Refuse Collection Services for Daegu Air Base
PERFORMANCE WORK STATEMENT (PWS) REFUSE COLLECTION AT DAEGU AIR BASE 1. SCOPE OF WORK: The Contractor shall provide all personnel, equipment, tools, materials, supplies, transportation, supervision, a... PERFORMANCE WORK STATEMENT (PWS) REFUSE COLLECTION AT DAEGU AIR BASE 1. SCOPE OF WORK: The Contractor shall provide all personnel, equipment, tools, materials, supplies, transportation, supervision, and any other resources necessary to perform base-wide Refuse Collection Services at Daegu Air Base as defined in the Performance Work Statement (PWS). Refuse shall be collected at designated US Government (henceforth referred to as "Government") locations and disposed of off-base in accordance with the specifications of this PWS and governing Korean laws and regulations. 1.1. Period of Performance: Period Performance Period Base Year 1 August 2019 - 31 July 2020 1st Option Year 1 August 2020 - 31 July 2021 2nd Option Year 1 August 2021 - 31 July 2022 3rd Option Year 1 August 2022 - 31 July 2023 4th Option Year 1 August 2023 - 31 July 2024 1.3.7. Contractor Personnel: 1.3.7.1. Employee Identification: Contractor personnel shall present a neat appearance and be easily recognized. This may be 2. WORK SPECIFICATION: 2.1. Scheduled Collections: The Contractor shall pick up all accumulated refuse from receptacles at the locations and frequencies listed in Technical Exhibit 1. The Contractor shall establish vehicle routes and collection schedules to meet the frequency requirements and submit these routes and schedules to the Contracting Officer (KO) for approval not later than (10) calendar days prior to required start of contract performance. Routes shall be designed so as to access and exit the installation through the main gate. The Contractor shall notify the COR if frequencies do not match refuse generation (i.e., receptacles are frequently overflowing or less that half-full at time of collection) to facilitate frequency adjustments that match requirements. The Contractor shall not deviate from Technical Exhibit 1 without written permission from the Contracting Officer. 2.2. Special Event Collections: Upon issuing of written notification by the KO, the Contractor shall perform Special Event Collection services in addition to Scheduled Collections. Location(s) and number of receptacles to be emptied at each location will be included as part of the written notification. For those special events requiring more than a single collection, frequency requirements will be provided to the contractor for each special event. In the event that multiple collections are required, the Contractor shall provide a collection schedule to the KO for approval within 48 hours of written notification receipt. Estimated total quantity of receptacles to be emptied is provided in Technical Exhibit 2. 2.2.1. Special Event Collections 13 CY Containers: Dumpster collection costs shall include dumpster rental, delivery, and removal and refuse disposal costs. Placement of 13CY containers shall be located anywhere requested on Daegu AB for a minimum of two days to allow items to be loaded into container. All Contractor furnished equipment is subject to inspection by the COR for functionality, cleanliness, and safety. The Contractor shall replace any equipment determined to be unsatisfactory within four (4) hours at no additional cost to the USG. 2.2.2 Construction Debris Special Event Collections 13 CY Containers: Construction debris will include, building insulation, roofing material, concrete masonry units, concrete, gypsum board, ceiling tiles, floor tiles, wood, furniture, televisions, refrigerators and other items the Government deems not of salvageable value. The Contractor is required to remove construction debris from the base under this PWS 2.2.1 and 2.2.2. 2.3. Missed Collection: The Contractor shall be required to collect all refuse at missed collection locations at no additional cost to the Government within 4 hours after notification by the COR. 2.4. Inclement Weather Schedule: The contractor shall perform collections during periods of inclement weather. In cases of severe weather, the KO or COR may authorize exceptions. When exceptions are granted, all missed collections shall be performed within 24 hours after the severe weather has terminated unless the KO authorizes additional time. 2.5. Grass/Vegetation: The Contractor shall not be responsible for the removal of grass and leaves and other related debris from 0.76 CY containers unless they are properly bagged and placed in containers. The Contractor shall notify the COR if a container contains un-bagged vegetative debris. The Contractor shall remove and dispose of all properly bagged grass, leaves, and other bagged vegetation and tree and brush trimmings and limbs. 2.6. Collection Point Cleanliness: The Contractor shall ensure all receptacles and trash collection locations are free of refuse and other material upon completion of work. Loose refuse within a ten (10) foot (3m 5cm) radius of receptacles shall be removed and disposed of concurrent with refuse collections. The Contractor shall return all receptacles to their original locations after collections. If containers have lids, the Contractor shall ensure lids are closed upon departure from the location. 2.7. Vehicle Coverage: The Contractor shall ensure that collected refuse is kept enclosed at all times while the vehicle is in motion to prevent loose trash from blowing off. 2.8. Inaccessible Collection Points: The Contractor shall notify the COR immediately if a collection location is blocked by a vehicle or is otherwise inaccessible. The COR will correct the problem in order for the Contractor to make the collection. 2.9. Reports, Records, and Certification. The contractor shall provide a monthly report detailing total weight of refuse collected, landfill location of disposed trash and garbage, landfill tipping fees and weight tickets. Format for these monthly reports shall be coordinated with the COR. 2.10. Spillage. The contractor shall remove/pickup all spillage within a ten (10) foot radius around all collection points regardless of cause. The contractor shall be responsible for immediately cleaning up any spills, debris, etc., which may occur during servicing of containers during collection. The contractor shall correct any discrepancies within two (2) work hours after notification by COR. 2.11. Disposal of Solid Wastes: The contractor shall comply with Korean environmental rules and regulations and Government Installation required recycling programs during collection, transfer, transport, processing, treatment, and disposal of solid waste. These requirements will include the accounting and reporting of the final disposition of all collected waste on a weight (KG) basis. Written reports with valid proof as directed by the KO or COR on a quarterly basis. The contractor shall transport and dispose of all refuse collection to an off base approved Landfill. The contractor shall be responsible for any permit or fees associated with the use of off-base disposal locations. Fines or penalties levied against the contractor due to improper disposal of any material shall be the sole responsibility of the contractor. The contractor shall ensure refuse from other locations is not commingled with refuse collected from Daegu AB property. 2.12. Invoices: The Contractor shall provide a monthly invoice for services rendered. The Contractor shall provide a monthly report listing all transactions for the prior month by the 5th day of each month. Monthly reports shall contain, at a minimum, the truck ticket number, date, time and total weight of waste. The contractor shall supply this information for all types of refuse. Tonnage of recycle material will be tracked and provided to the Government. The Contractor shall keep this record on file for a period of one (1) year after the contract expiration date, including any option period exercised. 2.13. Transfer of Ownership: The transfer of ownership of all removed solid wastes from the U.S. Government to the Contractor is effective immediately after the wastes are placed or loaded in Contractor's container or truck and the type and quantities have been verified and released by the COR. After the transfer of ownership, the Contractor becomes solely responsible for the wastes and waives any present and future claim associated with alleged or actual mishandling of the wastes. 3. SEGREGATION OF MATERIALS: The Government will not be obligated to segregate materials. The Government will not be liable for damages in any amount from any source as a result of releasing garbage or condemned foodstuffs to the contractor. The Contractor shall not segregate materials at the trash collection points or within the boundaries of U.S. Government or Republic of Korea Air Force (ROKAF) property. 4. GOVERNMENT FURNISHED PROPERTY: The Government will provide 0.76 Cubic Yard (CY) containers required for Scheduled Collections, as identified in Technical Exhibit 4, and Special Event Collections, to be identified by separate written notification. 4.1. Protection Of Government Property: While operating on Daegu AB, the Contractor and/or its representative shall maintain adequate measures and methods to ensure the protection of Government and ROKAF property. The Contractor shall exercise extreme caution when backing up vehicles so as not to cause damage to trash receptacles or the surrounding property. 4.2. Damage to Government Property: The Contractor shall be held directly responsible and shall reimburse the Government for any act by any of its employees or representatives that results in damage, destruction, or theft of Government or ROKAF property. 5. CONTRACTOR FURNISHED EQUIPMENT: 5.1. Equipment Requirements: The Contractor shall provide all equipment necessary to perform refuse collection not listed in Para. 4 (Government Furnished Property) or specified in Special Event Collections written notifications. This includes, but is not limited to, 13 CY dumpsters for Scheduled Collections and Special Event Collections. As designated, dumpster collection costs shall include dumpster rental, delivery, and removal and refuse disposal costs. All Contractor furnished equipment is subject to inspection by the COR for functionality, cleanliness, and safety. The Contractor shall replace any equipment determined to be unsatisfactory within (24) hours at no additional cost to the Government. 5.2. Time Requirements: Dumpsters for Scheduled Collections shall be in place within 48 hours of contract start date. When Scheduled Collections dumpsters are removed for collection operations, replacements shall be in place within (24) hours. When dumpsters are required for Special Event Collections, the Contractor shall deliver dumpsters within 48 hours of notification. Special Event Collections dumpsters shall be placed in locations for a length of time designated by the KO or COR. 6. CONTRACTOR PERSONNEL: 6.1. Key Personnel/Personnel: 6.1.1. Definition: "Key Personnel" means employees of the Prime Contractor that are considered to be essential to the work being performed under this contract. Key Personnel is as follows: Contract Manager. 6.1.2. Contract Manager: The Contractor shall provide a Contract Manager (CM), who will be responsible for work performance under this contract. The name, telephone number and address of this person and alternate(s), who shall act for the Contractor when the manager is absent, shall be designated in writing to the COR prior to beginning of contract performance. 6.2. Employee Identification: The Contractor personnel shall present a neat appearance and be easily recognized. This may be accomplished by wearing appropriate badges bearing the company name and employee's name. Such badges shall be furnished and controlled by the Contractor. Contractor employees shall be required to display approved identification badges at all times during the performance of work under this contract. 6.3. Safety: The Contractor shall ensure all the work performed under this contract is accomplished in a safe and proper manner. The general safety requirements of AFOSH STD 91-501 Chapters 2,4,7,9,11, and 14 , with applicable attachments, figures, and tables shall be complied with in all Contractor activities. All Contractor employees shall be instructed on accident prevention and safety. Special emphasis shall be placed on safe operation of vehicles, other equipment, etc. Training shall be conducted for all employees by the Contractor on appropriate safety measures and on the employee's obligation to obey all existing base regulations. 6.4. Illicit Acts: The Contractor assumes responsibility for any illicit act committed by its assigned agents and/or employees while such personnel are within the confines of Daegu AB. For the purpose of this contract, illicit acts include, but are not limited to, the commission of fraud, theft, bribery, extortion, receiving stolen property, and any other acknowledged offense not specifically indicated. The Contractor shall ensure complete supervision over its personnel who are engaged in the performance of this contract. 7. BASE ACCESS: Daegu AB is owned by the ROKAF. Accordingly, the ROKAF Security Office manages the issuance of base passes and provides law enforcement on the base. The Contractor shall submit base pass requests to the ROKAF Security Office (through the Government representative permanently assigned at Daegu) and comply with all ROKAF laws and regulations while on Daegu AB. ROKAF reserves the right to deny entry any contractor employee from the base for failure to adhere to established guidance. 8. ENVIRONMENTAL CONTROLS. The contractor shall be knowledgeable of and comply with all applicable Korean laws, regulations, and requirements regarding environmental protection. In the event environmental laws/regulations change during the term of this contract, the contractor is required to comply as such laws come into effect. If there is an increase or decrease in cost as a result of the change, the contractor shall inform the Contracting Officer and negotiate a modification to the contract. If the contractor spills or releases any substance contained in 40 CFR 302 into the environment, the contractor or its agent shall immediately report the incident to the Military Police at 911 and the Contracting Officer or designated Government Representative. The liability for the spill or release of such substances rests solely with the contractor and its agent. 9. GENERAL INFORMATION 9.1. Hours of Operation. Normal hours of operation for collection and removal of trash and recyclables required by this contract are from 0700 to 1700 hours, Monday through Friday. Collection outside these hours shall require prior approval of the KO and COR. 9.1.1. Work days, Holidays, and Work hours U.S. and Republic of Korea. The contractor shall not be required on any other days as below, except as guided. (a) U.S. Government legal holidays are as follows: (1) 1 January (New Year's Day) (2) 3rd Monday, January (Dr. King's Birthday) (3) 3rd Monday, February (President's Day) (4) Last Monday, May (Memorial Day) (5) 4 July (Independence Day) (6) 1st Monday, September (Labor Day) (7) 2nd Monday, October (Columbus Day) (8) 11 November (Veterans' Day) (9) 4th Thursday, November (Thanksgiving Day) (10) 25 December (Christmas Day) (b) ROK legal holidays are as follows: (1) 1 and 2 January (New Year) (2) Lunar New Year (31 December, 1 and 2 January on the Lunar Calendar) (3) 1 March (Independence Movement Day) (4) 1 May (Labor Day) (5) 5 May (Children's Day) (6) Buddha's Birthday (8 April on the Lunar calendar) (7) 6 June (Memorial Day) (8) 17 July (Constitution Day) (9) 15 August (Liberation Day) (10) Chu-Suk (14, l5 and 16 August on the Lunar Calendar) (11) 3 October (National Foundation Day) (12) 25 December (Christmas Day) 9.2. Quality Control. The Contractor shall employ a commercial quality control program and procedures to identity, prevent, and ensure non-reoccurrence of defective services. Through implementation of the Contractor's Quality Control program and procedures, the Government shall receive quality services meeting the requirements of the contract. 9.2.1. The Contractor shall submit a Quality Control Plan (QCP) within ten (10) days after contract award. The Contractor shall establish and maintain a complete QCP to ensure the requirements of the contract are provided as specified. The revised copy, if applicable, of the QCP must be provided to the Contracting Officer prior to the contract start date and as changes occur. 9.2.1.1. The QCP shall include (a) an inspection system covering all services listed in the Performance Work Statement, specifying areas to be inspected on either a scheduled or unscheduled basis, how often inspection shall be accomplished, and the title of the individual(s) who shall perform the inspections; and (b) the method of identifying and preventing defects in the quality of service performed before the level of performance becomes unacceptable. 9.2.2. Daily services found to be incomplete, deficient or not accomplished as scheduled will be reprimanded by the COR to the contractor for immediate corrective action. Deficient services shall be acceptably completed, corrected or re-accomplished no later than four (4) hours from notification by the COR. 9.2.3. On-site records of all inspections conducted by the contractor and necessary corrective action taken by the contractor shall be made available to the Government at any time during the term of this contract. 9.3. Quality Assurance. The government shall inspect and evaluate the contractor's performance to ensure services are received in accordance with requirements set forth in this contract. The COR will inspect by watching the actual task performance, physically checking an attribute of the completed task, checking a management information report, investigating customer complaints, conferring with facility managers, or otherwise inspecting the task or its results to determine whether or not the performance meets the standards contained in this PWS. The COR will use the contractor's work schedule to record surveillance results. This surveillance record then becomes the official Air Force record of the contractor's performance. When a performance threshold has not been met or contractor performance has not been accomplished, the COR will initiate and provide the Contracting Officer a Contract Discrepancy Report (CDR) DD Form 2772 for issuance to the contractor. The contractor shall respond to the CDR IAW instructions provided and return it to the Contracting Officer within 10 calendar days of receipt. 9.4. Performance of Services During Crisis Declared by the National Command Authority or Overseas Combatant Commander. In the event of crisis or heightened security caused by a national emergency, natural disaster or other causes, continue performance as necessary in support of Air Force mission. The contract price and delivery schedule may be adjusted to reflect any change of work that will be directed by KO. 10. SPECIAL QUALIFICATION FOR THE REFUSE COLLECTION CONTRACT a. Prime Contractor's Prior Experience: The prime contractor shall provide a minimum of three (3) years of experience within last six (6) years for performing the same type of service with US government or Commercial industry. Contractor shall submit proof of performance to KO at time of bid. The contractor shall provide evidence of experience and performance of the following request: • The title of the Contract/Project • Name of the Client Organization or Requiring Activity (RA) • Total period of Contract/Project • Value of Contract/Project • Complete name of Point of Contact at Client Organization or RA • Phone Number of Point of Contact at Client Organization or RA b. The Prime Contractor's Business Registration: The offeror shall submit a copy of valid licenses or permit for Waste Pickup Transportation Business License (??? ?? ???) or Waste Disposal Business License for Intermediate/Final/Synthesis Treatment (??? ??/??/?? ???) c. The prime contractor shall provide copy of certification for segregation of refuse in accordance with ROK waste management law. d. Key Personnel Qualification Requirement: . Contract Manager (CM): The Offeror shall provide resumes of CM. The CM shall have a satisfactory relevant prior experience of at least two (2) years as a CM within the last six (6) years in the various facilities of similar size and same scope or larger to this contract for solid waste management services. e. Staffing Plan: The Contractor shall provide a written staffing plan or model as a major sub-section of the organizational process and provide manning charts showing a proposed organizational structure to meet workload these requirements in accordance with PWS. 11. PERFORMANCE REQUIREMENTS SUMMARY: The Performance Standards, as specified below, are the standards the Contractor must meet for a particular Performance Objective to be deemed acceptable. The maximum degree of deviation from the requirement is the maximum number of defects per route or per month (as applicable) that can be reached without the performance being considered overall unsatisfactory for a particular Performance Objective. The Government will perform surveillance to determine if the Contractor meets, exceeds, or fails to meet these standards. Exceeding the threshold number of defects will cause the service to be deemed unsatisfactory. Performance Objective PWS Para Performance Threshold Method of Surveillance Trash in each collection location shall be picked up in accordance with the collection schedule 2.1., 2.2. 1 Defect/route 2 Defects/month Random Sampling & Customer Complaint Missed collection is re-accomplished within 4 hours of notification by the COR 2.3 0 Defects 100% of the time Loose trash in the bottom of each collection receptacle shall be removed 2.6. 1 Defect/route 2 Defects/month Random Sampling & Customer Complaint Vehicle bodies shall be covered at all times while in motion 2.7. 1 Defect/route 2 Defects/month Random Sampling & Customer Complaint Reports and Records 2.9 0 Defect 100% of the time No Government property is damaged during contract performance 4.1. 0 Defect 100% of the time Dumpster delivery and collections shall be accomplished within stated timeframes 5.1., 5.2. 0 Defect 100% of the time 12. MEETINGS: The Contractor shall meet at least weekly with the COR during the first month of the contract. Meetings shall be as often as necessary thereafter as determined by the COR. However, if the Contractor requests, a meeting shall be held whenever an AF Form 802, Contract Discrepancy Report (CDR), is issued to the Contractor. The written minutes of these meetings shall be signed by the Contractor and the COR. Should the Contractor not concur with the minutes, the Contractor shall so state any areas of non-concurrence, in writing, to the KO within five (5) calendar days of the receipt of the signed minutes. 13. DEFINITIONS: For the purposes of this contract, garbage, refuse, and trash are used interchangeably. 13.1. Collection: The process of collecting and removing accumulated trash and garbage from Daegu AB, regardless of the number of cartons, bundles, locations, or the amount of trash. For the purposes of this contract, the term refers to a single instance of the Contractor removing all refuse required for a specified Scheduled Collections or Special Event Collections route. 13.2. Collection Frequency: The number of times collection is provided in a specified period of time. 13.3. Construction Debris: Construction debris will include, but is not limited to, building insulation, roofing material, concrete masonry units, concrete, gypsum board, ceiling tiles, floor tiles, wood, and other items the Government deems not of salvageable value. The Contractor is not required to remove construction debris from the base under this PWS. 13.4. Debris: Grass cutting, sod, gravel, tree trimmings, stumps, leaves, limbs, street sweepings. 13.5. Food Wastes: Scraps of food and other associated items generated from the preparation of meals in dining facilities and restaurants. All organic waste materials, edible or inedible, resulting from the preparation and serving of food that may contain water and other liquids. This may include condemned foodstuffs, fat, bones, cooking oils, etc, and may also include ground garbage generated from food preparation facilities. The Contractor certifies that food wastes shall not be used, offered, or sold for human consumption. 13.6. Garbage: See Refuse. 13.7. Hazardous/Designated Waste: Any materials identified in the 40 Code of Federal Regulations (CFR), part 261.30 and/or Federal Statute or by Korean environmental laws and regulations. HAZARDOUS/DESIGNATED WASTES ARE SPECIFICALLY EXCLUDED FROM THIS CONTRACT. Any materials identified for collection in any other part of the scope of work is subject to this exclusion if such material contains hazardous/designated waste. 13.8. Open Burning: The combustion of solid waste without (a) control of combustion air to maintain adequate temperature for efficient combustion, (b) containment of the combustion reaction in an enclosed device to provide sufficient time and mixing for complete combustion or (c) control of the emission of the combustion products. This is a "PROHIBITED ACTION" and not an authorized means of ultimate disposal on Government installations. 13.9. Receptacle: Includes the 0.76 CY refuse containers provided by the Government 13.10. Recoverable Resources: Materials which still have useful physical or chemical properties after service or use for their originally intended purpose and can, therefore, be reused or recycled for the same or other purposes. Sometimes referred to as "salvage". 13.11. Refuse: Includes all ashes, bagged debris, rubbish, solid waste and other similar waste material intended for disposal. Also includes materials such as metal, glass, crockery, floor sweepings, sawdust, cardboard, paper, wood, beverage cans, drums, paint cans, bottles, cartons, furniture residue, carpet remnants, cloth rags, bagged tree trimmings, bagged grass cuttings, bagged leaves, ceiling tile, floor tile, etc, or any other materials which the Government deems most advantageous to release under this contract. Not included are explosives and incendiary waste and contaminated waste from medical and radiological processes. Contractor disposal of trash and garbage shall be in compliance with existing Korean environmental laws and regulations. 13.12. Rubbish: Variety of salvageable waste materials, either combustible or noncombustible, such as glass, cardboard, crockery, floor sweepings, sawdust, paper, wrappings, containers, cartons, and similar articles not used in the preparing or dispensing of food. 13.13. Solid Waste: Refuse, sludge, and other discarded solid materials from industrial and commercial operations and from community activities. It does not include solids or dissolved materials in domestic sewage or other significant pollutants in water resources, such as silt, dissolved or suspended solids in industrial waste, water effluent, dissolved materials in irrigation return flow, or other common water pollutants. 13.14. Trash: See Refuse. 14. LIST OF TECHNICAL EXHIBITS: 14.1. Technical Exhibit 1 - Scheduled Collections Locations and Frequencies 14.2. Technical Exhibit 2 - Special Event Collection Workload Estimates 14.3. Technical Exhibit 3 - Daegu AB Base Map 14.4. Technical Exhibit 4 - Government Furnished Property TECHNICAL EXHIBIT 1 SCHEDULED COLLECTIONS LOCATIONS AND FREQUENCIES GENERAL: The tables in this Technical Exhibit describe the refuse collection locations and number of periodic collections required under this PWS. The Contractor shall not deviate from these requirements without written permission from the Contracting Officer. FREQUENCY LEGEND AND CODES FOR WORK REQUIREMENTS 2W Twice Weekly (Monday and Thursday) If it falls on a holiday, it changes to the next business day)). TECHNICAL EXHIBIT 1a SCHEDULED COLLECTIONS FROM 0.76 CY CONTAINERS INSTALLATION BUILDING NUMBER # OF CONTAINERS (SIZE 0.76 CY) VOLUME OF REFUSE AT EACH LOCATION FREQUENCY OF REQUIRED COLLECTION 115 1 0.76 CY 2W 186 3 2.28 CY 2W 119 1 0.76 CY 2W 319 6 4.56 CY 2W 415 1 0.76 CY 2W 422 1 0.76 CY 2W 490 1 0.76 CY 2W 505 2 1.52 CY 2W BEHIND 901 BURN PIT 1 0.76 2W BEHIND 902 2 1.52 CY 2W 904 3 2.28 CY 2W 906 5 3.8 CY 2W 3500 1 0.76 CY 2W 3604 3 2.28 CY 2W BEHIND 3604 INSIDE FENCE YARD 1 0.76 2W 3613 1 0.76 2W 3577 3 2.28 CY 2W 5002 4 3.04 CY 2W 5005 3 2.28 CY 2W 71000 5 3.8 CY 2W TECHNICAL EXHIBIT 2 SPECIAL EVENT COLLECTION WORKLOAD ESTIMATES The estimated total quantity of receptacles to be emptied under Para 2.2 (Special Event Collections) are listed below. Required quantity of receptacles to be emptied per special event at designated locations will be provided to the Contractor in writing when Special Event Collections services are required. ITEM REQUIREMENT ANNUAL ESTIMATED QUANTITY 1 EMPTYING OF 0.76 CY CONTAINERS 1000 EACH 2 DELIVERY/EMPTYING OF 13 CY CONTAINERS 100 EACH TECHNICAL EXHIBIT 3 DAEGU AB BASE MAP The Government will provide the Contractor with a base map of Daegu AB showing collection locations upon contract award and as updates are required. Maps provided to the Contractor will be referred to as "Technical Exhibit 3" thereafter. TECHNICAL EXHIBIT 4 GOVERNMENT FURNISHED PROPERTY GENERAL: The Government will provide the 0.76 CY containers listed below for Scheduled Collection requirements per Para. 4 (Government Furnished Property). INSTALLATION BUILDING NUMBER # OF CONTAINERS (SIZE 0.76 CY) 115 1 186 3 119 1 319 6 415 1 422 1 490 1 505 2 906 5 3500 1 3577 3 5002 4 5005 3 3613 1 3604 3 3604 INSIDE FENCE YARD 1 901 BEHIND BLDG BURN PIT AREA 1 902 BEHIND BLDG 2 904 3 71000 5
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »