Total Maintenance of UPHs, DFACs and Critical Facilities
Performance Work Statement (PWS) Total Maintenance of Unaccompanied Personnel Housings (UPHs), Dining Facilities (DFACs), and Critical Facilities at USAG Humphreys 1. Introduction: This is a non-perso... Performance Work Statement (PWS) Total Maintenance of Unaccompanied Personnel Housings (UPHs), Dining Facilities (DFACs), and Critical Facilities at USAG Humphreys 1. Introduction: This is a non-personal services contract to provide preventive maintenance (PM) and repair of UPH, DFAC, and critical facilities listed in Technical Exhibit 01, Facility List, at USAG Humphreys. The Government will not exercise any supervision or control over the contract service providers. The contractor shall perform to the standards specified in the Performance Work Statement (PWS). Contract service providers shall be accountable solely to the Contractor who, in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal service necessary as defined in this PWS. 1.1. Background: The previous contract for this requirement was for facilities of Unaccompanied Personnel Housing (UPH) & Department of Defense education Activity (DoDEA) but eighteen facilities (18) for Dining Facilities (DFACs) and new facilities has included into this contract due to growth of facilities at USAG Humphreys from YRP and DoDEA is excluded from this requirement. As the result of adding facilities, there are 88 buildings, approximately 7,427,811(SF) to be maintained and repaired. 1.2. Objectives: The objective of this contract is to provide preventive maintenance and repair on barracks, DFACs and Critical Facilities at USAG Humphreys. Preventive maintenance includes all inspections, testing, routine service, and maintenance in accordance with TE 02, Preventive Maintenance Task, prescribed manufacturer guidelines and intervals. All work not specifically mentioned, which is required to ensure that maintenance is complete and is within the intent of this contract, shall be performed without additional cost. Contractor shall perform, coordinate and complete the requirements of the contract in cooperation with any other contractors or trades performing work at USAG Humphreys promptly and diligently as required by the standards of this contract. The Contractor shall compile historical data, prepare required reports, and submit all information as specified by the Deliverables presented in the contract. The Contractor shall ensure all work in support of mission requirements tendered to the Government for acceptance conform to the measurable performance standards of quality, timeliness, and quantity specified in the PWS of this contract. The intent is to establish work requirements that are performance-based and results-oriented. The Contractor shall determine the best and most cost effective ways to fulfill preventive maintenance and repair and their component needs, emphasizing innovation and commercial best practices 1.3. Restoration of Landscape Damage: Trees or other landscape features damaged by the Contractor's operations shall be restored at no additional cost to the Government. The COR/ACOR will decide the method of restoration for trees or whether damaged trees will be removed. 1.4. Dust Suppression: The Contractor shall perform dust suppression as directed by the COR/ACOR. 2. Requirements. 2.1. Description of Services: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide Repair and Maintenance Services for Barracks, DFACs and Critical Facilities at USAG Humphreys as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property and services. The Contractor shall perform to the standards in this contract 2.1.1. Non-Personal Services. The personnel rendering the services are not subject; either by the contract's terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. Non-personal service contracts are authorized by the Government in accordance with (IAW) Federal Acquisition Regulation (FAR) Subpart 37.104, under general contracting authority, and do not require specific statutory authorization. 2.1.2. General Information. 2.1.2.1. Period of Performance: The period of performance shall be for one (1) 12-month Base Period, which consists of a four (4) Months Phase In period and eight (8) months of service, and four (4) 12-month Option Periods. Phase-In : 01 September 2019 - 31 December 2019 Base Year : 1 January 2020 - 31 August 2020 Option Period I : 1 September 2020 - 31 August 2021 Option Period II : 1 September 2021 - 31 August 2022 Option Period III : 1 September 2022 - 31 August 2023 Option Period IV : 1 September 2023 - 31 August 2024 2.1.3. Place of Performance and Hours of Operation 2.1.3.1. Place of Performance: The work to be performed under this contract will be performed at the locations listed in Facility (Technical Exhibit 01). The facilities to be serviced will be added/deleted with issuing modification in accordance with government's needs. 2.1.3.2. Hours of Operation: The Government's regular (normal) hours are from 0800 - 1700 hours, except ROK holidays or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. Note: The call center shall be operated 24 hours, 7 days and the sufficient number of contract employees to response call service shall be remained 24 hours, 7 days. 2.1.4. Holidays: U.S. Federal holidays are as follows: 1 January (New Year's Day) 3rd Monday, January (Dr. King's Birthday) 3rd Monday, February (President's Day) Last Monday, May (Memorial Day) 4 July (Independence Day) 1st Monday, September (Labor Day) 2nd Monday, October (Columbus Day) 11 November (Veterans' Day) 4th Thursday, November (Thanksgiving Day) 25 December (Christmas Day) ROK legal holidays are as follows: 1 and 2 January (New Year's Day) 31 December, 1 and 2 January on the Lunar Calendar (Lunar New Year's Day) 1 March (Independence Movement Day) 1 May (Labor Day) 5 May (Children's Day) 8 April on the Lunar Calendar (Buddha's Birthday) 6 June (Memorial Day) 17 July (Constitution Day) 15 August (Liberation Day) 14, 15, and 16 August on the Lunar Calendar (Chu-Sok) 3 October (National Foundation Day) 9 October (Hangul Day) 25 December (Christmas Day) 2.1.4.1. The Contractor shall provide personnel support within two (2) hours of notification outside the normal hours of operation as required, including holidays, to support the Directorate of Public Works (DPW) mission. Prior to performance of services outside the locally established hours of operation, the Contractor shall request and obtain, in writing, approval from the KO. The Program Manager shall be available after normal hours to serve as the central point of contact for Contractor operations. Contractor personnel shall not be scheduled for overtime work 2.1.4.2. Installation Closures. When an unforeseen installation closure occurs on a regularly scheduled day of work, the Contractor shall: a. Reschedule the work to be performed the following day unless the following day is a legal Korean public holiday as listed above, and when routine work is not scheduled for that day; or b. Reschedule the work on any day that is satisfactory between the COR or the appropriate DPW representative. 2.1.4.3. Inclement Weather Delay. If the Contractor determines unsafe weather conditions for continued operations, then the Contractor shall notify the COR if inclement weather suspends operations within (2) hours. The Contractor shall resume operations with COR approval. 2.1.5. Travel/Temporary Duty. N/A 2.1.6. Emergency Services. Emergency medical treatment and services for Contractor personnel is the responsibility of the Contractor. 2.1.6.1. The Contractor or their employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor shall notify the KO or COR/ACOR immediately, not later than (NLT) two (2) hours of the incident. 2.1.6.2. The Contractor shall be responsible for the emergency medical treatment services for Contractor personnel. 2.1.7. Contract Administration and management. 2.1.7.1. Post Award Conference/Performance Evaluation Meetings. The Contractor shall attend the post award conference convened by the contracting activity or contract administration office IAW FAR Subpart 42.5. The KO and COR/ACOR will meet quarterly with the Contractor to review the Contractor's performance. Written minutes of meetings will be recorded by the Government and signed by both the Program Manager and the KO. The written minutes will be distributed within five (5) workdays after the meeting. If the Contractor does not concur with any portion of the minutes, recorded by the Government, the non-concurrence shall be provided in writing to the KO within two (2) calendar days following receipt of the minutes. 2.1.7.2. Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of the contract requires maximum coordination and cooperation between the Government and the Contractor. 2.1.7.3. The following provides the roles and their respective authority during the performance of the contract: 2.1.7.3.1. Contracting Officer (KO). The KO is the only person authorized to direct changes in any of the requirements under this contract, and, notwithstanding any provisions contained elsewhere in this contract, said authority remains solely with the KO. In the event the Contractor makes any change at the direction of any person other than the KO, the change shall be considered to have been made without authority and solely at the risk of the Contractor. All contract administration will be effected by the KO. Communications pertaining to contractual administrative matters shall be addressed to the KO. No changes in or deviation from the terms and conditions shall be affected, without a written modification to the contract, executed by the KO authorizing such changes. The KO will approve all submittals and plans required in this PWS. 2.1.7.3.2. Contracting Officer's Representative (COR). The KO will appoint a COR during the performance of this contract. Additional Government personnel may be assigned to assist in contract oversight IAW AR 70-13, Management and Oversight of Service Acquisitions. Other surveillance personnel may be designated as COR or ACOR, and shall be trained and appointed IAW DoDI 5000.72, DoD Standard for Contracting Officer's Representative (COR) Certification and DFARS 201.602-2. The ACOR will serve as on-site representatives of the COR in performance of actual contract surveillance, if they meet all COR training, experience requirements, and are appointed by the KO as an ACOR. The COR/ACOR will provide assistance in identification and resolution of problems, conflicts in priority, subtask requirement definitions, and other operations type problems. The COR/ACOR will perform IAW the responsibilities and duties identified in the appointment letter. 2.1.7.3.2.1. COR Authority. A letter of designation will be issued to the COR/ACOR by the KO. A copy of the letter will be sent to the Contractor. The letter of designation states the responsibilities and limitations of the COR/ACOR, especially with regard to changes in cost, price estimates, or changes in delivery dates. The COR/ACOR is not authorized to change any of the terms and conditions with regard to cost, quantity, or schedule of the resulting order. 2.1.7.3.3. The Contractor shall not in any way represent the United States (U.S.) Government, or that it has the authority to contract or procure supplies for the account of the United States of America (USA). 2.1.8. COR/ACOR Functions. The COR/ACOR monitors all technical aspects of the contract and assists in contract administration. The COR/ACOR is authorized to perform the following functions: assure the Contractor performs the technical requirements of the contract; perform inspections necessary in connection with contract performance; maintain written and oral communications with the Contractor concerning technical aspects of the contract; issue written interpretations of technical requirements; monitor, document, and report Contractor's performance and notify both the KO and Contractor of any deficiencies; coordinate availability of Government-Furnished Property, and coordinate site entry of Contractor personnel. 2.1.9. Quality Control (QC). Quality Control is the responsibility of the Contractor. The Contractor shall provide a Quality Control Plan (QCP) at least five (5) business days before contract start. The Contractor shall provide and maintain a QCP that is acceptable to the KO. Changes to the Contractor's QCP shall be submitted to the KO for review and approval within five (5) business days prior to implementation. 2.1.9.1. The Contracting Officer Representative Tracking (CORT) Tool (https://wawf.eb.mil/xhtml/auth/home/home.xhtml#) shall be used for nomination, tracking, documentation, and management of CORs IAW DoDI 5000.72, DFARS 201.602-2 and PGI 201.602-2 2.1.10. Subcontract Management. If the Contractor subcontracts all or part of the work to be executed within this contract, the Contractor (Prime) has total responsibility of subcontractor's performance and the U.S. Government will not supervise subcontractor. The contract is with the prime Contractor and the U.S. Government and will be administered and executed as such. 2.1.11. Contractor Employees and Qualification 2.1.11.1. Contractor's Qualification. The prime contractor shall have at least two(2) years of experience within the last five (5) years in building maintenance including electrical, mechanical, architectural, and real property management service for the same or requirements. 2.1.11.1.1. The Prime Contractor shall have licenses in Facilities Maintenance and Management under Professional Construction Business Registration (?? ??? ??? - ??: ??? ?????), Electrical System Repair (?? ???), Mechanical System Repair (???????), Heating system installation (?????), and Gas facility construction (???????) issued by Government. 2.1.11.2. Key Personnel. The following personnel are considered key personnel by the Government. The resume and required license of Key personnel shall be submitted to the COR. 2.1.11.2.1. Contract Manager (CM). The Contractor shall provide a Contract Manager who is responsible for the performance of the work. The Contract Manager shall have full authority to act for the Contractor on all contract matters relating to daily operation of the contract. The Contract Manager shall be available between 0800 - 1700 hours, Monday through Friday except Korean holidays or when the Government facility is closed for administrative reasons. Contractor personnel performing work under this contract shall have and maintain a certificate at time of the contract start date and for the life of the contract. The Contract Manager shall be able to understand, speak, read, and write the English language. During Normal duty hours, Monday thru Friday, the CM shall respond within 30 minutes from the time notified by the Contracting Officer's Representative (COR) to meet on the installation at the location specified by the COR. After duty hours and including weekends, and holiday, the CM shall respond within one (1) hour from the time notified by the COR to meet on the installation at the location specified by the COR. The CM shall have a minimum of two (2)-year experience as a COR in facility repair and maintenance filed within the last five (5) years. The resume of the Contract Manager shall be provided by the Contractor to the KO. The resume shall be the below information but not limited. Name of CM A description of qualifying work experience Length of contract/project (year/month/date - year/month/date) Value of contract/project in Won for total amount Company Name/Employer and Phone number of POC of Client 2.1.11.2.1.1. Mechanical Engineer. The Mechanical Engineer shall have the license of Engineer General of Air-Conditioning Refrigerating (????????) with at least two (2) years of experience within the last five (5) years in the repair and maintenance of HVAC systems. 2.1.11.2.1.2. Industrial Engineer for Heating System. The engineer shall have the license of the industrial engineer for heating system (???????) with at least two (2) years of experience within the last five (5) years in the repair and maintenance of Boiler System. 2.1.11.2.1.3. Electrical Engineer. The engineer shall have the license of electrical engineer general (????) with at least two (2) years of experience within the last five (5) years in the electrical system. 2.1.11.2.1.4. Plumber: The Plumber shall have a certified Craftsman Plumbing license (?? ??? ???) with at least two (2) years of experience within the last five (5) years in the repair and maintenance of Plumbing systems. 2.1.11.2.1.5. HVAC Mechanic: The HVAC Mechanic shall have a certified Craftsman Air-Conditioning and Refrigeration Machinery license (???? ??? ???) with at least two (2) years of experience within the last five (5) years in the repair and maintenance of HVAC systems. 2.1.11.2.1.6. Electrical Craftsman: The Electrician shall have a certified Craftsman Electrical license (?? ??? ???) with at least two (2) years of experience within the last five (5) years in Electrical repair. 2.1.11.2.1.7. Carpenter: The Carpenter shall have a certified Craftsman Architectural Carpentering license (???? ??? ???) with at least two (2) years of experience within the last five (5) years in the repair of facility maintenance. 2.1.11.2.2. CAC requirement: N/A 2.1.11.2.3. Reserve 2.1.11.2.4. Qualification Standards. See Para 2.1.11.1 and Para 2.1.11.2 2.1.11.2.5. Contractor Identification. The Contractor shall ensure all personnel be identified as a Contractor to distinguish themselves by wearing uniform or high visibility vest with company name from Government employees. The Contractor shall ensure all correspondence and reports produced are marked as Contractor products or that Contractor participation is disclosed. 2.1.11.2.6. Standards of Conduct. Contractor personnel's conduct shall not reflect discredit upon the Government. The Contractor shall ensure all personnel present a professional appearance while working on the Government installation. The Contractor's employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor shall ensure all Contractor employees, providing services under this contract, conduct themselves and perform services in a professional, safe, and responsible manner. The Contractor shall remove, from the job site, any employee for reasons of misconduct or security. The Contractor shall ensure employee conduct complies with 41 USC 423, Procurement Integrity. The Contractor shall also ensure that no Contractor employees conduct political related activities or events on the installation. 2.1.11.2.7. Contractor Hiring Restrictions. The Contractor shall not hire or sub-contract with off duty or former Government employees whose employment would result in a conflict with AR 600-50, Standards of Conduct. 2.1.11.2.8. Organizational Conflict of Interest (OCI). Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.), or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI) as defined in FAR Subpart 9.5. The Contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The Contractor's mitigation plan will be determined to be acceptable solely at the discretion of the KO, and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI. 2.1.11.2.9. Business Relations. The Contractor shall successfully integrate and coordinate all activity needed to execute the requirements of this PWS. The Contractor shall manage the timeliness, completeness, and quality of problem identification to a degree acceptable to the Government. The Contractor shall provide to the COR/ACOR corrective action plans, timely identification of issues, and effective management of subcontractors within two (2) days or at a mutually agreed upon date. The Contractor shall ensure customer satisfaction and professional and ethical behavior of all Contractor and/or subcontractor personnel. 2.2. Special Requirements 2.2.1. Security 2.2.1.1. Access and General Protection/Security Policy and Procedures. The Contractor and all associated subcontractors' employees shall comply with applicable installation, facility, and local security policies and procedures. The Contractor workforce shall comply with all personal identity verification (PIV) requirements as directed by Department of Defense (DOD), Headquarters Department of the Army (HQDA), and local policy. The COR/ACOR will request changes in Contractor security matters or processes if the Force Protection Condition (FPCON) at any individual facility or installation changes. 2.2.1.2. Motor Vehicle Operators. Contractor's personnel, whose tasks involve operation of any vehicles, shall possess a valid driver's license, certificates, and permits applicable for the type and class of vehicle being operated. 2.2.1.3. Contractor Vehicle Registration. The Contractor shall submit required documents to register Contractor-owned or operated vehicles and trailers operating on the installation within 7 working days from the beginning of Phase-In Period for COR review and sponsor's approval. Evidence of vehicle ownership and vehicle liability insurance must be presented upon application of vehicle registration. 2.2.1.4. The Contractor shall provide all information required for background checks to meet installation access requirements, to be accomplished by the installation Provost Marshall Office, Director of Emergency Services, or Security Office. 2.2.1.5. Physical Security: The Contractor shall safeguard all Government equipment, information, and property provided for Contractor use. The Contractor shall maintain a physical security checklist or log (e.g., Standard Form (SF) 701, Activity Security Checklist), which will be forwarded to the COR/ACOR, NLT the tenth (10th) of each month, following the month of surveillance. The Contractor shall secure Government facilities, equipment, and materials at the close of each work period 2.2.2. Antiterrorism (AT) 2.2.2.1. iWATCH Training. The Contractor shall brief the local iWATCH program (training standards provided by the RA's Anti-Terrorism Officer (ATO)) to all of the Contractor's employees and associated subcontractors. This training is used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR/ACOR. The Contractor shall complete the training within thirty (30) calendar days of contract award and within five (5) calendar days of new employees commencing performance with the results reported to the COR/ACOR NLT thirty (30) calendar days from the beginning of phase-in Period. 2.2.2.2. AT Level I Training: This provision/contract text 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 to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within fourteen (14) calendar days from the beginning of Phase-In Period or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR or to the KO. 2.2.2.3. Installation Access and Control Installation Access: Entry to the installation will require prior coordination with the COR or designated representative, current vehicle registration, proof of vehicle insurance, up-to-date vehicle inspection certification, valid driver's license for the vehicle driver, copy of the Contractor's current contract, and picture identification for driver. The Contractor requiring access to the installation will be required to comply with the installation access control policy/procedures. Search and Control: Installations across South Korea are controlled access posts. All vehicles and personnel are subject to search and seizure of contraband and/or unauthorized Government property. Contractor-owned vehicles, Contractor employees, and their personal property shall be subject to searches and seizure of contraband and/or unauthorized Government property upon entering or leaving the Installation. The search and seizure provisions of AR 190-16, Physical Security, shall apply to Contractor personnel entering any installation. 2.2.2.4. Pass and Identification: The Contractor shall ensure the pass and identification items (valid driver's license, current vehicle registration, current vehicle inspection, and current insurance) required for the contract performance are obtained for contractor and non-government owned vehicles with the US Army Garrison Humphreys (USAG-H) Department of Emergency Services (DES) Visitor Center. 2.2.2.5. Operations Security (OPSEC): Contractor and all associated sub-contractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III), Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), and all other applicable background checking processing in accordance with (IAW) the United States Forces Korea (USFK) Military Police Installation Access Control Regulation 190-7, the status of forces agreement (SOFA), and all other theater regulations. 2.2.3. Safety. The Contractor shall safeguard and maintain all Government and Contractor property, as well as provide for the safety and well-being of personnel employed under this contract. The Contractor shall comply with AR 385-10, The Army Safety Program. . 2.2.3.1. Safety Plan. The Contractor shall develop and implement a safety program for its employees. The Contractor shall submit the Safety Plan to the KO for review and acceptance within ten (10) days of commencement of work. Revisions shall be submitted five (5) calendar days prior to the effective date of change. 2.2.3.2. Occupational Safety and Health. The Contractor shall comply with the Occupational Safety and Health Administration (OSHA) standards. The Contractor shall comply with all applicable Federal, State, and local laws, regulations, and directives. 2.2.3.3. Accident investigations, reports, and logs: The safety plan shall include a copy of the contractor's accident investigation reporting format, and logs. Report all accidents as soon as possible but not more than 30 minutes of accident occurrence to the Contracting Officer/Representative (KO/COR). The contractor shall thoroughly investigate the accident and submit the findings of the investigation along with appropriate corrective actions to the KO/COR in the accident investigation reporting format as soon as possible but no later than five (5) working days following the accident. Implement corrective actions as soon as reasonably possible. The accident investigation reporting format shall include at a minimum. a. Contract number and contract name/description b. Name of contractor c. Date/Time of accident d. Date report was completed. e. Detail description of events that lead to the accident f. Root cause of accident g. Corrective action(s) to prevent recurrence. The following require immediate accident notification and written accident report a. A fatality b. A permanent total or permanent partial disability c. The hospitalization of three or more people resulting from a single occurrence. d. Property damage of $200 or more The Contractor shall immediately correct all safety deficiencies upon notification of the deficiencies by the COR/Alternate Contracting Officer's Representative (ACOR)/ Quality Assurance Representative (QAR), and shall notify the COR of the corrective action to be taken. 2.2.4. Training, Physical Requirements, or other Expertise Required. 2.2.4.1. The Contractor shall ensure all Contractor's employees and associated subcontractors are certified or licensed, as appropriate in South Korea, in the specific areas required by the South Korean National, Provincial, Municipal, or local governmental organizations. The Contractor shall ensure employees are certified or licensed in the appropriate areas required. The Contractor shall ensure all required documentation of certification or licensure for Contractor personnel are filed with the COR/ACOR within twenty-four (24) hours prior to employees commencing performance. 2.2.5. Environmental Requirements 2.2.5.1. Green Procurement : N/A 2.2.5.2. Reserved 2.2.5.3. Environmental Compliance. The Contractor shall comply with all Federal, State, local, and installation environmental laws, rules, plans, and policies. The Contractor shall use and store all materials, chemicals, and equipment used in the performance of services on the installation IAW with industry standards, local, State and Federal laws, and according to manufactures' recommendations. All solutions, chemicals and other potentially dangerous products must be stored in their original or labeled container or in vessel/containers in English and Hangul if not in the original container. The Contractor shall be financially responsible for all fines and associated costs for hazardous waste management, transportation, and disposal of waste due to the Contractor's non-compliance. The Contractor shall submit Safety Data Sheets (SDS) for approval on all materials, five (5) days before delivery of the material, to the COR/ACOR. The Contractor shall provide upon request from the COR/ACOR all required data to meet environmental-mandated reporting requirements (e.g., air emission data, hazardous material storage/usage, herbicide/pesticide usage, solid/hazardous waste generation). The Contractor shall provide data to meet reporting deadlines and during compliance inspections upon request from the COR/ACOR. 2.2.5.4. Spill Plan. The Contractor shall notify the COR/ACOR within one (1) hour, if the Contractor spills or releases any hazardous substances, i.e., substances listed in 40 CFR 302, Designation, Reportable Quantities, and Notification. The Contractor shall submit a Spill Plan to the KO for approval within thirty (30) days of contract award IAW Spill Prevention Control and Countermeasure Plan. 2.2.6. Contingency Plans: N/A 2.2.6.1. General. The Contractor shall establish, maintain, and implement contingency plans for disaster. The plans shall assume no Government support to the Contractor workforce. The Contractor shall, within thirty (30) days of contract award, designate in writing a single contact Designated Contingency Coordinator (DCC) within the Contractor's organization. The Contractor shall submit all plans to the KO for approval. 2.2.6.2. Mobilization Contingency Plan: N/A 2.2.6.3. Disaster Contingency Plan. This plan sh...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »