News

Fire Protection Systems Inspection, Testing, Maintenance (ITM) with Repair Services

Type of document: Contract Notice
Country: United States

Fire Protection Systems Inspection, Testing, Maintenance (ITM) with Repair Services

Agency:
Department of the Army

Official Address:
6001 COMBAT DR ABER PROV GRD MD 21005-1846

Zip Code:
21005-1846

Contact:
Renae I. McHenry, Contract Specialist, Phone 443-861-4753, Email renae.i.mchenry.civ@mail.mil тАУ Russell W. Estep, Purchasing Agent, Phone 443-861-4752, Email russell.w.estep.civ@mail.mil

Link:

Date Posted:
17/05/2017

Classification:
J

Contract Description:
Sources Sought тАУ The Aberdeen Proving Ground (APG) Army Contracting Command is currently seeking a source to fulfill a requirement for Fire Protection Systems Inspection, Testing, Maintenance (ITM) with Repair.

Only Small Business (SB) need reply.
The NAICS code is 561621.
The Period of Performance (POP) is anticipated to be August of 2017 тАУ August of 2022.
Interested sources shall submit a capability statement and be able to perform throughout the POP.
Questions shall be submitted no later than 26 May 2017 at 1100 Eastern Time (ET) to renae.i.mchenry.civ@mail.mil. All questions shall be reviewed and answered by the proper authority in a timely manner before the responses are posted.
Sources shall submit requested information no later than 26 May 2017 at 1100 Eastern Time (ET) via E-Mail to renae.i.mchenry.civ@mail.mil.

Performance Work Statement:

Performance Work Statement
Fire Protection Systems Inspection, Testing, Maintenance (ITM)
with Repair
For
Aberdeen Proving Ground, Maryland

  
PART 1- GENERAL INFORMATION. This is a non-personal services contract to provide fire suppression system, fire alarm, and fire sprinkler systems inspection, testing, maintenance, service and repair. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the contractor who, in turn is responsible to the Government. It is within the scope of the contract that the buildings/facilities list for this requirement will increase and decrease throughout the contract term.

1.1. BACKGROUND. The fire alarm systems in facilities listed in Technical Exhibit 1A-1AG have not been annually inspected, tested, cleaned, and maintained on a regular basis. Exceptions are newly constructed facilities or others not requiring testing by the Unified Facilities Criteria (UFC) 3-601-02. The Directorate of Public Works (DPW) technicians respond to service calls and only stabilize and isolate the systems to prevent further damage to the fire systems, government property or buildings. The DPW does not staff appropriate NICET Level III technicians to perform work on these systems.

1.2. LOCATION OF WORK. The contract work is located at Aberdeen Proving Ground (APG) located in Harford County, Maryland. The installation, consists of Aberdeen Proving Ground North, Aberdeen Proving Ground South, Churchville Test Center and Graces Quarters.

 

1.3. HOURS OF OPERATION. The contractor shall perform the fire systems Inspection, Testing and Maintenance (ITM), and repairs during normal work hours (7:00 A.M. to 5:00 P.M.) in most situations, Monday through Friday, excluding federal holidays, unless otherwise required in this contract Performance Work Statement (PWS) or as approved by the Contracting Officer. However due to mission requirements and or security concerns it may not be possible to schedule all facilities during normal working hours. In addition, previously scheduled facilities may have to be rescheduled due to immediate mission requirements or security concerns. The contractor will not be held accountable or responsible for these occurred changes in scheduling but shall make an effort to reschedule the facilities as soon as possible.
The ITM will be required to be scheduled and performed outside normal business hours for many kitchen hood fire suppression systems.

1.4. TYPE OF CONTRACT. This is a fixed-priced requirements type contract. The contract period of performance will be for a base year and four option years.

1.5. DESCRIPTION OF SERVICES. The contractor shall furnish all management, tools, supplies, equipment and labor necessary to examine, restore, maintain, repair, clean, inspect, and perform testing of the following: installed facility fire sprinkler systems, kitchen fire suppression systems, fire pumps, fire pump monitoring devices and related equipment, fire sprinkler monitoring devices, aircraft hangar foam agent systems, automatic fire alarms, Fire Alarm Control Panels (FACP) including the software and associated devices, (activation, warning and auxiliary), electrical/electronic components of the systems. The contractor shall provide testing and programming to facilities with Mass Notification Systems (MNS). The contractor shall provide updated Computer-Aided Design (CAD) (current year) drawings in a manner that will ensure fire systems serviceability and proper operation. List major component manufacturers and system component, year of installation as near as can be determined, as well as ITM cycle for suppression systems. Contractor shall submit reports to the Contracting Officers Representative (COR) APG, Maryland. All performed work shall comply with and be in accordance with (IAW) the Unified Facilities Criteria (UFC) 3-600-01, 3-601-02, 4-021-01, National Fire Protection Association (NFPA) Standards, base requirements and the manufacturerтАЩs instructions. The UFC shall take first precedence over other guidance. Technical Exhibit 1A-1AG will show the APG facilities list and repairs shall done in accordance with the UFC 3-600-01.

 

 

1.6. TYPES OF FACILITIES ON APG. Facilities are categorized into several groups and types listed below.

 

1.6.1. Administrative/Business Occupancy: Contains Fire alarm panels, transmitters with speaker strobes or horn strobes, pull stations, and MNS. Minimum amount of detectors are limited to Heating, Ventilation and Air Conditioning (HVAC) duct smoke detectors, detectors for the elevators and a detector at the FACP.

1.6.2. Barracks/Residential Occupancy: Are primarily apartment occupancy style barracks that contain Fire alarm panels and transmitters with smoke and/or heat detection, MNS and wet system fire sprinklers throughout the facility. A small component dry fire sprinkler system may be located in some attic locations. Individual barracks rooms will have smoke detectors with sounder bases and additional notification appliances. Audible and visual notification appliances will be located in the facility common areas.

1.6.3. Commercial Occupancy: Consists of equipment maintenance facilities, warehouse, and storage facilities. Contains fire alarm control panels and transmitters with speaker strobes or horn strobes and pull stations. Frequently are wet fire sprinklers with limited applications of dry pipe sprinklers and the large facilities will have fire pumps serving multiple buildings. Some facilities will have individual fire pumps. Minimum amount of detectors limited to HVAC duct smoke detectors, detectors for the elevators and a detector at the FACP.

1.6.4. Industrial Occupancy: Consists of hangars with deluge, foam systems, fire alarm control panel, transmitters with speaker strobes or horn strobes and pull stations. Predominately-wet fire sprinklers with limited applications of dry pipe sprinklers and fire pumps serving multiple buildings. Some have individual fire pumps. Deluge systems and foam systems will have smoke/heat detection throughout protected areas for activation of the system. Water storage tanks, and foam product storage tanks, and associated control equipment. In addition some facilities will have specialized suppression equipment such as water mist systems, FM-200 systems, CO Flooding Systems, Halon systems. Within these systems are interlocked systems, double interlocked, pre-action, and ultra-high speed deluge.

1.7. SPECIAL QUALIFICATIONS. The contractor and the contractor employees shall observe and comply with all applicable local, state, federal rules, licensing, regulations, and statutes, including those concerning fire, safety, sanitation, security, vehicle safety, environmental, and hazardous material handling. All inspection, testing, maintenance and repair work shall be performed IAW the applicable UFC, NFPA codes, standards, base requirements, and manufacturers recommendations.

1.7.1. Certifications: The contractor shall be licensed to perform this type of work in the state of Maryland IAW UFC. All contractor personnel shall be certified technicians and under the direct supervision of a NICET Level IV technician. The qualified technicians shall have completed an acceptable apprenticeship program, have certificates of technical competency in accordance with commercial practices and be familiar with the contents of applicable NFPA codes and standards. The contractor technicians shall provide evidence of valid licensing of National Institute for Certification in Engineering (NICET) level III certification for all technicians and NICET level IV for all supervisors. The contractor technicians are required to specifically possess this licensing. The contractor and all personnel shall maintain levels of all qualifications throughout the contract period of performance; all newly employed contractor technicians shall provide proof of licensing, certification, and security clearances before performing work under this contract. Technicians that are apprentices must have certified apprentice qualifications or license (NICET Level II) with the acceptable skill set to perform the required work. In addition to the acceptable skill set they must possess minimum 3 yearsтАЩ experience and be under direct constant supervision by a NICET Level III technician, or NICET Level IV supervisor to provide inspection services under this contract.

1.7.2. Access: The contractor shall provide the COR lists of personnel assigned to provide inspection/maintenance and repair in special security buildings/areas prior to commencing work under this contract. This personnel roster shall include the employeeтАЩs full name and position held. The contractor shall update and provide the COR this roster whenever personnel changes occur during the duration of the contract. If required, the Government will provide a National Agency Check (NAC) for these personnel.

 

1.7.3. Experience: The technicians performing repair work on fire alarm, suppression or sprinkler systems on APG shall be qualified to perform the work under this contract. The technician shall be knowledgeable and trained in the technical requirements of all applicable NFPA codes and standards, UFC 3-600-01 and all other referenced material in this contract. All repairs shall be performed by a minimum NICET level III technician certification having five (5) years of current experience in the maintenance and repair of various systems. All final connections to devices and control panels shall be performed by the certified individual.

1.7.4. Training: The contractor is expected to be capable of performing all types of repairs to all manufacturers, makes, and models of fire detection and protection equipment in facilities on APG. This may require the prime contractor to subcontract some work to factory authorized representative contractors for some manufacturers, makes, and models of fire protection equipment. This subcontracting effort shall be the responsibility of the prime contractor and shall be invoiced on the contracts appropriate CLIN structure. Managing costs for subcontracting shall be the responsibility of the prime contractor and should be factored into the contract overhead costs, the appropriate contract CLINтАЩs are to be used for repair cost. If a subcontractor is used by the contractor, the contractor will not get additional payment for the cost of their subcontractor. Personnel may be factory trained and certified for fire alarm system service of the specific type and manufacturer of system. Personnel may be certified by a nationally recognized fire alarm certification organization acceptable to the authority having jurisdiction. Personnel may be registered, licensed, or certified by a state or local authority and trained as indicated above. Personnel may be qualified by an organization listed by a nationally recognized testing Laboratory for the servicing of fire alarm systems and trained as indicated above.

1.7.5. Documentation: The contractor shall provide certified technicians for the installation, testing and maintenance of fire alarm systems. The contractor shall provide documentation of this ten (10) days prior to performance start date. The contractorтАЩs suppression systems technicians shall be certified by NICET Level III in inspection and testing of water based systems, and Special Hazard Suppression System with Journeyman level certifications. They shall require a minimum of 5 work yearsтАЩ experience with water based systems. Proof, copies of all certifications and experience shall be submitted to the COR prior to the performance start date.

 

 

1.8. QUALITY CONTROL AND QUALITY ASSURANCE. The policy of the Government for Contractor Quality Control and Government Quality Assurance and applicable definitions are provided in the Federal Acquisition Regulations in Part 46.

1.8.1. Quality Control: The contractor is required to control the quality of service delivery and offer to the Government for acceptance only services that conform to contract requirements. The contractor is responsible for the delivery of quality services and supplies to the Government. Perfect performance is not required for the control of quality to be satisfactory. Specific service delivery must be in substantial compliance with contract requirements and be suitable for the intended purpose of the contract. The overall control of quality must meet the specified performance thresholds for each required service.

1.8.2. Quality Control Program (QCP): The contractor shall develop a Daily Inspection Report and maintain a quality control plan to ensure Fire Alarm, Suppression, Sprinkler and Monitoring Systems services are performed in accordance with appropriate directives and commonly accepted commercial practices. A work schedule for providing the monthly ITM is required and shall be addressed again in item 5.1. The contractor shall develop and implement procedures to identify, prevent, and ensure non-recurrence of defective services. The contractor shall develop quality control procedures addressing the delivery of services. This QCP shall be submitted as part of the service delivery plan as stated in item 5.1.

1.8.3. Quality Assurance: The Government intends to monitor the contractorтАЩs performance using quality assurance procedures established for the contract with its Quality Assurance Surveillance Plan. The Government reserves the right to utilize other methods as necessary to assure contractor compliance with all terms and conditions of the contract. The contractor is cautioned that additional costs to re-inspect work caused by unsatisfactory work or nonperformance by the Contractor may be charged to the Contractor in accordance with the clauses entitled тАЬInspection of Services-Fixed price.тАЭ

 

 

1.8.4. Quality Assurance Surveillance Plan (QASP): The QASP is compiled utilizing the same performance objectives as identified in the тАЬRequirements Summary,тАЭ paragraph 7.1. The contractorтАЩs Quality Control Program and contract performance will be evaluated as shown in the тАЬRequirements SummaryтАЭ. If re-performance of a service delivery is required, the original inspection results will be recorded as unsatisfactory. When overall monthly performance for a required service meets or exceeds the performance threshold, quality control is satisfactory. Only the original inspection results by the Government will be used to make this evaluation. Failure to meet the performance threshold for a required service means that quality control for that service for the observation period is unsatisfactory. Each service will be evaluated during each observation period, which is generally one month.

1.9. Performance Evaluation Meetings: Performance evaluation meetings may be required when requested by the Government or contractor.

1.10. RESERVED.

1.11. ENVIRONMENTAL REQUIREMENTS.

1.11.1. Lead-Containing Paint: If repair work is required on a system and the repair requires penetration of the building structure, prior to the repair, the contractor shall perform a complete lead paint inspection of all areas affected by the work described in this PWS in accordance with all Federal and Local regulations. A Certified Lead Paint Inspector shall perform the inspection. The inspection documentation shall comply with Federal and Local regulations and shall include identification of all lead paint, its location, quantity, and percentage by weight and TCLP characteristics. The contractor shall be responsible for full compliance of 29CFR1926.62.

1.11.2. Environmental Coordination: The Contractor shall comply with all environmental requirements, including the most current installation regulation APG 200-1 (Environmental Quality Control). The APG Environmental Division will review the Plan and provide any necessary corrections or additions to the Contracting Officer or their representative. APG Regulation 200-1 will be provided upon request.

1.11.3. Sustainable Acquisition: In order to comply with federally mandated sustainable acquisition requirements and Department of Defense (DOD) and Department of the Army (DA) Green Procurement Program (GPP) policies, Aberdeen Proving Ground (APG) requires the purchase, supply, and use of environmentally preferable products and services. Program elements include: recovered material products, energy and water efficient products, alternative fuels and fuel efficiency, bio-based products, non-ozone depleting substances, and environmentally preferable products. These elements are described on the Office of Federal Procurement Policy website ( For a listing of designated items, associated requirements and managing program websites, see The contractor shall comply with all applicable Federal, DOD, Army, and APG sustainable acquisition laws and policies. If compliant products are unavailable or determined to be impracticable based on cost or performance, the contractor shall contact the Contracting Officer Representative for further guidance. Claims of exception must meet applicable legal criteria and be justified in writing. Additional information is available from the APG Sustainable Acquisition Program at (410) 436-2754.

1.11.4. Environmental Management System (EMS): The APG EMS conforms to the criteria defined in the international standard, ISO 14001:2004 Environmental Management Systems.
In accordance with EMS procedures, the contractor shall be familiar with the APG environmental policy and shall ensure that this information is considered and incorporated into this project. Additional information regarding the APG EMS is available from the installation EMS Coordinator (410-278-0756).

1.12. HAZARDOUS MATERIALS: Hazardous Materials. For any hazardous materials, the contractor shall submit an initial list of hazardous materials to be used (including unit of measure and Safety Data Sheet for each product). A copy of these documents must be submitted to the APG Pollution Prevention Program 10 days prior to performance start date. These items must be reviewed by Pollution Prevention and authorized for use if they are not already on the APG installation Authorized Use List. The Contractor shall not use any hazardous materials not authorized by Pollution Prevention Program. For any in-use hazardous materials, the Contractor shall submit a hazardous material inventory noting the hazardous materials used, the units of measure, quantities used, storage locations, and other pertinent information. This inventory shall be submitted at the end of the project. [If the project goes into a new calendar year, the Contractor shall also submit a copy of this inventory (accounting for all hazardous materials) by 15 January.] For any hazardous materials stored on APG, this inventory shall be submitted by the 15th day following the calendar year quarter in which the hazardous materials were used or stored. All Hazardous Material inventories shall be submitted electronically and addressed to the Contracting Officer Representative. Questions regarding the form may be directed to the APG Pollution Prevention Program (410-436-4569). The APG Regulation 200-60 can be found at: If a waste stream is considered either industrial or hazardous waste, follow current version of APG Regulation 200-60 (Hazardous Waste Management) guidelines and contact the APG Hazardous Waste Branch at 410-436-4569 to discuss proper storage, handling, and disposal.

1.13. Antiterrorism/Security Requirements: The contractor and all associated subcontractor employees shall comply with applicable installation, facility, facility access and local security policies and procedures for APG. The contractor shall also provide all information required for background checks to the Provost Marshal Office, Director of Emergency Services or Security Office to meet installation access requirements. The contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or the installation change, the Government may require changes in contractor security matters or processes.

1.13.1. Operations Security (OPSEC) Training: All contractor employees including subcontractor employees, requiring access to Army installations, facilities and controlled access areas shall complete Security OPSEC Briefing training attached. These shall be completed within 15 calendar days after the contract start date. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR within 15 calendar days completion. These courses are available following attachment:

 

1.13.2. Antiterrorism (AT) Level I Training: All contractor employees including subcontractor employees, requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training within 15 calendar days after contract start date. New employees shall complete training and submit certificates to the COR before starting work under the contract. AT Level I awareness training is included in 1.13.1 attachment.

1.13.3. iWATCH Training: The contractor and all associated subcontractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity antiterrorism officer). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed as part of OPSEC and Antiterrorism briefing in 1.13.1 attachment.

1.13.4. Personnel/Security Requirements.

1.13.5. Security Clearances: The contractor shall obtain the appropriate secret security clearances for its employees prior to the contract start date. Security clearances shall be maintained throughout the period of performance for all personnel. An interim secret security clearance may be used temporarily until the security clearance investigation is complete not to exceed a period of three months.

1.13.6. Security Request: Requests for security clearances shall be processed through the contractorтАЩs Security Officer and submitted to the Defense Industrial Security Clearance Office (DISCO), ATTN: DISCO-A, Post Office Box 299, Columbus, OH 43216-5006. Personnel security requirements are set forth in Department of Defense (DD) Form 254, Contract Security Classification Specification. Security clearance requests shall be submitted in accordance with DOD Reg. 5220.22-M, National Industrial Security Program for Operating Manual.

1.13.7. Contractor Security Officer: The contractor Security Officer will maintain the employeeтАЩs record within the Joint Personnel Adjudicative System (JPAS) ensuring their records reflect appropriate Security Management Office affiliation, the completion of a non-disclosure agreement, the indoctrination, and granted access for the appropriate classification level. The contractor Security Officer will arrange with individual tenant activities for access and security badges to individual buildings and areas.

 

1.14. Interfaces: The contractor shall not unduly interfere with regularly scheduled Government operational activities while in the performance of contract requirements. The contractor shall, if a facilities Government supervisor requests to temporarily cease work in the facility. The contractor must report the incident, the name of the Government person involved, to the COR immediately by the most expedient means.

1.14.1. Utility Outages: Utility outages (such as water and power) shall be scheduled a minimum of three working days in advance of the outage. The contractor shall schedule outages with and coordination with DPW Construction Branch, DPW Maintenance and Repair Division, and APG Fire Department. Upon approval, the Contractor shall notify the occupants and other affected parties 48 hours prior to the scheduled outage.

1.14.2. Digging Permit: Underground utility work is not anticipated.

1.14.3. Safety Requirements and Reports: Contractor and employees shall perform work in a safe manner and comply with OSHA, and the latest version of EM 385-1-1, Safety and Health Requirements, Department of the Army, Corps of Engineers, EM 385-1-1 is available at Prior to commencing work the contractor shall submit an Activity Hazard Analysis (AHA) on all definable features of work.

1.14.4. Accident and Damage Report: Provide a verbal report to the COR as soon as possible but not later than four hours after each occurrence of damage to Government property or an accident resulting in death, lost work day, injury, occupational disease, or adverse environmental impact. Provide a completed copy of required Accident Investigation Reports to the COR within five (5) calendar days of each occurrence. Comply with Occupational Safety and Health Administration (OSHA) and EM385-1-1, Section 1, for record keeping and reporting of all accidents. ACCIDENT AND DAMAGE REPORT FORMS. Where specific OSHA or EM 385-1- 1 forms are not required, use forms of the ContractorтАЩs own design.

1.14.5. Services: The Government will provide the following services: police, fire and emergency medical services will be available while work is being performed on Aberdeen facilities. The Directorate of Emergency Services (DES) will be the primary provider of law enforcement and all firefighting services at APG. Medical services for contractorтАЩs personnel are the responsibility of the contractor. The Government will provide, on an emergency basis only, medical services to contractor personnel for job related injuries and life-threatening illnesses while performing work under the contract. Medical facilities are located at Kirk Army Health Clinic at APG and Harford Memorial Hospital, Havre de Grace, Maryland. In the event of an emergency, the contractor shall call 911 and then notify the COR of the incident immediately.

1.14.6. Equipment Warranties: The Government COR will furnish to the contractor, within 15 working days after the contract award and as necessary thereafter, a list of equipment that are covered by the manufacturerтАЩs warranty. The list will indicate the expiration of each warranty. The contractor shall not repair, replace, or otherwise correct defects in warranted equipment without obtaining prior authorization from the COR. All contractor installed equipment shall have a one year warranty.

1.15. Transition of Contractor Operations: The contractor shall start this service contract as required by the contract as of the first day of the performance period. On the first day of performance the contractor shall provide a work force that is fully qualified and capable of performing work under this contract.

1.16. Phase-in: The contractorтАЩs phase-in procedures shall not disrupt or adversely impact day-to-day Government business or the current contractor in conducting business. The phase-in period will be between award and full performance start date. This phase-in period is for the benefit of contractorтАЩs staffing, cross training and familiarization. The phase in period is for 30 days.

1.17. Phase-out: During the 30 working day period immediately prior to termination or completion of the contract, contractor shall permit the successor organization to observe contractor personnel in performance of contract requirements.

1.18. Land Resource: A lay-down area will be provided at no charge upon request by the contractor for use in performing this contract, subject to the normal Directorate of Public Works permitting process. (a) The contractor shall preserve and protect all structures, equipment, and vegetation (such as trees, shrubs, and grass) on or adjacent to the lay-down area, which are not to be removed. The contractor shall avoid damaging vegetation that will remain in place. If any limbs or branches of trees are broken during contract performance, or by the careless operation of equipment, or by workmen, the contractor shall trim those limbs or branches with a clean cut and paint the cut with a tree-pruning compound as directed by the COR. (b) The contractor shall protect from damage all existing improvements and utilities (1) at or near the lay-down area, and (2) on adjacent property of a third party, the locations of which are made known to or should be known by the contractor. The contractor shall repair any damage to those facilities, including those that are the property of a third party, resulting from failure to comply with the requirements of this contract or failure to exercise reasonable care in utilizing the lay-down area. If the contractor fails or refuses to repair the damage promptly, the Contracting Officer may have the necessary work performed and charge the cost to the contractor.

1.19. Operation and Storage Areas: (a) The contractor shall confine all operations (including storage of materials) on Government premises to areas authorized by the government. The contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the contractorтАЩs performance (b) Temporary buildings (e.g., storage sheds, shops, offices) and utilities may be erected by the Contractor only with the approval of the COR and shall be built with labor and materials furnished by the contractor without expense to the Government. The temporary buildings and utilities shall remain the property of the contractor and shall be removed by the contractor at its expense upon completion of the work. Facilities shall meet all fire code requirements and provide adequate ventilation, containment, and protection from the elements. Provide warning signs, limit access to the facility, and lock it when it is unattended. The contractor shall pay for the hook up and use of all utilities at the lay-down area. Do not use the lay-down area provided by the Government for any purpose other than in the performance of this contract. No materials shall be stored in vehicles overnight or for any length of time. (c) When materials are transported in prosecuting the work, vehicles shall not be loaded beyond the loading capacity recommended by the manufacturer of the vehicle or prescribed by any Federal, State, or local law or regulation.

 

 

 

 

 

PART 2-DEFINITIONS, ACRONYMS, AND ABBREVIATIONS

2.1 Definitions of Terms:

Inspection A critical examination aimed at forming a judgment or evaluation.
Testing A particular process or method for trying or assessing. A definitive procedure that produces a test result.
Maintenance Used to stop something undesirable from happening or to stop something undesirable. Work that includes testing, measurements, adjustments, and parts replacement, performed specifically to prevent faults from occurring; regardless of its condition at the time. The primary goal of maintenance is to avoid or mitigate the consequences of failure of equipment. Any maintenance activity required to correct a failure that is in the process of occurring.
Repair Restore something broken or damaged to good condition. This activity may consist of restoration or replacement of components. Any repair activity required to correct a failure that has occurred.
Quality Assurance The government procedures to verify that services being performed by the Contractor are performed according to acceptable standards.

 

 

 

 

Quality Control All necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements.
Wide Area Work Flow (WAWF): secure web based system for electronic invoicing, receipt, and acceptance. WAWF allows government vendors to submit and track invoices and receipt/acceptance documents over the web and allows government personnel to process those invoices in a real-time, paperless environment.

2.2. Acronyms:

ACOR Alternate Contracting OfficerтАЩs Representative
AFARS Army Federal Acquisition Regulation Supplement
AR Army Regulation
CAP Contractor Acquired Property
CFR Code of Federal Regulations
CONUS Continental United States (excludes Alaska and Hawaii)
COR Contracting OfficerтАЩs Representative
COTS Commercial-Off-the-Shelf
DA Department of the Army
DFARS Defense Federal Acquisition Regulation Supplement
DMDC Defense Manpower Data Center
DOD Department of Defense
FACP Fire Alarm Control Panel
FAR Federal Acquisition Regulation
GFP Government-Furnished Property
HIPAA Health Insurance Portability and Accountability Act of 1996
ITM Inspection Testing and Maintenance
KO Contracting Officer
OCI Organizational Conflict of Interest
OCONUS Outside Continental United States (includes Alaska and Hawaii)
ODC Other Direct Costs
PA Property Administrator
PIPO Phase In/Phase Out
POC Point of Contact
PRS Performance Requirements Summary
PWS Performance Work Statement
QA Quality Assurance
QAP Quality Assurance Program
QASP Quality Assurance Surveillance Plan
QC Quality Control
QCP Quality Control Program
TE Technical Exhibit
WAWF Wide Area Work Flow

 

PART 3-GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES

3.1. Facilities: None.

3.2. Equipment: The government may provide in some circumstances a used Kingfisher transmitter to relay fire alarm information to the central dispatch center. It is understood that this equipment shall not be covered by a warranty of any kind. Installation of the government furnished equipment shall be IAW with all applicable standards. This does not relieve the contractor from providing a workmanship warranty and does not include new Kingfisher products.

3.3. Materials: None.

PART 4-CONTRACTOR FURNISHED ITEMS AND SERVICES

4.1 General: The contractor shall furnish all supplies, equipment, test equipment, facilities, and services required to perform work under this contract that not listed under Section 3 of this PWS.

4.2. Spare Parts: The contractor shall maintain a limited stock of common repair parts to include, fuses, batteries, smoke and duct detectors, horn strobe units, kingfisher transmitters, (1) addressable fire alarm panel, sprinkler heads, basic valves and common piping used.

PART 5-SPECIFIC TASKS

5.1. Service Delivery Plan: Develop and provide a service delivery plan to the COR for review within 30 calendar days after the date of award. The contractor shall maintain, update, and edit the provided service delivery plan as any changes occur. Technical Exhibit 1A-1AG provided by the Government, will show a list of service and schedule required, in service/out of service, building number, address and square footage of facilities that require ITM and will serve as the basis to develop a work schedule for the service delivery plan. The following shall be addressed in the service delivery plan: management (staffing matrix, training, and maintaining qualified personnel), operational procedures for the delivery of required services including the facility scheduling, quality control plan, safety plan, purchasing plan, environmental management, and record keeping and reporting. The inspection schedule provided to the government shall be amended throughout the year. The facility scheduling plan shall be organized into twelve sections, each titled with a month of the year, and have listed in each section the facility numbers and ITM services that will be scheduled/provided during that month.

5.2. ITM: The contractor shall perform operational ITM on installed facility fire sprinkler systems, kitchen fire suppression systems, fire pumps and monitoring devices, fire sprinkler monitoring devices, foam systems, automatic fire alarms, fire alarm panels, associated devices, (activation, warning and auxiliary), electrical/electronic components of the systems, facilities transmitter/receiver systems, alarm system software, computer systems networking, MNS in facilities along with monitoring systems IAW the UFC, applicable NFPA codes and standards, base requirements, and manufacturerтАЩs instructions.

5.2.1. ITM Program: The contractor shall implement a planned ITM program, as defined in UFC 3-601-02. The plan shall be used to prevent and correct deficiencies with the systems, minimize system failure and service interruptions, extend component life, and maximize operating efficiency. The contractor shall coordinate all scheduled ITM, notify Directorate of Emergency Service (DES) Fire and Emergency Services and each building occupant Point of Contact (POC) to schedule entry and access for testing dates at each facility. This coordination shall be accomplished by the contractor before proceeding with any ITM or repairs on installed fire alarm, suppression, sprinkler and MNS systems and associated equipment. Contractor shall coordinate with the facility POC a few in advance to allow for a scheduling timeline. At the conclusion of ITM and repair, the contractor shall inform the originally notified facility personnel that the maintenance work is completed for that day or will continue the next workday.

5.2.2. Notification to conduct ITM: In addition, before initiating any scheduled test, the contractor shall ensure the Facility Manager notifies the buildingтАЩs occupants. The Facility Manager may observe the ITM tests and the sequence of operation. Installed fire alarm systems (detection), extinguishing systems (suppression & sprinkler), and monitoring systems located in areas that not readily accessible for safety considerations such as continuous process operations areas and areas that need equipment to reach system components that are congested are to be tested during scheduled operation shutdowns. The contractor is required to furnish their own equipment such as ladders, portable platforms, lifts or other equipment or tools necessary in order to properly and safely complete ITM of the systems. The tests shall be accomplished with minimal interruption to the occupying organization, and/or at intervals according to the UFC.

5.2.3. ITM Interval and Exceptions: These are a few exceptions to the UFC stated requirements as described below.

5.2.3.1. Kitchen Hoods: The kitchen hood exhaust fire suppression systems shall be cleaned and serviced (ITM) at six (6) month intervals as stated in the UFC. The fire alarm system and associated equipment shall be tested and serviced (ITM) at one (1) year intervals as stated in the UFC. This contract does not include cleaning or service of non-DOD hoods installed on APG.

5.2.3.2. ITM Schedules: The contractor shall establish the required ITM interval for each fire protection system based on the age of the system and the information provided on TE1A-1G. The contractor shall schedule the next appropriate ITM based on the previously performed ITM and the UFC provided guidance. Contractor shall perform the next interval ITM service due for each facility. For facilities with fire protection systems that were not ITMтАЩs for some circumstance, contractor shall consider the facility age or fire protection system and or the installation date as a base line to determine the next required ITM. The TE01 shall be examined closely by the contractor for needed changes on a monthly basis and updated as required.

5.2.3.3. Combination Inspections: It is required that the contractor perform all ITM in a particular facility simultaneously. Examples: when performing ITM on a fire pump that serves a building, the fire pump shall be ITMтАЩs at the same time the fire alarm panel/system is ITMтАЩs to ensure the fire pump controllers are properly signaling the FACP and transmitting to the Kingfisher Receiver. Simulating conditions that cause inputs to the FACP are not authorized, the contractor must actually test the function, shorting or jumping contacts is not acceptable for a substitution of full functional testing. A facility must be tested as one life safety system, not as separate components (i.e. sprinkler system separate from fire pump separate from fire alarm). The fire alarm technician and crew must be on site with the fire sprinkler technician and the fire pump technician to ensure the fire protection features in the entire facility are working as required. ITM shall not be performed on any system that is tagged out of service or is shut down for disposition of repair. Contractor shall record out of service findings on the reports.

5.3. Planned Work Schedule: Once per month after contract award the contractor and COR shall review the current inspection, testing, and maintenance schedule for all systems in facilities maintained under this contract. After review, if deemed necessary, the contractor shall submit to the COR a revised work schedule for approval.

5.4. Delivery Service: Contractor shall deliver required services of this contract in accordance with the delivery plan and request approval from the Contracting Officer (KO) or the (COR) to modify or deviate from procedures.

5.5 Summary of Maintenance: The contractor shall coordinate and schedule with each facility occupant POC, DPW Fire Alarm COR before proceeding with services to be performed under this contract.

5.5.1 System Repairs: The contractor shall submit repair work orders to the COR for evaluation prior to performing any repairs. Repairs to a Tier 1 building shall be accomplished within 8 hours if possible and may require immediate response during working hours. A minor repair Clin will be established to facilitate routine repair of common failure items such as smoke detectors, pull stations, horn/strobe units.

5.6. Smoke and Heat Devices: On the fire alarm systems, the contractor shall maintain smoke and heat detectors as needed. The contractor shall internally clean the smoke and heat detectors only if a fault occurs. Cleaning internally may be needed at the time of testing/certification due to a fault or in some cases, as instructed by the COR. No smoke detector shall be cleaned more than (1) time per year without replacement. Smoke detectors that were not properly protected from dust and particulates by other contractors during construction shall not be included as a failure for the contractor.

5.7. Updating Computer Aided Drawings (CAD) Submissions: When facilities on this contract are remodeled or the fire alarm system is modified, or a new facility is added, the contractor shall produce an updated CAD drawing to support testing (ITM). The Contractor shall update drawings depicting the actual fire alarm system and include any updates and changes to reflect modifications made to the structure or fire alarm system and associated equipment. The labor cost for CAD work must be factored into the overall cost of the appropriate ITM Contract Line Item Number (CLIN). After the award of this contract, the existing CAD as-built drawings for most facilities will be provided to the contractor electronically. Historically, the labor time associated with updating drawings is on average 1.5-2.0 hours per facility.

5.7.1. As-Built Drawings: Some facilities on this contract do not have an as built or CAD drawing to support testing (ITM). The Contractor shall develop the missing drawing depicting the actual fire alarm system and associated equipment as well as possible and can be distinguished. The labor cost for this CAD development work must be factored into the overall cost of the appropriate ITM Contract Line Item Number (CLIN). A print out of the most current ITM test report and the CAD drawing shall be maintained inside the FACP at all tested buildings.

5.8. System Batteries: Generally, the basic batteries used at Aberdeen Proving Ground in the fire alarm systems are 7/8AH, 12AH, 18AH, 26AH, 35AH, 55AH, 79AH, and 105AH batteries. This is not a complete list of batteries to be used for this contract. The new addressable fire alarm systems may have different size or type batteries installed. The labor associated with replacing batteries is incidental to and must be factored into the overall cost of the appropriate ITM CLINтАЩs. Replacement of system batteries is required IAW the guidance stated in the UFC and NFPA. Large System Batteries above 150AH are not considered in the basic battery list and will be replaced under the repair CLIN.

5.9. List of Fire Alarm Panels: (FACP) The following is a list of some of the types of fire alarm control panels used at JBLM. This is a partial list for information only and is not all-inclusive.
Ademco
Cerberus/ Pyrotronics
Couch
ESL
EST/GE
Faraday
FCI
Firelite
Gamewell
Harrington
Honeywell
Kiddie
King Fisher
Monaco
Notifier
Pyrotronics
Radionics
Secutron
Silent Knight
Simplex
Spectronics
Thorn
Quickstart
Edwards
Siemens

5.10. Contract Line Item (CLIN) Structure: The contractor shall repair or correct any minor maintenance deficiencies or impairments to installed fire suppression, fire sprinkler, automatic fire alarm system, MNS and associated components discovered during a scheduled ITM. Incidental to each and every ITM CLIN, the first one hundred (150.00) dollars of parts and materials cost are considered included. In other words, the parts and materials totaling the first one hundred (150.00) dollars shall be included in the cost of the ITM CLIN. The contractor shall maintain an inventory of spare parts and consumables on the service truck on site, contractor shall correct minor maintenance deficiencies or impairments immediately during the ITM.

5.10.1. Repair Work: Major repair deficiencies must be reported daily as discovered and on the monthly report. Repair deficiencies shall be identified to the COR to determine the necessary corrective action and required urgency. The contractor shall within (3) work days provide to the COR an estimate with the time and cost of repairs. The contractor shall also inform the COR of projected downtime and the estimated time to complete the repair. The contractor shall commence with the repair work after approval from the COR or the Contracting Officer on large repairs. All repair work shall be accomplished in accordance with the UFC, applicable NFPA Standards, base requirements, and the manufacturerтАЩs instructions. The contractor work to correct and repair the identified deficiency shall be started within one week after COR approval and be completed within 30 days after given the COR approval. Once the problem condition is repaired, the technician/contractor shall notify the building occupants and the COR. Technicians that modify, manipulate programming, disconnect and reconnect/replace components, or change electronic components inside a FACP must be trained and authorized by the product manufacturer to perform the work they are doing. It shall be the contractorтАЩs responsibility to establish system coverage for ITM and repair for proprietary systems.

5.10.2. Repair Costs: Repair costs are provided in three categories, a large repair, a medium repair, or a small repair. Each category of repair has a not to exceed maximum cost threshold as explained below.

5.10.3. Small Repairs: Small repairs consists of orders that do not normally exceed four (4) man-hours, and have material cost less than $300.00. This work shall occur during the normal work schedule.

5.10.4. Medium Repairs: Medium repairs consists of orders that do not normally exceed forty (40) man-hours, and have a material cost less than $3500.00. This work shall occur during the normal work schedule.

5.10.5. Large Repairs: Large repairs consists of orders that do not normally exceed one hundred sixty (160) man-hours with a material cost of $7500.00. This work shall occur during the normal work schedule.

5.10.6. Exceptions: Parts and Materials costs shall be itemized on all repair proposals. Routine battery and fuse repairs may be included on the ITM up to $150.00 dollars.

5.11. ITM Repair and Reports: The contractor shall submit the monthly report of work completed on installed fire alarm, fire suppression, fire sprinkler, and MNS panels to include fire alarm panel activation devices (pull stations, heat/smoke and carbon monoxide detection systems), auxiliary circuits, associated transceivers, Frequency Modulated (FM) antennas, and MNS IAW the UFC, applicable NFPA Codes and Standards, base requirements, and manufacturerтАЩs instructions. ITM form templates are provided with this contract and may be edited as needed, the COR must accept the final edited template, this form shall be included in the service delivery plan. Attachment A is the Fire Alarm Inspection and
Testing form, it is for the fire alarm systems only. Attachment B is the Semi-annual Confidence Report, is for the kitchen hood suppression systems. Attachment C is a Semi-annual Confidence report, and Attachment D is the fire Pump System Inspection and Testing Report form. The contractor shall keep a copy of the latest test report in each FACP, and along with the report a backup thumb drive with the FACP software program.

5.11.1. Monthly Report: The contractor shall maintain a record of the reports for ITM and repairs for each contract year. The contractor shall submit these reports electronically to the COR by the tenth (10th) working day of the month following the month that the work was performed prior to invoicing. The monthly report shall contain the actual cost breakdown and labor hours used and a summary of all work performed. The additional parts and materials costs shall be charged under the appropriate CLIN and shown on the report. The report shall include the employees name and job title who did the particular work. The additional parts and material costs will be invoiced at the listed reasonable cost not to include surcharges or overhead costs of any kind. In summary all ITM maintenance and repairs mentioned in this PWS shall be a consolidated on the monthly report.

5.12. Mass Notification System (MNS): Contractor shall conduct annual functional tests, individual component cleaning, inspection, testing, maintenance and repair IAW the International Electro-Technical Commission (IEC) 60849, Sound System for Emergency Purposes, and IEC 60268, part 16, the UFC and applicable NFPA codes and standards. Meter intelligibility testing is not required. Contractor shall update the associated CAD drawings and complete a maintenance report on all installed MNS. The contractor shall correct any deficiencies or impairments discovered during ITM.

5.13. Kitchen Hood Exhaust system: Contractor shall maintain kitchen hood exhaust fire suppression systems with alarm interconnects on an ITM schedule. The ITM and repairs shall ensure maximum operational capability. All work shall be performed in accordance with the UFC, applicable NFPA codes and standards, base requirements and manufacturersтАЩ standards and recommendations.

5.14. Unscheduled Service Calls: An unscheduled service call is an onsite response to a designated location, within an allotted timeline, for services that require immediate attention the contractor shall notify the COR and facility occupants before proceeding with any service call(s) on installed fire suppression and automatic fire alarm systems, kitchen fire suppression systems and all associated equipment that will affect the occupants of the building. At the conclusion of the service call, the previously notified personnel shall be informed on the status of the equipment. The contractor shall also notify the COR on the status of the equipment. System resets and replacement of batteries and fuses for trouble calls does not require notification to the building occupants but does require notification to the building engineer or facility manager.

5.14.1. Response to Unscheduled Service Calls: The contractor shall respond and be on site within 8 hours. An unscheduled service call should not exceed two (2) hours in duration. The contractor shall attend to any condition that requires immediate action to eliminate hazards to personnel, prevent loss or damage to government property, restore essential services or as determined by the Government. Otherwise, the contractor shall proceed to the work location and survey the needed repair, and within two work days provide to the COR an estimated time and cost of repairs. The contractor shall also inform the COR of projected downtime and estimated time for repair. The contractor shall commence the repair work after approval from the COR. All repair work shall be accomplished in accordance with the UFC, applicable NFPA Standards, base requirements, and the manufacturerтАЩs instructions. The contractor work to correct the identified deficiency shall be started within one week after COR approval and be completed within 30 days. Once the problem condition is repaired, the technician/contractor shall notify the building occupants and the COR.

5.14.2 Building Priority List: The contractor shall be supplied with a building priority list that Tier level buildings that require immediate repairs. The contractor and COR shall ensure coverage of all out of service issues with the Tier 1 buildings at all times.

5.15. Contract Manpower Reporting (CMRA): The contractor will report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Department of the Army via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: , and then click on тАЬDepartment of the Army CMRAтАЭ or the icon of the DoD organization that is receiving or benefitting from the contracted services.
Reporting inputs will be for the labor executed during the period of performance during each Government FY, which runs from October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October of each calendar year, beginning with 2016. Contractors may direct questions to the help desk by clicking on тАЬSend an emailтАЭ which is located under the Help Resources ribbon on the right side of the login page of the applicable Service/ComponentтАЩs CMR website at
As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement.

PART 6-APPLICABLE PUBLICATIONS

6.1. APPLICABLE PUBLICATIONS: The contractor shall comply with the latest version of the Reference Guide: EM 385-1-1, Corps of Engineers Safety, and Health Manual located:

 

 

 

 

 

 

 

 

 

 

 

 

 

 

PART 7-APPENDIX LISTING

7.1. Performance Requirements Summary:

APPENDIX 1

Performance Objective For Required Service PWS Para. Performance Standard Maximum Allowable Degree of Deviation from Requirement
ITM Testing systems: The contractor shall perform operation test on installed facility fire sprinkler systems, kitchen fire suppression systems and all associated mechanical and electrical subsystems.

 

 

 

5.2.-5.2.3.3. & 5.5. &5.6.&5.8.&5.9. 5.10.& 5.12.& 5.13.- 5.13.1. Perform testing IAW the UFC, applicable NFPA Standards, base requirements, and manufacturerтАЩs instruction. Notify the fire department that the system test is to be conducted. Schedule with facility occupants entry, access control for the testing dated. Not more than one (1) testing discrepancy per month.
ITM Testing systems: The contractor shall perform operation test on installed facility fire sprinkler systems, kitchen fire suppression systems and all associated mechanical and electrical subsystems. 5.2.-5.2.3.3. & 5.5. & 5.6.&5.8.&5.9. 5.10.-5.10.7.& 5.12.& 5.13.- 5.13.1. Maintenance and repairs are All performed IAW the applicable UFC and applicable NFPA Standards, base requirements and manufacturerтАЩs instructions. Not more than one (1) maintenance discrepancy per month.
Reports and Records: The contractor shall maintain all records of tests, inspections, maintenance and repairs. 5.11.- 5.11.1. & 5.14.2 Reports to be accurate and delivered by the 10th of the month following the performance month prior to invoicing Not more than one (1) maintenance discrepancy per month.
Unscheduled Service Calls: see Technical Exhibits 1A & 1B 5.14.-5.14.2. Respond within 8 hours, eliminate hazardous conditions and identify additional required repairs to COR. Not more than one (1) discrepancy report within a six (6) month period.
Contract Manpower Report 5.15. Input information correctly into the CMRA web site. Initial: Reported not later than 31 October of each calendar year.

 

7.2 Deliverables: The contractor shall provide the following products to the COR in accordance with the instructions included in this PWS paragraphs indicated for each deliverable.

APPENDIX 2

DELIVERABLES PWS PARA METHOD REQUIRED DATE
Service Delivery Plan 1.8.1-1.8.2.& 5.1. Shall be Microsoft Office 2007 compatible, submitted via electronic mail to the COR. Report may be in contractor format. Initial: Within thirty (30) calendar days after contract award. Subsequent: Annually and update as required.
Technical Exhibit 1A-1AG updated 5.1 & 5.2.3.2 Shall be Microsoft Office 2007 compatible, submitted via electronic mail to the COR. Provided one (1) month after contract award and every one (1) month thereafter.
Monthly Reports and Records 1.5.& 5.1. & 5.10.1.&5.11-5.11.1 & 5.14.2 #VALUE! Provided by the tenth (10th) working day of the month following the month during which the work was performed prior to invoicing.
OPSEC Training Certificates 1.13.1 Shall be Microsoft Office 2007 compatible, submitted via electronic mail to the COR. Report may be in contractor format. Initial: Complete within fifteen (15) calendar days after contract award. Submit within fifteen (15) days of completion. Subsequent: Annually and update as additional contractor personnel perform under contract.
Anti-terrorism Training Certificates 1.13.2 Shall be Microsoft Office 2007 compatible, submitted via electronic mail to the COR. Report may be in contractor format. Initial: Within ten (10) calendar days after contract award. Subsequent: Annually and update as additional contractor personnel perform under contract.
iWatch Training List 1.13.3 Shall be Microsoft Office 2007 compatible, submitted via electronic mail to the COR. Report may be in contractor format. Initial: Within ten (10) calendar days after contract award. Subsequent: Annually and update as additional contractor personnel perform under contract.
Provide proof of acceptable NICET Level IV supervisory training with (5) yearsтАЩ experience leading other NICET Level III technicians and apprentices. 1.7.1. Shall be Microsoft Office 2007 compatible or PDF format, submitted via electronic mail to the COR. Initial: provide individual training documentation ten (10) days prior to performance start date. Subsequent: All newly employed contractor technicians shall provide proof before performing work under contract.
Provide proof of acceptable apprenticeship training. Apprentices shall have minimum (3) yearsтАЩ experience in the maintenance and repair of fire suppression systems and or water based systems. 1.7.1 Initial: provide individual training documentation ten (10) days prior to performance start date. Subsequent: All newly employed contractor technicians shall provide proof before performing work under contract
Provide proof of NICET Level II technicians having (3) years of current experience in the maintenance and repair of various fire systems. NICET Level II technicians require direct supervision and all work shall be inspected by Level III technicians. 1.7.3. -1.7.4. Shall be Microsoft Office 2007 compatible or PDF format, submitted via electronic mail to the COR and the contract specialist. Initial: provide individual training documentation ten (10) days prior to performance start date. Subsequent: All newly employed contractor technicians shall provide proof before performing work under this contract.
Provide proof of factory trained and certified on fire alarm system service of the specific type and manufacturer of system. 1.7.4. Shall be Microsoft Office 2007 compatible or PDF format, submitted via electronic mail to the COR and the contract specialist. Initial: Individuals provide prior to start of contract work performance Subsequent: All newly employed contractor technicians shall provide proof before performing work under this contract.
Provide proof of personnel who are registered, licensed, or certified by a state or local authority or nationally recognized testing laboratory. 1.7.4.1 Shall be Microsoft Office 2007 compatible or PDF format, submitted via electronic mail to the COR and the contract specialist. Initial: Individuals provide prior to start of contract work performance. Subsequent: All newly employed contractor technicians shall provide proof before performing work under this contract.
Contractor and personnel shall provide proof of maintaining levels of all qualifications throughout the contract period of performance; all newly employed contractor personnel shall provide proof of licensing and certification before performing work under this contract. 1.7.1 Shall be Microsoft Office 2007 compatible or PDF format, submitted via electronic mail to the COR and the contract specialist. Individuals provide annually as needed basis when determined by the COR.
The contractor water based systems technicians shall provide proof of being certified by NICET Level III and or Journeymen Level Sprinkler Fitter in inspection and testing of water based systems and have a minimum of (5) yearsтАЩ experience with water based systems. 1.7.6 Shall be Microsoft Office 2007 compatible or PDF format, submitted via electronic mail to the COR and the contract specialist. Initial: provide individual training documentation ten (10) days prior to performance start date. Subsequent: All newly employed contractor technicians shall provide proof before performing work under this contract.
The contractor suppression systems technicians shall provide proof of being certified by NICET Level III in special hazards suppression systems and have a minimum of (5) yearsтАЩ experience with suppression systems. 1.7.6 Shall be Microsoft Office 2007 compatible or PDF format, submitted via electronic mail to the COR and the contract specialist. Initial: provide individual training documentation ten (10) days prior to performance start date. Subsequent: All newly employed contractor technicians shall provide proof before performing work under this contract.
The contractor mass notification systems technicians shall provide proof of being certified by NICET Level III in audio systems and have a minimum of (5) yearsтАЩ experience with audio systems. 1.7.6 Shall be Microsoft Office 2007 compatible or PDF format, submitted via electronic mail to the COR and the contract specialist. Initial: provide individual training documentation ten (10) days prior to performance start date. Subsequent: All newly employed contractor technicians shall provide proof before performing work under this contract.
Contractor Manpower Report 5.15 Input information correctly into the CMRA web site. Initial: Reported by 31 October of each calendar year. Final CMR reporting shall be accomplished by 31 December.
UL Certifications 1.7.5 Provide Certification Documentation Provide to COR UL certification for current area and documentation to add to the Maryland area listing to current UL certification 10 days prior to period of performance start date.

End of Performance Work Statement

 

 

Response Date:
052617

Sol Number:
W56ZTN-17-R-0006

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy