Inspection of housing units
A. INTRODUCTION: The US Army Contracting Command, APG, Natick Contracting Division on behalf of the US Army Garrison - Natick, Directorate of Public Works has a requirement to perform routine inspecti... A. INTRODUCTION: The US Army Contracting Command, APG, Natick Contracting Division on behalf of the US Army Garrison - Natick, Directorate of Public Works has a requirement to perform routine inspection of vacant housing units in the Hudson, Needham and Wayland, Massachusetts; and maintenance and repairs as required. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, in conjunction with procedures at FAR Subpart 13.302, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested, and a written solicitation will not be issued. The solicitation number for this procurement is W911QY19Q0017 and issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Regulation (FAR) and Defense Federal Regulation Supplement (DFARS). The North American Industry Classification System is 561790. This requirement is 100% Small Business Set-Aside. The Small Business Size Standard is $7.5 million. This written solicitation is issued in accordance with the FAR Subpart 12.603(b) - Streamlined Solicitation for Commercial Items. A Standard Form 1449 (Solicitation/Contract/Order for Commercial Items) will not be used for issuing this solicitation, however, the Government anticipates awarding one Firm Fixed Price (FFP) Contract from this solicitation using the SF1449. The contract will consist of a Base period and one (1) year optional ordering period. The total contract shall not exceed two (2) years. The Base and optional Ordering Period consist of the following CLINs: Base Period: 0001 and 0002 Date of Contract Award through 30 Jun 2020 Optional Period: 1001 and 1002 1 July 2020 through 30 Jun 2021 The Service Contract Act applies. Any excess funds will be deobligated at the end of the Period of Performance. The Government intends to evaluate offers and award a contract without discussions, therefore, the initial offer should contain the best offer, however the Government reserves the right to conduct discussions if necessary. The Government also reserves the right to not award any contract in the event that no proposals are considered to be in the best interest of the Government. Quotes are due 25 June 2019 @ 2:00PM. Quotes are to only be submitted via e-mailed to Michael Vincent at michael.w.vincent.civ@mail.mil and George Bernard at george.h.bernard.civ@mail.mil. Quotes shall be for separate PDF files. Quotes in response to this solicitation shall be valid for 90 calendar days. Please annotate the last day the quote will be valid. Firms will not be reimbursed for quotation preparation costs. FAILURE TO SUBMIT A TIMELY PROPOSAL EXACTLY IN ACCORDANCE WITH THE SUBMISSION INSTRUCTIONS MAY RESULT IN THE OFFEROR'S QUOTATION BEING REJECTED AS UNACCEPTABLE OR NONCOMPLIANT, AND THEREFORE INELIGIBLE FOR AWARD CONSIDERATION. Attachments to this Combined Synopsis/Solicitation include: 1. Pricing Schedule for Quote Submission 2. Past Performance Questionnaire 3. Wage Determination WD 15-4055 Rev 11 4. Hudson housing units area Map 5. Needham housing units area Map 6. Wayland housing units area Maps Contracting Office Address: Army Contracting Command - Aberdeen Proving Ground, Natick Contracting Division 10 General Greene Avenue Natick, Massachusetts 01760-5011 United States Place of Performance: Natick Soldier Systems Center 10 General Greene Avenue Natick, Massachusetts 01760 United States Primary Point of Contact: Michael Vincent Contract Officer michael.w.vincent.civ@mail.mil ph: 508-233-6138 B. QUOTATION SUBMISSION INSTRUCTIONS: 1. The following ADDENDUM TO 52.212-1 is hereby included: Any Offeror that submits a quotation in response to this solicitation shall be registered in SAM IAW FAR Clauses 52.204-7 and 52.232-33 prior to contract award. Registration information can be found at www.sam.gov. The Offeror shall submit a quotation consisting of four (4) volumes as PDF files. These four volumes shall be labeled, Volume I - Technical Proposal (Evaluation Factor 1); Volume II - Pricing Proposal (Evaluation Factor 2); Volume III - Past Performance (Evaluation Factor 3); and Volume IV - Administrative Proposal. No Pricing Information shall be submitted in Volumes I and III. Volume I - Technical Proposal (Evaluation Factor 1) - The technical proposal shall provide a technical description of how the Performance Work Statement (PWS) for will be met in performing the services. The Offeror's proposal shall address each of the below areas: Subfactor 1: The Offeror shall demonstrate their experience in preforming services for Heating and cooling systems; Plumbing; Electrical; Lawn mowing, removal of fallen trees or branches, moving supplies and equipment. Subfactor 2: The Offeror shall demonstrate their experience with inspection and repairs of septic systems, to include replacement of sewer injection pumps. Subfactor 3: The Contractor shall provide copies of State of Massachusetts licenses for Heating Ventilation and Cooling (HVAC), Plumbing, and Electrical. Volume II - Pricing Proposal (Evaluation Factor 2) - As part of this section, the Offeror shall include a completed Pricing Schedule (Attachment 1) for Base Year (CLIN 0001) and Option year (CLIN 1001). Offer signed by an official having the authority to bind the firm contractually. If this person is not an officer of the company, the offer shall be accompanied by written evidence of the individual's authority to bind the company. Volume III - Past Performance (Evaluation Factor 3) - Offerors shall submit up to five (5) past or current contracts that are similar in nature to the work described in the PWS. a. All information required pertains to all proposed major subcontractors, as well as the Offeror. Major subcontractors are those that are expected to perform ten (10) percent or more of the cost for the proposed effort. The Offeror shall submit with its proposal its major subcontractors' letter(s) of consent allowing the Government to disclose the subcontractors' past performance to the Offeror during negotiations. b. Contract descriptions. Past performance information on no more than 5 contracts (as a prime or subcontractor) over the past five (5) years) which are relevant to the efforts required by this solicitation shall be submitted. The Government may choose to investigate contracts beyond the past five (5) years for the purpose of the evaluation. In addition, any and all contracts terminated in whole or in part during the past five (5) years, to include those currently in the process of such termination are considered relevant and the Offeror shall provide past performance information for those contracts. Information shall include the following: - Role as prime or subcontractor - Place of performance, CAGE Code and DUNS numbers - Contracting activity, current address, telephone and FAX numbers (verify that these are current) - Procuring Contracting Officer's name, current telephone and FAX numbers - Technical representative/COR name, current telephone and FAX numbers - Contract Number - Contract Type - Awarded Cost/Price - Final or projected final cost/price - Original delivery Period of Performance - Final or projected final Period of Performance - Effectiveness of actions taken to resolve past and ongoing performance problems. c. Performance. For each of the Contracts described above the Offeror shall describe the objectives achieved detailing how the effort is similar to the requirements of this solicitation. For any contracts which did not/do not meet the original requirements with regard to original cost, schedule, and/or technical performance, the Offeror shall provide a brief explanation of the reason(s) for such shortcomings and any demonstrated corrective actions taken to avoid recurrence. The Offeror shall list each time the delivery schedule was revised, and provide an explanation of why the revision was necessary. The Offeror shall also provide a copy of any cure notices or showcause letters received on each contract listed and description of any corrective action taken. For any contracts terminated for default or cause, the Offeror shall address the reasons for the termination. d. The Offeror shall request that each of the Contracting activities of the previous contracts fill out a Performance Risk Assessment Questionnaire (Attachment 2) and submit it by e-mail directly to George.H.Bernard.civ@mail.mil and Michael.W.Vincent.civ@mail.mil prior to the proposal due date and time. The Offeror shall provide a list of Contracting activities including name, phone number, e-mail address that have been requested to fill out the Performance Risk Assessment Questionnaire. Volume IV - Administrative Proposal - As part of this section, the Offeror shall: - Include the offeror's name and address on the cover page of its offer, - Provide DUNS Number and CAGE Code with quote. - Ensure the offer is signed by an official having the authority to bind the firm contractually, - List the offeror representatives authorized to discuss matters regarding this proposal, - List assumptions, if any (if none state none), - List exceptions to terms or conditions, if any (if none state none), - Annotate compliance with the stated inspection and acceptance terms, - Identify the proposal validity period of at least 60 days from the date specified for receipt of offers, - Provide all administrative information as required throughout this RFP, - Complete all required provisions and clauses, including representations and certifications, - Identify the predominant place where manufacturing will occur or where procured finished products will be taken out of inventory, - Acknowledge any amendments to this RFP, - Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotes are due 25 June 2019 @ 2:00PM. Quotes are to only be submitted via e-mailed to Michael Vincent at michael.w.vincent.civ@mail.mil and George Bernard at george.h.bernard.civ@mail.mil. Quotes shall be for separate PDF files. Quotes in response to this solicitation shall be valid for 90 calendar days. Please annotate the last day the quote will be valid. Firms will not be reimbursed for proposal preparation costs. INCORPORATION OF QUOTATION: Portions of the Offeror's Section I Technical Quotation, as negotiated and accepted by the Government, may be incorporated by reference into the resultant contract. Some or all of the information furnished by the Contractor may be subject to disclosure under the Freedom of Information Act (FOIA). For this reason the Contractor shall identify information contained in the proposal which the Contractor believes is proprietary. Notwithstanding any rights the Government will receive under the contract to the data being protected under the solicitation, any request for information received under the FOIA (5 U.S.C 552) for the resulting contract, including any portion of the proposal that was incorporated into the contract, will be reviewed in accordance with the FOIA statute. The Government will contact the Contractor to identify what information, if any, contained in the contract they believe should be withheld from release to the public. The Contractor will then have to demonstrate that the information is a (1) a trade secret or (2) confidential, commercial information. In case of the latter, the Contractor would have to demonstrate, in detail, that disclosure would (1) impair the Government's ability to obtain necessary information in the future or (2) cause substantial harm to the Contractor. Any changes in these arrangements are to be submitted to the Contracting Officer in advance for approval. In the event of any conflict or ambiguity between the Contractor's Technical Quotation and the Government's Requirements Document, the requirements document takes precedence. To assure timely and equitable evaluation of the Quote, offerors shall follow the instructions contained herein. Offers shall be submitted as a single electronic package to the Primary Point of Contract (POC) email address no later than the date and time identified within this notice. The offer must be complete, self-sufficient, and respond directly to the requirements of this solicitation. 2. The provision at 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. (a) This acquisition will utilize the Lowest Price Technically Acceptable (LPTA) source selection procedure using Technical, Past Performance and Price to make an award decision. (b) The Government anticipates awarding one contract as a result of this Request for Quotation (RFQ), based upon the results of a complete and thorough Government evaluation of proposals in accordance with this section. The Government, however, reserves the right to not award any contracts in the event that no proposals are considered to be in the best interest of the Government. Contract award will be made to the "responsible" Offeror whose proposal represents the Lowest Price Technically Acceptable proposal to the Government based on the Volumes/Factors and Subfactors set forth herein. (See FAR Subpart 9.104, which describes the standards prospective contractors, must meet to be determined "responsible".) To receive consideration for award, overall evaluations of not less than "Acceptable" must be achieved for Volume I and Volume III. An evaluation rating of "Unacceptable" at the Subfactor level will cause the entire Proposal Volume/Factor and the entire Proposal to be evaluated as "Unacceptable. To meet this requirement, the Offeror (Prime Contractor) will be considered as the "Concern". NOTE: THE GOVERNMENT RESERVES THE RIGHT TO AWARD A CONTRACT BASED UPON INITIAL SUBMISSIONS, WITHOUT EXCHANGES AND/OR DISCUSSIONS. ALSO NOTE THAT FAILURE TO SUBMIT A TIMELY PROPOSAL IN EXACTLY THE MANNER REQUIRED BY THE SOLICITATION MAY RESULT IN THE GOVERNMENT REJECTING THE PROPOSAL AS NON-COMPLIANT/UNACCEPTABLE, AT THE SOLE DISCRETION OF THE CONTRACTING OFFICER. (c) The following Volumes/Factors shall be used to evaluate offers: (1) Volume I - Technical Capability (Factor 1) Subfactor 1: The Offeror's experience in preforming services for Heating and cooling systems; Plumbing; Electrical; Lawn mowing, removal of fallen trees or branches, moving supplies and equipment will be evaluated. Subfactor 2: The Offeror's experience with inspection and repairs of septic systems, to include replacement of sewer injection pumps will be evaluated. Subfactor 3: The Offeror's proposal will be evaluated to ensure that all Federal and State Copies of appropriate licenses as it relates to Heating Ventilation and Cooling (HVAC), Plumbing, and Electrical. Subfactor 1, Subfactor 2, and Subfactor 3 are of equal importance. (2) Volume II - Price (Factor 2) The Government will evaluate total price (including options) in accordance with FAR Subpart 15.305(a)(1) to ensure that prices are fair and reasonable. Pricing will be evaluated on a comparison of proposed prices from all Offerors received in response to the solicitation. The total evaluated price will be calculated using the following method for Base and the Option Year pricing: (a) Bi-weekly Inspection The price per Bi-weekly Inspection for Hudson Housing Area will be multiplied by 26. The price per Bi-weekly Inspection for Needham Housing Area will be multiplied by 26. The price per Bi-weekly Inspection for Wayland Housing Area will be multiplied by 26. Then these amounts will be added together for a total amount. (b) Monthly Mowing The price per mowing for Hudson Housing Area will be multiplied by 6. The price per mowing for Needham Housing Area will be multiplied by 6. The price per mowing for Wayland Housing Area will be multiplied by 6. Then these amounts will be added together for a total amount. (c) Unscheduled Task The price per hour for HVAC labor (1 Person) multiplied by 25 hours. The price per hour for Plumbing labor (1 Person) multiplied by 25 hours. The price per hour for Electrical labor (1 Person) multiplied by 20 hours. The price per hour 1 Person Crew multiplied by 50 hours. The price per hour 2 Person Crew multiplied by 50 hours. The price per hour 3 Person Crew multiplied by 25 hours. The price per hour 4 Person Crew multiplied by 25 hours. Then these amounts will be added together for a total amount. The total dollar amounts of the above will be added together for an estimated total price for each year (Base and the One (1) Option Year). The estimated total price for all two (2) years will be added together for a total evaluated price. This total will only be utilized in the total evaluated price calculation. If it is concluded that additional information is necessary to determine the reasonableness of the proposed price, the Contracting Officer may request information. This additional information may include, but is not limited to, indirect rates, material, labor and any other information that can substantiate the reasonableness of a proposed price. If applicable a Certificate of Current Cost and Price will be requested at time of award. (3) Volume III - Past Performance (Factor 3) The Offeror and its major subcontractor's past performance with Government and industry will be evaluated. The Government will evaluate customer satisfaction, responsiveness to customer needs, and past demonstration of providing quality and timely services. Emphasis will be on recent, relevant experience in the past five (5) years. The past performance factor considers each Offeror's demonstrated recent and relevant record of performance in services that meet the contract requirements. One rating is assigned for each Offeror based on relevancy and confidence assessment. Offerors with no relevant performance history will be given a rating of Acceptable. The Government will focus its inquiries on the Offeror's (and major subcontractors') record of performance as it relates to all solicitation requirements, including cost, schedule, performance and management of subcontractors. A significant achievement, problem, or lack of relevant data in any element of the work can become an important consideration in the evaluation process. Therefore, Offerors will be reminded to include the most recent and relevant efforts (within the past five years) in their proposal. Absent any recent and relevant past performance history or when the performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned, the Offeror will be assigned an "unknown confidence (Neutral) rating" and its proposal will not be evaluated either favorably or unfavorably on past performance. The Government may use data provided by the Offeror in its proposal and data obtained from other sources, including data in Government files or data obtained through interviews with personnel familiar with the contractor and their current and past performance under Federal, State or Local government or commercial contracts for same or similar services as compared to the North American Industry Classification System (NAICS). Data used in conducting performance risk assessments shall not extend past five (5) years prior to the issue date of the RFP, but may include performance data generated beyond the past five (5) years without regard to the contract award date. Offerors shall submit all Government and/or commercial contracts for the prime Offeror and each major subcontractor in performance or awarded during the past five years, from the issue date of this RFP, which are relevant to the efforts required by this RFP. The Government may consider a wide array of information from a variety of sources, but is not compelled to rely on all of the information available. The Government will also use the Performance Risk Assessment Questionnaire's to evaluate the Offeror's Past Performance. The past performance factor considers each Offeror's demonstrated recent and relevant record of performance in supplying products and services that meet the contract requirements. There are two aspects to the past performance evaluation: relevancy and performance confidence assessment. (4) EVALUATION PROCESS. The technical panel will provide a detailed evaluation and assign a combined technical/risk rating for the Technical Volume. The Past Performance Volume will receive only a performance evaluation rating. The Price Proposal Volume will be evaluated by the Contracting Officer in accordance with the evaluation criteria established in Volume III. The technical panel will rate each Volume (Factor) and Subfactor by consensus for each proposal submitted and will prepare initial and final reports. If consensus is not obtainable, a minority report prepared and signed by the dissenting evaluators shall be presented to the Contracting Officer for consideration. Offerors are advised that the Government intends to award without discussions but reserves the right to conduct discussions to the extent deemed necessary at the sole discretion of the Contracting Officer, to further investigate any weaknesses, deficiencies, or other subjects identified by the technical panel as germane to the evaluation process. The Government technical evaluation panel will evaluate proposals in accordance with the process and evaluation criteria stated herein, and will document the evaluation by providing a narrative discussion of the evaluation of each proposal in terms of the evaluation criteria and proposed strong points (strengths), weak points (weaknesses), and deficiencies. This narrative discussion shall be incorporated into a report, which will be presented to the Contracting Officer to assist in the competitive range determination, if needed. Upon establishment of the competitive range, and to the extent deemed necessary at the sole discretion of the Contracting Officer, written discussion items (DI) will be issued to remaining Offerors, using control numbers, to further investigate any weaknesses, deficiencies, or other subjects identified by the technical panel as germane to the evaluation process. These DIs are considered exchanges/discussions in accordance with FAR Subpart 15.306(d). The Contracting Officer may also issue DIs relating to any matter that requires written revisions to a proposal for which a binding agreement is required/desired. The technical panel will be responsible for briefing the Contracting Officer at all steps of the evaluation process. The technical panel shall provide its report to the Contracting Officer for a final briefing, if necessary. Factor 1 (Technical), is more important than Factor 2 (Past Performance). Factor 1(Technical) and Factor 2 (Past Performance), when combined, are significantly more important than Factor 3 (Price). (5) RATING METHODS/DEFINITIONS (a) TECHNICAL FACTOR: One of the following ratings will be assigned: TECHNICAL RATINGS Rating Definition Acceptable - Proposal meets requirements of the solicitation. Unacceptable - Proposal does not meet requirements of the solicitation. (b) QUALITY/PERFORMANCE CONFIDENCE ASSESSMENT: Assess the quality of the Offeror's past performance on those recent efforts that were determined relevant by determining how well the contractor performed on the contracts. Documented results from Performance Risk Assessment Questionnaires, interviews, CPARS, and other sources form the support and basis for this assessment. Once the Relevancy and Contract Performance of the past performance contracts has been established, the Offeror will be assigned one Performance Confidence Assessment for the Past Performance Volume as described by the table below: PAST PERFORMANCE RELEVANCY RATINGS Rating Definition Very Relevant - Present/past performance effort involved essentially the same magnitude of effort and complexities this solicitation requires. Relevant - Present/past performance effort involved much of the magnitude of effort and complexities this solicitation requires. Somewhat Relevant - Present/past performance effort involved some of the magnitude of effort and complexities this solicitation requires. Not Relevant - Present/past performance effort did not involve any of the magnitude of effort and complexities this solicitation requires. PAST PERFORMANCE RATINGS Rating Description Acceptable - Based on the Offeror's recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. (See note below.) Unacceptable - Based on the Offeror's recent/relevant performance record, the Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort. Note: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a) (2) (iv)). Therefore, the Offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable". (c) PRICE FACTOR: Price proposals will not be given an adjectival rating, but will be evaluated to determine reasonableness. (d) Options. The Government will evaluate Price for award purposes in accordance with FAR Subpart 15.404-1 by adding the total price for the base period plus all option periods. The Evaluation of options shall not obligate the Government to exercise the option(s). (e) 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. ADDENDUM to 52.212-4 PERFORMANCE WORK STATEMENT 1.0 General Information. 1.1 Overview. Army Family Housing (AFH) is Government-owned at Natick Soldier Systems Center (NSSC), with inventory in the towns of Natick, Hudson, Needham and Wayland, Massachusetts. All units are vacant and will remain so, in preparation for upcoming divesture and construction projects. Ownership of these areas includes all housing units, exterior facilities (to include play areas), utility service laterals leading from the point of connection to the facility, and facilities used directly for the owner's commercial or administrative benefit. The Contractor shall perform routine inspection of units in the Hudson, Needham and Wayland locations, report any issues of significance to the Housing Manager or other DPW representative, and be prepared to do all work necessary to maintain serviceable, habitable Dwelling Units (DUs). 1.1.1 Needham Housing Area (Approximately 3.5 Acres) a. Numbers 1 through 12 East Militia Heights Drive b. Includes 12 units, one outdoor common area, and one community shed 1.1.2 Wayland Housing Area (Approximately 5 Acres) a. Numbers 88, 90, 92, 100, 102, 104 Oxbow Road - 6 units b. Numbers 1, 2, 3, 4, 5, 7 Launcher Way - 6 units c. Total of 12 units, one outdoor common area, and one community shed 1.1.3 Hudson Housing Area (Approximately 10 Acres) a. Numbers 1a through 21b Bruen Road b. Total of 26 units, one outdoor common area with gazebo, two community sheds, and one maintenance shed 1.2 Components. The Contractor shall perform routine inspection, maintenance, and repair of all existing Family Housing units and structures and their components. Family Housing Units and Structures and their components covered under this Functional Area (FA) include, but are not limited to, the following: a. The utility mains to the point of service connection. b. Electrical service to the service electrical meter. c. Water quality to housing units. d. Septic Systems. e. Street lighting to include transformers. 1.3 Work Management and Control. 1.3.1 Reporting Labor Hours. The Office of the Assistant Secretary of the Army (Manpower and Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor shall report all Contractor manpower (including subcontractor manpower) required for performance of this contract. The Contractor shall completely fill in all the information in the format using the following web address: https://www.ecmra.mil/ The required information includes the following: a. Names of the KO and COR; b. Contract number, including task and delivery order number; c. Beginning and ending dates covered by reporting period; d. Contractor's name, address, phone number, e-mail address, identity of Contractor employee entering data; e. Estimated direct labor hours (including subcontractors); f. Estimated direct labor dollars paid this reporting period (including subcontractors); g. Total payments (including subcontractors); h. Predominant Federal Service Code (FSC) reflecting services provided by Contractor (and separate predominant FSC for each subcontractor if different); i. Estimated data collection cost; j. Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (RA) (the Army RA is responsible for providing the Contractor with its UIC for the purposes of reporting this information); k. Locations where Contractor and subcontractors perform the work (specified by zip code in the U.S. and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); l. Presence of deployment or contingency contract language; and m. Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor shall provide the estimated total cost incurred to comply with this reporting requirement. Reporting period shall be the PoP not to exceed twelve (12) months ending thirty (30) September of each Government FY and must be reported by 31 October of each calendar year. The Contractor shall use a direct data transfer to the database server or fill in the fields on the website. The direct transfer is a format for transferring files from a Contractor's system to the secure website without the need for separate data entries for each required data element at the website. The Contractor shall report the required information to the CMR system's secure database. The COR/ACOR is responsible for verifying that the Contractor has reported the required data. 1.3.2 Publications and Forms. N/A 1.3.3 Facilities Maintenance Instruction. This instruction addresses the Standard Operating Procedure for Maintenance and Repair (M&R) and GFEBS. 1.4 Standards. 1.4.1 Compliance. The Contractor shall comply with all applicable Federal, State, and local laws, Army regulations, standard industry codes and manufacturer's recommendations while performing any work on Family Housing Units and Structures and their components. The Contractor shall provide documentation of State of Massachusetts licensed for Heating Ventilation and Cooling (HVAC), Plumbing, and Electrical specialties. The Contractor shall have experience with septic systems. Certification is not required for this specialty. 1.4.2 Confined Space Standards. All permit-required confined spaces and/or non-permit required confines will follow guidance directed by OSHA, 29 CFR 1910.146, and Fort Lee regulations. The Contractor/Subcontractor shall: a. Coordinate and work closely with the Housing Office (HO) and Installation Safety Office (ISO). b. Provide the HO or the ISO a copy of the "Accident Prevention Plan." c...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »