitation Provisions Incorporated by Reference52.252-2 Clauses Incorporated by Reference52.252-6 Authorized Deviation in ClausesThe 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 Reports252.232-7006 Wide Area Work-Flow Payment Instructions252.232-7010 Levies on Contract Payments252.243-7001 Pricing of Contract Modifications.252.244-7000 Subcontracts for Commercial Items252.247-7023 Transportation of Supplies by Sea, BasicOTHER 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 consumptionReduce greenhouse gas emissionsConserve and protect water resourcesEliminate waste, recycle, and prevent pollutionAdopt sustainable technologiesProcure environmentally preferable materials, products and servicesMaintain sustainable buildingStrengthen livability of the local communityInform 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-resourcesandhttps://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 ductwork9. 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.pdf10. 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-z11. 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) prior to beginning work and shall have locations for underground facilities staked out in the field by Gas Company personnel.(5) Additional Digging Information:  At least five days prior to digging please call the number below.  Government Agency and Contact Person:   Hawaii One Call Center Phone Number:  1- 866-423-7287.  (b) The Contractor shall be liable for damages resulting from his failure to comply with (1), (2), (3) or (4) above.12. AMC-LEVEL PROTEST PROGRAM (a) If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible Contracting Officer.  However, you can also protest to Headquarters, AMC. (b) The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum.  Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. (c) The AMC protest decision goal is to resolve protests within 20 working days from filing.  To be timely, protests must be filed within the periods specified in FAR 33.103.  Send protests (other than protests to the Contracting Officer) to:Headquarters U.S. Army Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001Redstone Arsenal, AL  35898-5000Fax: (256)450-8840(d) The AMC-level protest procedures are found at: http://www.amc.army.mil/connect/legal-resources/                If Internet access is not available, contact the Contracting Officer or HQ, AMC, to obtain the AMC-Level Protest Procedures. 13. ACCESS TO ARMY INSTALLATIONS – PERSONNEL and VEHICLESWe recognize the important roles companies like you play in our day-to-day operations.  That is why USAG-Hawaii is enhancing the current access control solution called the RAPIDGate Program.  This program supports the security requirements while offering a streamlines access procedure for vendors, contractors, sub-contractors, suppliers and service providers.  This voluntary program is available by installation approval to new and existing personnel who require routings access to USAG-Hawaii and are not authorized to receive a Department of Defense CAC and desire streamlined entry into the installation.  Separate sponsorship and participation at each USAG-Hawaii location (e.g., Schofield Barracks, Wheeler Army Airfield, Fort Shafter, Tripler Army Medical Center, Pililaau Army Recreation Center and Pohakuloa Training Area) is required. Access Privilege Management options*RAPIDGate Credential holders may access the installation through any of the USAG-Hawaii Gates that size allows and will only be subject to random inspections.Companies that choose not to participate in the RAPIDGate Program will have limited access through the Schofield Barracks Lyman gate, Fort Shafter’s Buckner Gate and Tripler Army Medical Center Main Gate. All employees will be required to go through the inspection area and will be subject to the standard access control procedures, security screenings, and/or vehicle inspections.SUBJECT: RAPIDGate Access Control Program for Vendors, Suppliers, Contractors, Sub-Contractors, and Service Providers Key Dates*Effective August 15, 2019, Contractor Access Pass (CAP) badges are no longer be issued for long term access.Effective September 15, 2019, the only long-term contractor credential available for access is the RAPIDGate Credential. The only other valid pass available for access is a seven (7) day pass.*Access control changes can occur at any time due to security requirements Companies that service USAG Hawaii facilities may initiate enrollment in the RAPIDGate Program by calling 1-877-RAPIDGate (1-877-727-4342). More information about the enrollment process can be found in the attachment titled “RAPIDGate Program Enrollment Information”.If you have questions regarding the RAPIDGate Program at USAG-Hawaii, please contact RAPIDGate at 1-877-RAPIDGate (1-877-727-4342). If you have any questions regarding the USAG Hawaii access control changes, please contact Chief Lesley Gardner, Chief of Guards, at 808-656-0707 or Lt. Shawn Stackhouse, Security Branch Operations, at 808-656-0232.We strongly encourage you to review the program benefits that the RAPIDGate Program offers. It will assist us with streamlining access for your employees, improving the ability of our access control personnel, and maintaining higher levels of security and efficiency.13 a.  RAPIDGate Program Enrollment Information Enroll your company by calling 1-877-RAPIDGate (1-877-727-4342). To enroll your company in the RAPIDGate Program, please go to the following web address to fill out the Enrollment Forms, https://eform.rapidgate.com/. On the Enrollment Forms you will need to provide your USAG-Hawaii sponsor point of contact, including a name, phone number, and e-mail address. USAG-Hawaii must authorize your request to participate in the RAPIDGate Program.  The minimum elapsed time from company enrollment to an employee receiving his or her RAPIDGate Credential is approximately two weeks. If you would like additional information please call Fortior Solutions at 1-877-RAPIDGate (1-877-727-4342). A Customer Service Representative will give you all the necessary information regarding the RAPIDGate Program. Enroll today to ensure your employees have their RAPIDGate Credentials by the Program effective date September 16, 2019. If your company is already enrolled in the RAPIDGate Program at another installation, it may request access for its employees at this installation by calling 1-877-RAPIDGate (1-877-727-4342). Once your company is approved by USAG-Hawaii, your employees who already hold RAPIDGate Credentials may be able to use the same Credentials at the additional installation.Employees register at onsite Registration Stations. Once your company has been approved for enrollment and paid the enrollment fee your company will receive an email with your company’s RAPIDGate Company Code, Instruct your employees who need access to USAG-Hawaii to register at the self- service registration station located at the Visitor Control Center at Leilehua Golf Course Vehicle Registration Office or Tripler Army Medical Center Main Gate Building # 50.Each employee should be ready to provide your company’s RAPIDGate company code, his or her address, phone number, date of birth, and Social Security number. The Registration Station will capture the employee’s photograph for credentialing and fingerprints for identity verification.Assisted registration at your company’s location may be available if you have 50 or more employees to register.  Call 1-877-RAPIDGate (1-877-727-4342) for details. The RAPIDGate Program performs background screening and credentialing. Once your company has approved each employee for participation and paid the registration fee, the RAPIDGate Program performs identity authentication and background screening. Your company will be notified when qualified employees may pick up their personalized RAPIDGate Credentials at the Visitor Control Center atLeilehua Golf Course Vehicle Registration Office or Tripler Army Medical Center Main Gate Building # 50. To retrieve a Credential, each employee must show proof of identity by presenting one form of identification from List A (next page), or two forms of identification from List B.After activating their RAPIDGate Credentials, employees present their Credentials to request entry to USAG-Hawaii, and must wear and display the Credentials at all times while on the installation. Questions about the USAG Hawaii RAPIDGate Program should be addressed to info@rapidgate.com with the subject line RE: RAPIDGate Program.Forms of Acceptable Identification for picking up your credential:  List A – One NeededU.S. Passport (unexpired)Permanent Resident Card or Alien Registration Receipt Card (Form I-551)Unexpired foreign passport, with I-551 stamp or attached Form I-94 indicating unexpired employment authorizationUnexpired Employment Authorization Document that contains a photograph (Form I- 766, I-688, I688A, I-688B) List B – Two NeededDriver’s license or ID card issued by a stateID Card issued by federal, state or local government agencies or entitiesSchool ID card with a photographVoter’s registration cardU.S. Military card or draft recordMilitary Dependent’s ID cardU.S. Coast Guard Merchant Mariner CardNative American tribal documentDriver’s license issued by a Canadian government authorityU.S. Social Security card issued by the Social Security AdministrationCertification of Birth Abroad issued by the Department of State (Form FS-545 or Form DS-1350)Original or certified copy of a birth certificate issued by a state, county, municipal authority or outlying possession of the United States bearing an official sealU.S. Citizen ID Card (Form I-197)ID Card for use of Resident Citizen in the United States (Form I-179)Unexpired employment authorization document issued by DHS (other than those listed under List A)14. DOD LEVEL I ANTITERRORISM (AT) STANDARDSPursuant to Department of Defense Instruction Number 2000, “DoD Antiterrorism (AT) Standards,” dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. Standard Contract Language Provision/Contract Clause Applicability and/or additional SOW language.  Detailed information on each of these items are stated below.  Applicable items to this contract action are indicated below.______ 1.  AT level I Training (general).          ___X___ 2. Access and general protection policy and procedures.  ______ 2a. For contractor requiring Common Access Card (CAC).  ___X___ 2b. For contractor that do not require CAC, but requires access to DoD facility or installation.  ______ 3. AT Awareness training for contractor personnel traveling overseas.  __X____ 4.  iWatch training.  ______ 5.  Army Training Certificate Tracking System (ACTS) registration for contractors who require access to government information systems.  ______ 6.  For contracts that require a formal OPSEC program.  ______ 7.  For contracts that require OPSEC training.  ______ 8.  For Cyber Awareness (Information assurance (IA) /information technology (IT) training).  ______ 9.  For Cyber (Information assurance (IA) /information technology (IT) certification).  ______ 10. For contractors authorized to accompany the force.  ______ 11. For contract requiring performance or delivery in a foreign county.  ______ 12.  For contracts that require handling or access to classified information.  ______ 13.  Threat Awareness Reporting Program.______ 14. For contracts that require delivery or food and water.See below for definitive language for each of the items listed above.1. AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable and 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 05 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: https://jko.jten.mil/2. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contract or 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.2a. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contract or 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.2b. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations .3. AT Awareness Training for Contractor Personnel Traveling Overseas. This standard language required US based contractor employees and associated sub-contractor employees to make available and to receive government provided area of responsibility (AOR) specific AT awareness training as directed by AR 525-13. Specific AOR training content is directed by the combatant commander with the unit ATO being the local point of contact.4. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local 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. Training standards will be provided by the COR within 5 calendar days of contract award.  Contractor personnel are to train all personnel within 30 days of award or within 30 days of a hiring action. Contractors are to report training to the COR within 30 days of contract award or a hiring action.IWATCH within the Army is a nation-wide modern version of a neighborhood watch program focused on the threat of terrorist activity.  It is an antiterrorism awareness program that the contractor’s workforce, while on Army installations, must all be familiar with to promote and enhance reporting suspicious activity or behavior. The program has two elements: “passive” and “active.” The passive element is an individual’s situational awareness of his or her surroundings. The active element of IWatch involves individuals taking action to report suspicious behavior or activities to law enforcement for more investigation.5. Army Training Certification Tracking System (ATCTS) registration for contractor employees who require access to government information systems. All contractor employees with access to a government info system must be registered in the ATCTS (Army Training Certification Tracking System) at commencement of services, and must successfully complete the DOD Information Assurance Awareness prior to access to the IS and then annually thereafter.6. For contracts that require a formal OPSEC program. The contractor shall develop an OPSEC Standing Operating Procedure (SOP)/Plan within 90 calendar days of contract award, to be reviewed and approved by the responsible Government OPSEC officer. This plan will include a process to identify critical information, where it is located, who is responsible for it, how to protect it and why it needs to be protected. The contractor shall implement OPSEC measures as ordered by the commander. In addition, the contractor shall have an identified certified Level II OPSEC coordinator per AR 530-1.7. For contracts that require OPSEC Training. Per AR 530-1 Operations Security, the contractor employees must complete Level I OPSEC Awareness training.  New employees must be trained within 30 calendar days of their reporting for duty and annually thereafter.8. For information assurance (IA)/information technology (IT) training. All contractor employees and associated sub-contractor employees must complete the DoD IA awareness training before issuance of network access and annually thereafter. All contractor employees working IA/IT functions must comply with DoD and Army training requirements in DoDD 8570.01, DoD 8570.01-M and AR 25-2 within six months of appointment to IA/IT functions.  DoD Cyber Awareness Challenge Training is available at the following website: https://ia.signal.army.mil/DoDIAA/9. For information assurance (IA)/information technology (IT) certification. Per DoD 8570.01-M , DFARS 252.239.7001 and AR 25-2, the contractor employees supporting IA/IT functions shall be appropriately certified upon contract award. The baseline certification as stipulated in DoD 8570.01-M must be completed upon contract award.10. For contractors authorized to accompany the force. DFARS Clause 252.225-7040, Contractor Personnel Authorized to Accompany U.S. Armed Forces Deployed Outside the United States. The clause shall be used in solicitations and contracts that authorize contractor personnel to accompany US Armed Forces deployed outside the US in contingency operations; humanitarian or peacekeeping operations; or other military operations or exercises, when designated by the combatant commander. The clause discusses the following AT/OPSEC related topics: required compliance with laws and regulations, pre-deployment requirements, required training (per combatant command guidance), and personnel data required.11. For Contract Requiring Performance or Delivery in a Foreign Country, DFARS Clause 252.225-7043, Antiterrorism/Force Protection for Defense Contractors Outside the US. The clause shall be used in solicitations and contracts that require performance or delivery in a foreign country. This clause applies to both contingencies and non-contingency support. The key AT requirement is for non-local national contractor personnel to comply with theater clearance requirements and allows the combatant commander to exercise oversight to ensure the contractor’s compliance with combatant commander and subordinate task force commander policies and directives.12. For contracts that require handling or access to classified information. Contractor shall comply with FAR 52.204-2, Security Requirements. This clause involves access to information classified “Confidential,” “Secret,” or “Top Secret” and requires contractors to comply with— (1) The Security Agreement (DD Form 441), including the National Industrial Security Program Operating Manual (DoD 5220.22-M); (2) any revisions to DOD 5220.22-M, notice of which has been furnished contractor.13. Threat Awareness Reporting Program. For all contractors with security clearances. Per AR 381-12 Threat Awareness and Reporting Program (TARP), contractor employees must receive annual TARP training by a CI agent or other trainer as specified in 2-4b.15. SAFETY REQUIREMENTS  (a) The Contractor shall implement a safety program conforming to the requirements of Federal, State and Local laws, rules and regulations.  The program shall include, but is not limited to, the following, as applicable:        (1)  U.S. Department of Labor Occupational Safety and Health Standards, at:  http://www.osha.gov/pls/oshaweb/owastand.display_standard_group?p_toc_level=1&p_part_number=1910         (2)  U.S. Army Corps of Engineers, Safety and Health Requirements Manual Engineering Manual 385-1-1, 15 SEP 08, “ https://www.usace.army.mil/Missions/Safety-and-Occupational-Health/Safety-and-Health-Requirements-Manual/        (3) Unified Facilities Criteria, Fire Protection Engineering for Facilities, UC 3-600-01, 8 Aug 2016, https://www.wbdg.org/ffc/dod/unified-facilities-criteria-ufc/ufc-3-600-01        (4)  Air Force Instruction 32-2001, Fire Emergency Services Program, 30 Sep 2010, https://www.wbdg.org/FFC/ANG/ANGI/AFI_32-2001.pdf(b) The contractor must submit a safety plan and job hazard analysis in accordance with EM 385-1-1,          30 Nov 2014, for all construction projects.   The safety plan shall be submitted within 30 days of award or 7 working days prior to commencement of on-site work, whichever occurs first.(c) For service, supply, and research and development contracting actions. Compliance with this manual shall be a contract requirement for such activities unless technical representatives (in coordination with safety and health professionals) advise that special precautions are not appropriate due to extremely limited scope of services or similar. However, it is understood that this manual in its entirety may be too complex for the type of work being performed under these contracts. These contractors may reference Appendix A, paragraph 11 of Health Requirements Manual Engineering Manual 385-1-1, 30 Nov 2014, " at https://www.usace.army.mil/Missions/Safety-and-Occupational-Health/Safety-and-Health-Requirements-Manual/  for limited scope Accident Prevention Plan (APP).16. ACCIDENT PREVENTION AND SAFETY REQUIREMENTS  (a) The contractor is responsible for implementing standard commercial practices for accident prevention and safety practices and compliance with para.b of this clause when performing the requirements stipulated in the statement of work or performance work statement of this contract. Therefore, upon commencement of work, the Contractor shall initiate an accident prevention and safety program applicable to the work to be performed under this contract.  Further, the Contractor shall conduct a safety orientation for all employees immediately following their employment under this contract.  The Contractor shall provide all occupational health services to his employees.  Contractor employees shall be instructed to notify the Contractor's Project Manager of potential or existing occupational health hazards that require attention.(b) The Contractor shall comply with the requirements of the Department of Labor Occupational Safety and Health Act (OSHA) and the Hawaii Occupational Safety and Health Law as administered by the Division of Occupational Safety and Health, Department of Labor and Industrial Relations, State of Hawaii.(c) Government emergency vehicles and medical personnel may be used in emergency situations affecting Contractor personnel whose life may be in danger.  Government facilities may be used in these instances as the first point of treatment.  Transfer to other than Government medical treatment facilities shall be affected as soon as possible and as determined by attending medical authorities.  Contractor employees and not the Government will bear all medical expenses.(d) The Federal OSHA (Public Law 91-596) requires the reporting of all occupational injuries and illnesses. This OSHA requirement applies to all Contractors as well as subcontractor personnel.        (1) When required, the Government will prepare for the Contractor DD Form 689, Individual Sick Slip (in trip) for presentation to the medical treatment facility.         (2) DA Form 285, "United States Army Accident Investigation Report" be furnished by the Government, will be utilized by the Contractor to report all occupational injuries and illnesses whether there is lost time or no lost time, in accordance with Army Regulations 385-40.        (3) The Contracting Officer’s Representative of the Contracting Officer or his authorized representative will investigate the accident and complete DA Form 285 within seven (7) calendar days, and forward the original and two (2) copies of the form through the Contracting Office to the Installation Safety Officer.Service Contract Act WD # 2015-5689 applies to this contract.There are no additional contract requirement(s) or terms and conditions necessary for this acquisition.The Defense Priorities and Allocations System (DPAS) and assigned rating is not used for this requirement.

Wailuku ,
 HI  96793  USALocation

Place Of Performance : N/A

Country : United States

You may also like

Chemicals for Noxious Weed and Pest Control

Due: 21 Oct, 2024 (in 5 months)Agency: Nebraska

Pest Control Products and Services

Due: 08 Apr, 2026 (in 23 months)Agency: The University of Nebraska

PEST CONTROL AT NDDTC

Due: 14 Jan, 2029 (in about 4 years)Agency: ANIMAL AND PLANT HEALTH INSPECTION SERVICE

Please Sign In to see more like these.

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

Classification

naicsCode 561710Exterminating and Pest Control Services
pscCode S207Insect and Rodent Control Services