93
AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect. 15A. NAME AND TITLE OF SIGNER (Type or print) 30-105-04 EXCEPTION TO SF 30 APPROVED BY OIRM 11-84 STANDARD FORM 30 (Rev. 10-83) Prescribed by GSA FAR (48 CFR) 53.243 Several changes have been made by this amendment in reponse to Projnet inquiries. Please review conformed copy of the final version of the solicitation. Most changes are highlighted in the conformed version of the solicitation but some things w ere deleted and are no longer part of this solicitation. All attachments and exhibits from section J have been removed and uploaded individually to FBO and they are still considered a part of this solicitation. Some of the attachments have been revised. The Offeror is responsible for reading the solicitation is its entirety w ith all attachments and exhibits that have been uploaded seperately. 1. CONTRACT ID CODE PAGE OF PAGES U 1 93 16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print) 16C. DATE SIGNED BY 12-Dec-2017 16B. UNITED STATES OF AMERICA 15C. DATE SIGNED 15B. CONTRACTOR/OFFEROR (Signature of Contracting Officer) (Signature of person authorized to sign) 8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X W912DY-16-R-0077 X 9B. DATED (SEE ITEM 11) 18-Sep-2017 10B. DATED (SEE ITEM 13) 9A. AMENDMENT OF SOLICITATION NO. 11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONS X The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, X is not extended. Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted; or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified. 12. ACCOUNTING AND APPROPRIATION DATA (If required) 13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS. IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14. A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A. B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B). C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF: D. OTHER (Specify type of modification and authority) E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office. 14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.) 10A. MOD. OF CONTRACT/ORDER NO. 0003 2. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable) 6. ISSUED BY 3. EFFECTIVE DATE 12-Dec-2017 CODE US ARMY ENGINEERING & SUPPORT CENTER HUNTSVILLE ENGINEERING & SUPPORT CENTER P.O. BOX 1600 HUNTSVILLE AL 35807-4301 W912DY 7. ADMINISTERED BY (If other than item 6) 4. REQUISITION/PURCHASE REQ. NO. CODE See Item 6 FACILITY CODE CODE EMAIL: TEL:

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT

Except as provided herein, all terms and conditions of the document referenced in Item 9A or 10A, as heretofore changed, remains unchanged and in full force and effect.

15A. NAME AND TITLE OF SIGNER (Type or print)

30-105-04EXCEPTION TO SF 30APPROVED BY OIRM 11-84

STANDARD FORM 30 (Rev. 10-83)Prescribed by GSAFAR (48 CFR) 53.243

Several changes have been made by this amendment in reponse to Projnet inquiries. Please review conformed copy of the f inal version of the solicitation. Most changes are highlighted in the conformed version of the solicitation but some things w ere deleted and are no longer part of this solicitation. All attachments and exhibits from section J have been removed and uploaded individually to FBO and they are still considered a part of this solicitation. Some of the attachments have been revised. The Offeror is responsible for reading the solicitation is its entirety w ith all attachments and exhibits that have been uploaded seperately.

1. CONTRACT ID CODE PAGE OF PAGES

U 1 93

16A. NAME AND TITLE OF CONTRACTING OFFICER (Type or print)

16C. DATE SIGNED

BY 12-Dec-2017

16B. UNITED STATES OF AMERICA15C. DATE SIGNED15B. CONTRACTOR/OFFEROR

(Signature of Contracting Officer)(Signature of person authorized to sign)

8. NAME AND ADDRESS OF CONTRACTOR (No., Street, County, State and Zip Code) X W912DY-16-R-0077

X 9B. DATED (SEE ITEM 11)18-Sep-2017

10B. DATED (SEE ITEM 13)

9A. AMENDMENT OF SOLICITATION NO.

11. THIS ITEM ONLY APPLIES TO AMENDMENTS OF SOLICITATIONSX The above numbered solicitation is amended as set forth in Item 14. The hour and date specified for receipt of Offer is extended, X is not extended.

Offer must acknowledge receipt of this amendment prior to the hour and date specified in the solicitation or as amended by one of the following methods: (a) By completing Items 8 and 15, and returning 1 copies of the amendment; (b) By acknowledging receipt of this amendment on each copy of the offer submitted;or (c) By separate letter or telegram which includes a reference to the solicitation and amendment numbers. FAILURE OF YOUR ACKNOWLEDGMENT TO BE RECEIVED AT THE PLACE DESIGNATED FOR THE RECEIPT OF OFFERS PRIOR TO THE HOUR AND DATE SPECIFIED MAY RESULT IN REJECTION OF YOUR OFFER. If by virtue of this amendment you desire to change an offer already submitted, such change may be made by telegram or letter, provided each telegram or letter makes reference to the solicitation and this amendment, and is received prior to the opening hour and date specified.

12. ACCOUNTING AND APPROPRIATION DATA (If required)

13. THIS ITEM APPLIES ONLY TO MODIFICATIONS OF CONTRACTS/ORDERS.IT MODIFIES THE CONTRACT/ORDER NO. AS DESCRIBED IN ITEM 14.

A. THIS CHANGE ORDER IS ISSUED PURSUANT TO: (Specify authority) THE CHANGES SET FORTH IN ITEM 14 ARE MADE IN THE CONTRACT ORDER NO. IN ITEM 10A.

B. THE ABOVE NUMBERED CONTRACT/ORDER IS MODIFIED TO REFLECT THE ADMINISTRATIVE CHANGES (such as changes in paying office, appropriation date, etc.) SET FORTH IN ITEM 14, PURSUANT TO THE AUTHORITY OF FAR 43.103(B).

C. THIS SUPPLEMENTAL AGREEMENT IS ENTERED INTO PURSUANT TO AUTHORITY OF:

D. OTHER (Specify type of modification and authority)

E. IMPORTANT: Contractor is not, is required to sign this document and return copies to the issuing office.

14. DESCRIPTION OF AMENDMENT/MODIFICATION (Organized by UCF section headings, including solicitation/contract subject matter where feasible.)

10A. MOD. OF CONTRACT/ORDER NO.

00032. AMENDMENT/MODIFICATION NO. 5. PROJECT NO.(If applicable)

6. ISSUED BY

3. EFFECTIVE DATE

12-Dec-2017CODE

US ARMY ENGINEERING & SUPPORT CENTERHUNTSVILLE ENGINEERING & SUPPORT CENTERP.O. BOX 1600HUNTSVILLE AL 35807-4301

W912DY 7. ADMINISTERED BY (If other than item 6)

4. REQUISITION/PURCHASE REQ. NO.

CODE

See Item 6

FACILITY CODECODE

EMAIL:TEL:

Page 2: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 2 of 93

SECTION SF 30 BLOCK 14 CONTINUATION PAGE SUMMARY OF CHANGES SECTION A - SOLICITATION/CONTRACT FORM The following have been modified: EXECUTIVE SUMMARY ALL ADMINISTRATION AND FUTURE TASK ORDERS UNDER THIS MATOC WILL BE ISSUED BY THE U.S. ARMY CORPS OF ENGINEERS, HUNTSVILLE CENTER (CEHNC). 1. The objective of this multiple-award Indefinite Delivery Indefinite Quantity (IDIQ) contract is to procure the services of Small Business firms to perform Military Munitions Response Program (MMRP) responses involving conventional munitions; Environmental Compliance and Remediation Services (ECRS); and Other Munitions-Related Services (OMRS), as necessary to enable lands and waters to be safely and efficiently used for their intended purpose. 2. A target multiple-award IDIQ contract pool consisting of a total of five (5) contractors is planned to result from this acquisition, however the government reserves the right to award more, less, or none at all. All services procured under this IDIQ will use a performance-based work statement at the task order level. The manner in which the requirements are to be accomplished will not be dictated to the IDIQ awardees. 3. The capacity for the multiple-award IDIQ contract pool is $400 Million. The total capacity amount will be shared among all awardees in the multiple-award pool. The IDIQ awardees will only compete among the other awardees in the pool for task order awards. 4. Task orders will be awarded against the basic IDIQ contracts using the fair opportunity procedures discussed in FAR 16.5 in addition to the competitive source selection procedures identified in Section 803 of Public Law 107-107 implemented in DFARS 216.505-70 and Public Law 110-181, Section 843. Each order exceeding $3,500.00 will be awarded on a competitive basis in accordance with FAR 16.505 and DFARS 216.505-70 (c), unless an exception described in FAR 16.505(b)(2) or DFARS 216.505-70(b)(1) applies. Task orders may be Firm-Fixed Price (FFP) or Cost Plus Fixed Fee (CPFF). Based on recent procurement experience, it is anticipated that approximately 85% of the task order efforts will be CPFF for work of an indefinite nature or to support an urgent need. Individual task orders may also contain a combination of FFP and CPFF; e.g., planning and characterization may be FFP while fieldwork may be CPFF. 5. The ordering period shall commence upon the date of award and may continue for a period of five years. This consists of a three-year base period with one (1), two-year option period; if the option is exercised. Labor rates may be escalated at the beginning of the option period (but See FAR 52.222-43 (b) for limitations) as provided in the schedule; however, the labor rates in effect at the time a task order is awarded will remain in effect through completion of the task order,

Page 3: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 3 of 93

unless modified due to an increase in the Department of Labor wage rates in accordance with FAR 52.222-43, FAR 52.222-44, and Chapter 7 of Engineer Pamphlet 1180-1-1. 6. The Government reserves the right to make staggered awards. Later awarded contracts will have an initial period of performance that will be less than the full three-year base period in duration and will end on the same date as all other contractors which receive a basic IDIQ award. The option period will be the same for all awardees, if exercised. If determined to be in the Government’s interest to hold discussions, discussions may be held with Offerors remaining in the competitive range after initial awards have been made to some Offerors. 7. When Request for Proposals (RFPs) for task order requirements are issued, offerors must provide sufficient detail with regard to labor categories and hours, material, and travel to allow an evaluation of the proposed cost. Travel costs shall not exceed the amounts allowed under the Joint Travel Regulation. Profit/fee is not allowable on travel costs. 8. For CPFF orders, all hours for direct labor shall be supported by individual daily job cards or time records signed by the individual thereof. 9. CEHNC is the Procurement Contracting Office and no other agency can make changes to the Base Contract. Other USACE offices, upon authorization from CEHNC, may issue task orders. CEHNC may also transfer task orders to other USACE offices for administration. Only a warranted Contracting Officer (either PCO or ACO) acting within their delegated limits has the authority to issue modifications or otherwise change the terms and conditions of this contract. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this contract you shall not proceed with the change and shall immediately notify the Contracting Officer. 10. The minimum guaranteed order for each awardee shall be $3,000.00 for the base period only. 11. THE FOLLOWING ELEMENTS OF [Name of Offeror] PROPOSAL SUBMITTED IN RESPONSE TO SOLICITATION W912DY-16-R-0077 ARE HEREBY INCORPORATED INTO THIS CONTRACT.

A. The rates proposed by the contractor in Attachment H are binding cost elements. These rates shall be maximum allowable rates for task orders issued during the ordering period of this contract. Thus the rates proposed on a task order may be less than those proposed in the contractor’s Attachment H of the IDIQ contract, but may not exceed the maximum rates included in the basic IDIQ contract award unless the applicable wage determination is higher than the contractor base rate in the contract. The Government may extend the ordering period in accordance with terms in FAR Clause 52.217-8, Option to Extend Services. The evaluated rates in effect during the base period or option period will remain in effect during any extension executed under the stated clause; not to exceed six months.

B. Technical Exhibit 6, “Key Subcontractors and Key Personnel”.

Page 4: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 4 of 93

SECTION C - DESCRIPTIONS AND SPECIFICATIONS The following have been modified: PERFORMANCE WORK STATEMENT

MILITARY MUNITIONS RESPONSE; ENVIRONMENTAL COMPLIANCE AND REMEDIATION SERVICES; AND OTHER MUNITIONS RELATED SERVICES

10 August 2017

Revision Date: 27 November 2017 Revision No.: 1

Revision 1 – Summary of changes to Section C released on 10 August 2017 (Changes are in Red, strikethrough and/or underlined) Section 1.3 – Reference to foreign jurisdictions has been deleted. Section 3.4 – Added definition for Advance Geophysical Classification. Section 3.4.9 – Deleted reference to surveys for CWA and BWA Section 3.4.10 – Corrected Polychlorinated Biphenyl acronym. Section 4.2 – Corrected qualifications reference. Section 5.4.7 – Added an alternative for Senior Geophysicist qualifications. Section 5.5 – Added new personnel qualifications. Section 5.8 – Added new personnel qualifications. Section 11.1.6 – CLINS have been amended.

1.0 OBJECTIVE. 1.1 The objective of this Multiple Award Task Order Contract (MATOC) is to procure the services of Small Business firms to perform Military Munitions Response Program (MMRP) responses involving conventional munitions; Environmental Compliance and Remediation Services (ECRS); and Other Munitions-Related Services (OMRS), as necessary to enable lands and waters to be safely and efficiently used for their intended purpose. 1.2 This work may occur at sites located throughout the United States, including Alaska and Hawaii, the U.S. territories, outlying areas as defined by FAR 2.101, and Territorial waters. The services provided under this contract will be used in support of various Department of Defense Commands and Installations and other federal agencies, where sponsored by an appropriate U.S. Government agency. 1.3 The shall safely locate; identify; recover, evaluate; assess; package; transport; manage; and make final disposition, as required, of Munitions and Explosives of Concern (MEC), and

Page 5: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 5 of 93

Hazardous, Toxic and Radioactive Waste (HTRW) at various currently and formerly used defense sites, property adjoining currently and formerly used defense sites, other federally controlled/owned sites.. Work performed under this contract may include project planning; assessments; inspections; surveys; investigations; studies, engineering evaluations; cost analyses; remedial or removal actions; spill response; sampling and analysis; engineering containment and filtration; recovery; storage; transportation; and disposal, as required, of MEC to include MC, HTRW; monitoring; data management; training; permitting; public involvement; and logistical; medical; and security support. In addition, for OMRS the work may also include anomaly avoidance, construction support, range clearance. Work efforts may consist of robotic technology where feasible and practical. 1.4 Specific services and task activities are listed in Paragraph 3. The description of work stated herein provides a general understanding of the Contractor functions to be performed; individual Task Orders will contain the specific performance-based requirements. 2.0 GENERAL. 2.1 The Contractor shall perform Environmental Compliance and Remediation Services to protect human health and the environment from risks associated with HTRW, MC, and other adverse environmental conditions, as well as MMRP/OMRS services to protect human health and the environment from hazards associated with military munitions. For the purposes of this contract the term “HTRW response” represents any and all work required under environmental compliance and remediation. The terms "Munitions or MC Response", "MEC, or MC operations", "Munitions Response activities", and "Munitions Response Sites (MRS)" generally apply to work performed under the Military Munitions Response Program (MMRP). The terms "other munitions related services (OMRS)", “other munitions related operations", "other munitions related activities", and "other munitions related sites" generally apply to non-MMRP work involving munitions. Specific services and task activities are listed in Paragraph 3. 2.2 Permits and Licenses. The Contractor shall obtain the permits and licenses necessary to conduct work required by this Contract including, but not necessarily limited to, environmental permits, building permits, well permits where required by regulation, licensed drillers, licenses to purchase explosives, and Department of Transportation (DOT) requirements for the transport of MEC, MC, and HTRW on public highways. The Contractor shall comply with all applicable Federal, State, and local laws and regulations, including TB 700-2, when transporting MEC and/or MPPEH. 2.3 Applicable Laws and Regulations. The Contractor shall perform this work in accordance with all applicable laws and regulations. The Contractor shall be responsible for acquiring the latest version of applicable regulatory or agency guidance, including but not limited to the referenced documents cited in this Solicitation and/or subsequent Task Orders issued after award of the Contract, unless otherwise specified. 2.4 Publications and References. All work under this contract shall be in accordance with the applicable publications and references in this Section C.

Page 6: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 6 of 93

2.5 Data Ownership and Data Rights. All reports and data whatsoever, including all electronic data and software, generated under this contract will be determined by negotiation IAW the DFARS. When submitting proposals, offerors shall identify IAW DFARS 252.227-7017 to the extent known all technical data or software that will be delivered with restrictions on its use, release, or disclosure. 2.6 Safety and Health Program. The Contractor shall develop and implement a written Safety and Health Program in accordance with guidelines specified in EM 385-1-1. The Contractor shall ensure that its Subcontractors, suppliers, and support personnel follow all safety and health provisions established in the approved Accident Prevention Plan (APP) for the site. A Site Safety and Health Plan (SSHP) shall be included in the APP as an Attachment. No work shall be undertaken at any project site by a Contractor without an approved APP/SSHP work plan. The Government reserves the right to stop work under this contract for any violations at no additional cost to the Government. The Government will verify that the Contractor has implemented corrective action before allowing continued performance under the contract. 2.6.1 Medical Surveillance. An ongoing medical surveillance program meeting the requirements of 29 CFR 1910.120 shall be developed for personnel performing onsite activities. 2.6.2 Personal Protective Equipment. A written Personal Protective Equipment (PPE) program is required IAW 29CFR1910.120 (g) (5), 29 CFR 1926.65(g)(5); as well as the respiratory protection requirements of 29 CFR 1910.134 and EM 385-1-1. When working with radioactive material, the respiratory protection requirements of 10 CFR 20 must be met. All employees working within a radiologically restricted area shall receive appropriate dosimetry monitoring for radiation exposure in accordance with EM 385-1-1. 2.7 Munitions with Unknown Liquid Filler. During conventional MEC or other munitions related operations, if the Contractor identifies or suspects an unknown liquid filled munition, the Contractor shall immediately withdraw upwind from the work area and contact the responsible Contracting Officer and the appropriate point of contact in their Work Plan (WP)/Accident Prevention Plan (APP). The Contractor shall secure the area and provide two personnel located upwind of the suspect unknown liquid filled munition to secure the site until relieved by the Department of the Army emergency response personnel. Additional support may be required by the emergency response personnel, e.g. construction of blast mitigation controls. 2.8 Improved Conventional Munitions. (ICM). Prior to entering areas/ranges contaminated with Improved Conventional Munitions (ICMs) or submunitions, a Department of the Army (DA) a Deviation Approval and Risk Acceptance Document (DARAD) in accordance with DA Pam 385-30 must be conducted by the Contractor and approved by the affected installation or for FUDS properties, the executing Corps district. If an ICM or submunitions is found at a site not previously known to contain ICMs or submunitions, work will cease the Contractor will contact the responsible Contracting Officer and the appropriate point of contact in their Work Plan (WP)/Accident Prevention Plan (APP). The Contractor shall secure the area and provide two personnel to secure the site until relieved by the Department of the Army emergency response personnel. Additional support may be required by the emergency response personnel, e.g., construction of blast mitigation controls.

Page 7: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 7 of 93

2.9 HTRW at MMRP/OMRS. During Munitions Responses or other munitions related operations, the Contractor may encounter HTRW material containers, landfills, Open Burning/Open Detonation (OB/OD) areas, ground spills, contaminated surface water, or contaminated groundwater. If suspected HTRW of unknown origin and nature is encountered, the Contractor shall immediately stop work in the affected area, and notify the responsible KO and the appropriate point of contact in their WP/APP. The Contractor shall take necessary actions to protect the safety of its workforce, the public, and the environment in close consultation with the Contracting Officer. 2.10 HTRW. Work performed at HTRW locations will generally follow the CERCLA process. However, some projects may follow the RCRA Corrective Action process for active installations. If disposal is required per the Task Order, the Contractor shall ensure that all hazardous waste is properly transported to and disposed of at a permitted Treatment Storage and Disposal Facility (TSDF) in compliance with all applicable International, Federal, State, and local requirements. 2.11 Laboratory Capabilities. 2.11.1 Laboratories must demonstrate compliance with the DoD Quality Systems Manual (DoD QSM) (latest version) through accreditation by the DoD Environmental Laboratory Accreditation Program (DoD ELAP) for all project-required parameters. A list of laboratories accredited under DoD ELAP can be found at the DoD ELAP Denix web site at http://www.denix.osd.mil/edqw/Accreditation/AccreditedLabs.cfm. The laboratory used shall have experience handling media potentially contaminated with munitions constituents and shall be identified early in the project planning (at the proposal stage). For additional details on laboratory requirements, see DID HNC-005.02. 2.11.2 Any laboratory performing chemical analysis must provide its DoD ELAP accreditation certificate and supporting documentation to the applicable Military Munitions Design Center (MM DC) in order to be approved by that MM DC. If the laboratory fails to meet project-specific requirements, the KO or Contracting Officer’s Representative (COR) may require the Contractor to stop using this laboratory and obtain analytical services from another qualified laboratory that can meet project-specific requirements. The contract laboratory may not subcontract analytical services to another laboratory without the approval of the Contracting Officer. The subcontracted laboratory must meet all requirements for the contract laboratory.

2.11.3 Geotechnical Testing Laboratories. Geotechnical testing shall be conducted in accordance with the requirements of ER 1110-1-8157, Geotechnical Data Quality Management for Hazardous Waste Remedial Activities, to include laboratory requirements specified in ASTM D-3740. The laboratory shall have experience performing physical testing of materials potentially contaminated with HTRW or MC. The types of laboratory services anticipated under this contract include, but are not limited to, mechanical analysis (sieve analysis), hydrometer analysis, Atterberg Limits, soils classifications, permeability, standard and modified proctor tests and relative density tests.

Page 8: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 8 of 93

2.11.4 Task Order proposals shall identify the primary laboratory and secondary laboratory (ies) to be used for geotechnical laboratories and laboratories performing chemical analysis. 2.12 Security. When work is performed at a military installation, the Contractor shall comply with all security requirements of that installation. In accordance with Engineering Regulation, ER 380-1-18 (http://www.publications.usace.army.mil/), Section 4, foreign nationals who work on USACE contracts or task orders shall be approved by the HQUSACE Foreign Disclosure Officer or higher before beginning work on the contract/task order. This regulation includes Subcontractor employees. The Contractor shall submit to the Contracting office the names of all foreign nationals proposed for performance under this contract/task order, along with documentation to verify that he/she was legally admitted into the United States and has authority to work in the U.S. Additional security requirements may apply such as those required to fulfill OPORD 2013-74 (Integrating Antiterrorism (AT) and Operations Security (OPSEC) into the USACE Acquisition Process) 2.13 Performance-Based Milestones/Objectives: The Government defines Performance Based Milestones/Objectives as the desired outcome(s) that have been defined in the Performance Work Statement in clear, simple, concise, results-oriented, measurable and legally enforceable terms. The Government defines the completion of a Performance Based Milestone/Objective as: an outcome that has been 100% completed and approved and accepted by the approval authority under the Task Order/Contract. Simply meeting the Milestone/Objective, (i.e., submittal of a document for review) is not the same as completion of the Milestone/Objective. Only upon the completion, approval, and acceptance will the Government pay for that Milestone/Objective. 2.14 A Performance Work Statement (PWS) for a Task Order will to every extent possible:

– Define desired results/outcomes. – Define what level of performance is expected (and ensure it is meaningful, measurable and fair) and use performance standards and Quality Assurance Surveillance Plans (QASP). – Provide all information known about the site(s), or where it can be located and accessed by the Contractor. – Define incentives and disincentives. – Define the terms using clear and concise language avoiding vague or broad statements.

3.0 SPECIFIC SERVICES. 3.1 Task Orders. Task Orders issued under this Contract may be Firm-Fixed Price and/or Cost-Reimbursable incorporating the Service Contract Labor Standards (formally known as the Service Contract Act) and/or the Construction Wage Rate Requirements (formally known as the Davis Bacon Act) Wage Determinations, as applicable, depending on the type of work being performed in each individual Task Order. For each Task Order under this contract, the Government will provide a PWS describing at a minimum the work required to be performed, performance metrics, schedule requirements, types and numbers of submittals, and places for review. The Contractor shall, upon award of a Task Order, supply all personnel, tools, equipment, communications, transportation, materials and supervision (except as otherwise noted) to integrate, manage, and execute all specified aspects of the Task Order. If Government

Page 9: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 9 of 93

Furnished Property (GFP) will be provided to or if property is acquired under a Cost-Reimbursable CLIN to/by the Contractor for use on individual task orders, and it is approved to do so IAW FAR 45.102 and DFARS PGI 245.103-70, the Contractor shall control, maintain, care for, and use Government Property in its possession or control from the time of receipt until properly relieved of responsibility IAW FAR and DFARS clauses outlined in the Contractors Property Management Control Plan. 3.2 Site Visit. 3.2.1 Pre-proposal. A site visit may be authorized by the KO to assist in the preparation of the Contractor’s proposal. Cost for this site visit will be at the Contractor’s own expense. The Government strongly encourages, but does not require, the Contractor to prepare an Abbreviated Accident Prevention Plan (AAPP) to ensure extra safety precautions are taken to avoid an accident. No intrusive activities shall be conducted during the site visit and site access restrictions may apply. 3.2.2 Post Task Order award. A site visit may be authorized by the KO to assist in the preparation of the initial Work Plan (WP) for field activities. Cost for this site visit will be covered under the Task Order. The Contractor shall prepare an (AAPP) and submit it to the responsible KO for acceptance before the site visit. The format of the AAPP shall comply with current USACE guidance. The Contractor will not conduct any intrusive activities during the site visit. 3.3 Work Plan. The Contractor shall prepare and submit, for KO acceptance, a WP/UFP-QAPP in accordance with DD Form 1423, EM 385-1-97, EM 200-1-15, DID HNC-001.02, or other guidance as specified by the KO, describing how the required effort will be accomplished. The Contractor may not mobilize to the site or begin working until the KO has accepted the WP and issued a Notice to Proceed (NTP). MEC-related operations may not begin until applicable explosives safety plans (e.g. Explosive Safety Submission (ESS), Explosive Siting Plan (ESP) have been approved. 3.4 Task Activities. Typical activities under Task Orders to this contract may include, but are not limited to: 3.4.0 Advanced Geophysical Classification. Advanced Geophysical Classification is a process for determining whether a buried metal object is a military munition. Analysts collect high-quality data on detected metallic objects buried in the ground and interpret this data with computer-based models to estimate the size, shape, and other physical attributes of the buried object. Analysts use this information to determine whether the buried object is likely a munition or harmless debris. 3.4.1Administrative and Permanent Record Files. Establish and maintain Administrative and Permanent Record files for projects in formats required in the project Task Order. 3.4.2 Air Monitoring. Conduct on-site work area and site perimeter air monitoring for protecting workers, visitors, public, and the environment.

Page 10: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 10 of 93

3.4.3 Anomaly Avoidance. Provide support to field operations as necessary to avoid buried anomalies and surface munitions. 3.4.4 Anomaly Investigation. Excavate and evaluate target anomalies to determine their identity, size, composition, depth, location and condition. 3.4.5 Antiterrorism Compliance. The Contractor shall ensure contracts comply with Integrating Antiterrorism (AT) and Operations Security (OPSEC) provisions of the FAR, DFARS, and USACE specific contracting policy guidance. 3.4.6 Blast-Effects Engineering Analysis. Perform complex engineering analyses of the effects of the overpressure, heat, fragmentation, and related factors resulting from detonations and implement effective mitigation measures. 3.4.7 Building Demolition. Conduct building demolitions incidental to building remediation and disposal. 3.4.8 Chemical Sampling and Analysis. Perform chemical sampling and analyses (both on-site and off-site) for MC, HTRW, and other target compound list chemicals as required. 3.4.9 Community Relations. Perform community relations actions to include but not limited to: restoration and advisory board support, public meeting support, community restoration planning, and other stakeholder forums that facilitate public involvement; perform educational awareness training; establish and maintain Administrative Records, prepare Community Relations Plans for various response, service and support activities. 3.4.10 Conduct hazardous building materials surveys. Conduct surveys for hazardous building materials to include but not limited to lead, asbestos andPCBs, analyze surveys to develop operation and maintenance report or remediation reports. Perform abatement with personnel certified in abatement when certification is required. 3.4.11 Construct/deploy and maintain waste incinerators. Construct/deploy and maintain short term waste incinerators for compliance/remediation response. 3.4.12 Construction Support. Provide support at construction sites to ensure safety of construction personnel to include but not limited to clearing anomalies prior to intrusive construction operations, visual surveillance and reconnaissance, performing demolition operations, etc. 3.4.13 Cost Analysis. Perform cost analyses for various responses, service and support activities. 3.4.14 Cost Engineering Support. Develop cost-to-complete estimates that support the environmental liability reporting for the Army Formerly Used Defense Sites (FUDS) program, the Army Installation Restoration Program and other USACE customers. Provide ancillary services such as review of cost estimating products, maintenance of the unit price book, review

Page 11: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 11 of 93

of Remedial Action Cost Engineering and Requirements (RACER) cost models and assemblies, and other related tasks. 3.4.15 Dig and Haul. Properly recover, treat, store, transport, and dispose of contaminated environmental media including dewatering design as needed. 3.4.16 Engineering Evaluations. Perform engineering evaluations for various responses, service and support activities. 3.4.17 Engineering Support or Design. Provide engineering support or design for various responses, service and support activities. 3.4.18 Environmental Assessment. Perform environmental assessments to assess potential impacts of and alternatives to federal action. 3.4.19 Environmental Impact Statement. Prepare Environmental Impact Statements to assess the potential impacts of and alternatives to federal actions. 3.4.20 Environmental Master Planning. Develop Environmental Master Plans for various responses, service and support activities. 3.4.21 Environmental Permits. Prepare or support the preparation of permits for operations. 3.4.22 Environmental Restoration. Environmental Restoration to include but not limited to: chemical treatment, neutralization, incineration, stabilization, fixation or encapsulation, bioremediation, extraction of water or soil gas. 3.4.23 Evacuations. Perform necessary coordination with property owners to evacuate the public from areas within exclusion zones during various responses, service and support activities as required. 3.4.24 Explosive Ordnance Support. Perform Explosive Ordnance operations to include but not limited to range maintenance and emergency response. 3.4.25 Field Reconnaissance. Verify or substantiate past usage of specific areas as well as presence of MEC, MC or HTRW by conducting field reconnaissance. 3.4.26 Feasibility Studies. Perform feasibility studies for various responses, service and support activities. 3.4.27 Geologic and Hydrogeologic Support. Provide geological and hydrogeological support, including but not limited to: the design, oversight, and installation of soil/rock borings, monitoring wells and/or extraction wells; the proper development and sampling of such wells; the analysis and interpretation of collected samples; the analysis of ground water flow; borehole or trench logging and sampling for geotechnical and chemical analysis; and the oversight and logging for the abandonment of wells.

Page 12: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 12 of 93

3.4.28 Geographic Information System. Develop Geographic Information System (GIS) databases; create and manage a computerized GIS for various responses, service and support activities. 3.4.29 Geophysical Surveys and Mapping. Perform digital and analog geophysical surveys using instruments capable of detecting, locating, and identifying underground features for various response, service and support activities. 3.4.30 Groundwater Wells. Perform design, drilling, installation and development of groundwater monitoring wells, production wells, extraction wells, piezometers or other instrumentation. 3.4.31 Historical Data Analysis. Conduct witness interviews, collect and analyze historical information such as photographs, records, data, and documents to identify past use of a site. 3.4.32 Hydrogeological Studies. Conduct hydrogeological field-testing and perform analyses and data interpretation. This may include aquifer testing by pumping or slug test methods. 3.4.33 Implement Green and Sustainable Remediation (GSR) Practices: The Contractor shall include process of considering, incorporating, documenting, and evaluating the benefits of green and sustainable remediation (GSR) practices Pursuant to the Department of Defense (DoD) Memorandum “Consideration of Green and Sustainable Remediation Practices in the Defense Environmental Restoration Program” (DoD, 2009), GSR employs strategies throughout the remedial process that:

• Use natural resources and energy efficiently; • Reduce negative impacts on the environment; • Minimize or eliminate pollution at its source; • Protect and benefit the community at large; and • Reduce waste to the greatest extent possible.

3.4.33 Innovative Technology. Investigate, develop, demonstrate, validate, and apply emerging technology tools, techniques, methodologies, and equipment for various responses, service and support activities. 3.4.34 Institutional Analysis. Identify and evaluate the local regulatory, demographic, and related factors that may affect, or be affected by the use and management of real property potentially containing or contaminated with HTRW, MEC, MC or other munitions. 3.4.35 Instructional Support. Provide instruction, training, and/or develop training materials and training aids, for various responses, services, and support activities otherwise within scope of this contract. 3.4.36 Landfill Liners and Covers. Design, construct, install and/or monitor temporary and permanent liners and covers for landfills.

Page 13: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 13 of 93

3.4.37 Logistical, Medical and Engineering Management. Provide logistical (e.g., food services, lodging, transportation, and other necessary equipment and supplies), medical and other services to sustain field operations for various response, service and support activities. 3.4.38 Long Term Management (LTM). Perform LTM activities to include 5-Year reviews. 3.4.39 MEC-related operations or other munitions related operations. Provide the necessary personnel and equipment for any operation with the purpose of intentional physical contact with MEC, MC, or other munitions. The procedures used during Munitions Response actions and other munitions related operations shall comply with those contained in Engineering Manual 385-1-97, the accepted WP, and approved explosives safety plans (ESS, ESP, CSS, CSP, IHFSP). If burning/detonating operations cannot be conducted on-site, the Contractor shall pack and transport all MEC and/or MPPEH to an approved storage or disposal area. If MEC or other munitions are encountered that cannot be moved due to its condition and the location prevents disposal in place, then the project’s USACE OE Safety Specialist or Range Control shall be notified. 3.4.40 Monitoring (Short and Long term). Monitor environmental treatment processes for various responses, service and support activities. These activities may include sampling and analysis of treatment process influent, effluent, and residuals; soil; air emissions; ground water; or other environmental media. Conduct studies to optimize the monitoring programs. 3.4.41 Operation and Maintenance (Short and Long term). Prepare operations and maintenance plans for on-going treatment operations/equipment. Operate and maintain environmental treatment processes for HTRW remediation, or Munitions Demilitarization projects. 3.4.42 Optimization of Remediation Systems. Provide independent and expert evaluation of remediation activities, treatment systems, monitoring programs to improve effectiveness, accelerate cleanup, and reduce future costs of remediation. 3.4.43 Potentially Responsible Party (PRP) Support. Provide technical review and assistance for PRP claims resolution for various responses, service and support activities. 3.4.44 Programmatic Studies and Documentation. Prepare programmatic studies, documentation, and technical guidance in support of USACE's management activities in support of various responses, service and support activities. 3.4.45 Range Clearance/Maintenance. Provide support at operational ranges as necessary to remove military munitions, munitions debris, and other range-related debris. 3.4.46 Remote Sensing. Collect and/or analyze remote sensing data (e.g., aerial and satellite imagery, hyperspectral data, LIDAR, or other stand-off sensors) to determine physical characteristics and/or current and past use of a site. 3.4.47 Risk Assessment. Perform quantitative and/or qualitative risk assessments and/or impact analyses and/or hazard assessment to support various response, service and support activities.

Page 14: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 14 of 93

3.4.48 Remedial Investigations. Perform remedial investigations to support various response, service and support activities. 3.4.49 Remedial and Removal Response Actions. Perform short-term, long-term, and permanent actions as necessary to achieve clean-up of media contaminated with materials including but not limited to ordnance scrap, ordnance firing systems, UXO, MEC, MC, HTRW, or other environmental contamination. Response actions may include sorting, sampling and analysis, decontamination, neutralization, recycling, consolidation, disposal, and removal of drums, tanks, structural and other materials. 3.4.50 Site Inspections. Perform site inspections for various responses, service and support activities. 3.4.51 Site Security. Provide site security to include but not limited to security plans, fencing, barriers, signage, intrusion detection systems, or guard service as required for various response, service and support activities. At a minimum, the Contractor shall maintain all areas to minimize the risk of injury or accident and prevent unauthorized access. When working at BRAC or active installations, there may be additional installation-specific security requirements that shall be followed. 3.4.52 Support Facilities. Install and operate support facilities (e.g., site project office, command post, decontamination facilities, roads, and utilities) and establish exclusion, contamination reduction, and support zones. The site project office shall include space for one or more Government representatives. The Contractor shall locate staging and demolition areas, subject to Government approval. 3.4.53 Surveying. Provide location surveys along with conventional and global positioning system (GPS) mapping to support various responses, service and support activities. 3.4.54 Technical Project Planning. Participate in and facilitate meetings with DoD personnel, regulatory agencies, restoration advisory boards, and other stakeholders to determine appropriate approaches to project implementation. 3.4.55 Treatability Studies. Perform laboratory, bench-scale, and field trials of approaches to optimize clean-up of contaminated media. 3.4.56 Waste Collection and Control. Provide process control (i.e. waste management from point of origin to controlled final disposition) for various waste streams to include but not limited to: lithium batteries, asbestos, waste oils, DFAC oils, antifreeze, hydrocarbon contaminated soils, and sewage sludge via standardized safe disposal practices, environmental laws, and regulations. 3.4.57 Water Treatment Plants/Pump and Treat. Design, permit, construct, upgrade, maintain, and/or operate facilities to remove contaminants from groundwater or surface water.

Page 15: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 15 of 93

3.5 Environmental and Munitions Center of Expertise (EM-CX) Support. Provide technical support to EM-CX staff technical disciplines such as environmental chemists, analytical chemists, health physicists, industrial hygienists, environmental risk assessors, geologists, geotechnical engineers, environmental engineers, process engineers, cost engineers, project managers, and other related disciplines. Support may include but is not limited to developing guidance (e.g. checklists, example reports and correspondence etc.) conduct desk audits, on-site laboratory inspections, conducting optimization studies, etc. 3.6 Other DoD and Federal Agencies Support. Provide MMRP, OMRS, and HTRW investigations, evaluations and response assistance on an as-needed basis to other DoD and Federal Agencies. Perform other MMRP, OMRS, and HTRW related work for foreign governments/agencies, where appropriately sponsored by DoD or other Federal Agency. 4.0 CONTRACT MANAGEMENT AND DELIVERABLES. 4.1 Program Management. The Contractor shall submit a Monthly Status Report each month for the duration of the task order in accordance with DD Form 1423 and DID HNC 009.01 4.2 Project Management. The Contractor shall execute each task under the direction of a Project Manager (PM), meeting the qualification requirements of paragraph 5.4.4. 4.3 Quality Management. The Contractor is responsible for the control of product quality and for offering to the Government for acceptance only those products/services that conform to the contractual requirements. Quality Assurance Projects Plans shall be prepared in accordance with EM 200-1-15. 4.4 Presentations and Meetings. The frequency and locations of presentations and meetings will be identified in each Task Order. 4.5 Contract Deliverables. Contract deliverables shall be prepared and submitted as required by individual Task Orders. 4.6 Logs, Reports, and Record keeping. The Contractor shall maintain safety inspection reports, accident/incident reports, medical certifications, training logs, monitoring results, QC records, etc. The Contractor shall maintain all exposure and medical monitoring records in accordance with OSHA Standard 29 CFR 1910 and 1926. 4.7 Review Comments. Various reviewers shall have the opportunity to review submittals made by the Contractor. The Contractor shall review all comments received and evaluate their appropriateness based upon their merit and the requirements of the individual Task Order. The Contractor shall provide written responses to all comments and incorporate comments as appropriate. The Contractor shall not non-concur with a comment without discussing with the Government and/or comment maker. Subsequent document submittals shall be provided in redline-strikeout text to facilitate comment back checking unless otherwise directed by the KO or PM.

Page 16: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 16 of 93

4.8 Telephone Conversations/Correspondence Records/Meeting Minutes. The Contractor shall keep a record of each phone conversation, written correspondence concerning the individual Task Order and meeting minutes in accordance with EM 200-1-15. A copy of these records shall be attached to the Project Status Report. 4.9 Project Status Reports. The Contractor shall prepare and submit Project Status Reports in accordance with DID HNC-009.01 HNC-010.01 and include any other items required in the individual Task Order. 4.10 Government Furnished Property and Services. 4.10.1. Government Property. If it has been deemed, and IAW 45.102 and DFARS PGI 245.103-70 that the Government will provide Government property for exclusive use by the Contractor as deemed appropriate for the Contractor to perform the requirements of each task order the Government makes no representation that the materials furnished by the Government are completely sufficient to accomplish the requirements of a particular task order. If property is provided the Contractor shall check the items for adequacy and accuracy prior to utilization. The Contractor is not authorized to distribute Government-supplied materials without the express approval of the Contracting Officer. 4.10.2 If the Contractor is provided Government property on a task order, upon completion or termination the Contractor shall return the Government property provided to them, with exception of dispositioned items for turn in to the Government in the same condition as received, less fair wear and tear. The Contractor shall be responsible for the cost of any repairs or replacement caused by the willful misconduct or lack of good faith on the part of the Contractor’s managerial personnel in accordance with FAR 52.245-1(h)(1)(ii). 4.10.3 The Contractor shall not use property provided by the Government for any purpose other than in the performance of this contract. 4.10.4 Inventory. Prior to the start of a task order a joint inventory shall be conducted between the Contractor and the Government for any Government property that may be provided. Both parties will determine the condition and serviceability of the property, once satisfied with the findings of the inventory the Contractor will sign for and assume stewardship responsibility for the Government Property provided to them via the Contracting Officer. The Contractor shall establish and implement a property management control plan, system, and procedures at the task order level to enable the outcomes set forth in FAR 52.245-1(f)(i) through (x). 4.11 Files. The Contractor shall maintain complete and accurate files of documentation, records, and reports required under the terms of the contract. The Contractor shall not allow access to the files by any Government agency, non-Government agency, or individual unless specifically authorized by the Contracting Officer or designated representative. Files shall be made available to the Contracting Officer or designated representative upon request. All files are the property of the Government and shall be turned over to the Contracting Officer or designated representative at the completion or termination of this contract. All briefings, reports, and other files produced

Page 17: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 17 of 93

by the Contractor for the Government under the terms of this contract shall be property of the Government. 5.0 PERSONNEL QUALIFICATIONS. 5.1 The qualifications of site personnel shall be as listed below for those categories that are included in the CLIN structure. The Contractor shall submit a Personnel Qualifications Certification Letter and maintain personnel résumés in accordance with EM 200-1-15. Also, the Contractor shall certify in writing to the KO that all personnel with access to Contractor acquired explosives are in compliance with 18 U.S.C. § 842. The Contractor shall not employ current Federal employees, military or civilian, in performance of any work under the contract without prior written approval of the Contracting Officer. Site personnel shall be required to update yearly their training and document the training received. 5.2 UXO Personnel shall meet the qualification requirements for the position as described in TP-18 (Reference 10.94). Contracting Officer approval is required prior to start of intrusive operations. 5.3 Exception to U.S. Citizenship Requirement. The Contractor may hire non-U.S. citizens to fill UXO personnel positions provided all of the following conditions are met: 5.3.1 The Contractor shall be prohibited from hiring any worker whose training does not qualify the worker for doing the job for which he/she is hired. The Contractor shall be required to provide a certification for each non-U.S. worker hired. The certification shall include a risk-based analysis of the work or activities to be performed and shall demonstrate that the proposed worker has received adequate training and experience to qualify him/her for the specific position. Completion of EOD training in foreign nations that is comparable to the U.S. EOD training shall be used to demonstrate the qualifications for proposed workers. The Contractor's certification shall be provided to the KO for approval. 5.3.2 The non-U.S. workers hired by Contractors must also meet other legal requirements for working in the U.S or in locations where work is being performed under this Contract. 5.3.3 The Contractor shall ensure that contract employees without a valid security clearance and non-U.S. citizens do not have access to the classified portions of the TM-60 publications. 5.4 Key Personnel. When required for the work effort, the following personnel will be designated as key personnel and shall meet the minimum qualifications listed for each labor category. These personnel shall be the Prime Contractor’s personnel and not subcontracted to a team member. 5.4.1 Program Manager. The Contractor shall designate a Program Manager, meeting the requirements of "Project Manager" in accordance with paragraph 5.4.4, for the overall contract that provides a single Point of Contact (POC) for the KO, provides programmatic reporting to USACE, and who can address overall management and contracting issues. This person shall

Page 18: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 18 of 93

have experience in managing all types of Environmental Remediation, to include HTRW soil and groundwater remediation as well as military munitions response actions, at a minimum. 5.4.2 Quality Managers. The Contractor may dual-hat the following key personnel: 5.4.2.1 Corporate Quality Manager. The Contractor shall designate a Corporate Quality Manager with documented training and with at least 3 years experience in directly related work, and who can address overall quality management, quality control/assurance, quality auditing, or process improvement. The Quality Manager assures overall quality of contract deliverables and general contract compliance. 5.4.2.2 Programmatic Quality Control Manager. The Programmatic Quality Control Manager shall meet the personnel qualification requirements and perform the roles and responsibilities of a Quality Assurance Manager as specified in Section 7 and 8 of the DoD Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing. 5.4.3 Safety and Health Professionals. In accordance with the US Army Corps of Engineers Safety and Health Requirements Manual (EM385-1-1, current version), a Safety and Health Manager (SHM) is required for all projects. The SHM shall be an employee of the prime and must able to address the overall health and safety issues at the site. The SHM, dependent upon the contaminant-related hazards on the project, shall be a Certified Industrial Hygienist (CIH), Certified Safety Professional (CSP) or Certified Health Physicist (CHP). If the project involves radioactive material, then the Contractor shall have a CHP assigned to the project, accessible to the field crew; but not necessarily required to be on-site. The SHM shall have a minimum of three (3) years of experience managing safety and occupational health at hazardous waste site cleanup (or radioactive waste sites, if necessary) operations. The SHM shall enlist the support of safety and occupational health professionals with appropriate education and experience when working on sites with multiple (chemical, safety, ionizing radiation) hazards. The SHM shall demonstrate the authority to shut down the site work if/when Health and Safety becomes an issue. The SHM shall have a working relationship with the SSHO/UXOSO so that the SSHO/UXOSO can readily access the SHM if any safety or health questions or concerns arise at the site. 5.4.4 Project Manager. The Contractor shall execute each task under the direction of a Project Manager (PM), who shall ensure that all work is accomplished with adequate internal controls. This individual shall have at least 3 years’ experience in general contract project management on programs similar in size and complexity to the effort described in the PWS. It is desired that the PM have a Project Management certification from a reputable institution, but it is not required. The PM shall serve as the Contractor's single POC for the Task Order. The PM shall implement procedures to eliminate conflicts, errors, and omissions and ensure the accuracy of all output. The PM shall maintain close communication and coordination with the USACE for the duration of the project, including monthly/weekly progress and cost reporting and periodic reports in accordance with DID HNC-009.01. 5.4.5 Scientist 3 - Senior Geologist/Hydrogeologist. This individual shall have, as a minimum, a bachelor's degree in Geology, Hydrogeology, or geological engineering and meet the other

Page 19: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 19 of 93

experience and education requirements as stated below in section 5.6.3. In addition, hydrogeologists shall have specific education, training, and experience appropriate in hydrogeology. 5.4.6 Engineer 3 – Environmental/Chemical Engineer - The Contractor shall utilize an Environmental Engineer for engineering efforts requiring this expertise. The Environmental Engineer shall have a college degree in Environmental Engineering or closely related Engineering Degree and meet the other experience and education requirements as stated below in Section 5.8.3. 5.4.7 Senior Geophysicist. This individual shall have a degree in geophysics, geology, geological engineering, or a closely related field, and shall have a minimum of 5 years of experience directly related to the geophysical mapping, detection and discrimination of buried military munitions. This individual has overall responsibility for design, implementation, and management of all geophysical investigations required for the work effort related to military munitions, but may not necessarily be on-site full time. This individual shall be the project geophysicist-of-record. Alternatively, the Senior Geophysicist must have a degree, approval as a technical assessor for the DAGCAP (AGC accreditation) programand equivalent demonstrated proficiency with advanced geophysical methods and concepts related to munitions response, and posses 10 years of directly related UXO geophysical experience. To assure credit for experience provide the letter from USACE proponents (including DAGCAP accreditation) with the resume. 5.4.8 Senior UXO Supervisor (SUXOS). This individual shall meet the qualifications, and perform the functions, as described in TP 18. 5.4.9 Senior Contracts Manager. This individual shall have experience in Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF), contracts and should have a minimum of 10 years of federal contracting experience (either working with the Government or for a DoD Contractor). 5.4.10 Contractor Project Chemist – This individual shall meet the more stringent of the requirements listed in Section 8.2.5.1.1. of EM 200-1-15 and in Section 7 and 8 of the DoD Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing. The Contractor project chemist roles and responsibilities shall be as described in those sections. 5.4.11 UXO Safety Officer (UXOSO). This individual shall meet the qualifications, and perform the functions, as described in TP 18. 5.5 Other Labor Categories. The following labor categories may be required for the work effort, as described in each specific Task Order. 5.5.1 UXO Technician I. This individual shall meet the qualifications, and perform the functions, as described in TP 18. 5.5.2 UXO Technician II. This individual shall meet the qualifications, and perform the functions, as described in TP 18.

Page 20: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 20 of 93

5.5.3 UXO Technician III. This individual shall meet the qualifications, and perform the functions, as described in TP 18. 5.5.4 UXO Quality Control Specialist (UXOQCS). This individual shall meet the qualifications, and perform the functions, as described in TP 18. 5.5.5 UXO Sweep Personnel. UXO Sweep personnel assist UXO Technicians and supervisory personnel in the clearance of MEC, operating only under the direct supervision of a qualified UXO Technician III. This position requires site and job specific Contractor training (which may include ordnance recognition, safety precautions, donning and doffing personnel protective equipment, etc.) but does not require UXO Technician qualifications. UXO Sweep Personnel conduct visual and/or instrumented MEC search activities in the field; perform field maintenance on military and civilian magnetometers; operate ordnance detection instruments and other similar equipment to include digital geophysical mapping instruments; and remove munitions debris after such items have been certified/verified safe for handling by a qualified UXO Technician. UXO Sweep Personnel shall not excavate anomalies or handle MEC. UXO Sweep Personnel shall not be involved in the execution of explosives operations. 5.5.6 Transportation and Disposal Coordinator: Transportation and Disposal Coordinator (TDC) shall serve as the single point of contact for all environmental transportation matters and shall have overall responsibility for total environmental compliance related to transportation including, but not limited to, determination of proper shipping names; identification of marking, labeling, packaging and placarding requirements; completion of waste profiles, hazardous waste manifests, PCB manifests, bills of lading, exception and discrepancy reports; and reports; and all other environmental documentation. The TDC shall have, at a minimum, one year of specialized experience in the management and transportation of hazardous waste and have been Department of Transportation certified under 49 CFR 172, Subpart H. 5.5.7 Hazardous Materials Transportation Specialist. Hazardous Materials Transport Specialist shall serve as the point of contact for International Air Transport Association (IATA) Dangerous Goods Regulations (DGR), International Maritime Dangerous Goods (IMDG) Code and Department of Transportation requirements for the shipment of hazardous materials. The HMTS shall have, at a minimum, one year of specialized experience in the management and transportation of hazardous waste and have been Department of Transportation certified under 49 CFR 172, Subpart H. Training requirements may be project specific but will model training on : Air § 175.20, Vessel § 176.13 and Highway §§ 177.800, 177.816, IATA and IMDG. 5.5.8 Program Property Manager. Program Property Manager. The Contractor shall designate a Program Property Manager who shall, in conjunction with designated Government representatives, be required to maintain up-to-date Government property records and inventory of property for all Government Property (GP), and Contractor Acquired Property (CAP). The Contractor’s Program Property Manager shall maintain accounting documentation regarding the issuance of GP/CAP to all Contractor employees or Subcontractors in accordance with (IAW) FAR Clause 52.245-1. The Contractor’s Program Property Manager shall coordinate with other program Contractor property personnel, and designated Government representatives, as applicable, regarding the management and accounting of GP/CAP. The Contractor’s Program

Page 21: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 21 of 93

Property Manager shall at a minimum be Certified Professional Property Administrator (CPPA) but the Certified Professional Property Manager (CPPM) is preferred. Must have 3-5 years of property management experience on US Government projects, and a familiarity with asset management software for property and materials). 5.5.9 Regulatory Specialist. The Regulatory Specialist is responsible for assuring regulatory compliance is achieved for all environmental related activities in the task order. The project Regulatory Specialist should have professional knowledge of, thorough understanding of and applied practical experience of environmental regulations with respect to RCRA, CERCLA, the Hazardous Materials Conservation Act, the Superfund Amendments & Reauthorization Act (SARA), the Toxic Substances Control Act (TOSCA), the Clean Air Act, the Clean Water Act, DOT regulations, etc., and implementing federal, state and local regulations and their application to the projects.

• The individual proposed as the Regulatory Specialist shall have a college degree in physical, natural or environmental sciences, engineering from an accredited 4-year program.

• The individual proposed as the Regulatory Specialist shall be a current Certified Hazardous Materials Manager (CHMM).

• The individual proposed as the Regulatory Specialist should have a minimum of five (5) years of professional experience related to ERS

• The individual proposed as the Regulatory Specialist should have a minimum of three (3) years specialized experience in the accumulation, manifesting and shipment of wastes.

The Regulatory Specialist shall demonstrate the completion of HAZWOPER training and other applicable training (as required to maintain compliance) and will be required to maintain/refresh training during the life of the contract in accordance with the regulations. 5.5.10 Community Relations Specialist. The Community Relations Specialist shall have at a minimum 1 year of experience in preparing community relations plans and facilitating activities. 5.6 Qualifications of Scientific and Engineering Staff. The Contractor shall utilize only personnel who meet or exceed the following minimum qualifications on projects that will be executed under this Contract. The Contracting Officer may request the résumés of any of these personnel to verify that they meet the minimum requirements set forth in this Section C before Task Order award. Résumés of some personnel are required to be submitted when submitting a proposal for an individual Task Order. 5.6.1 Scientist 1 – General: This individual shall have as a minimum a Bachelor of Science or Art in the specified scientific field. 5.6.2 Scientist 2 – General: This individual shall have as a minimum a Bachelor of Science or Art in the specified scientific field with at least three (3) years of experience in their area of professional expertise.

Page 22: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 22 of 93

5.6.3 Scientist 3 – General: This individual shall have as a minimum a Bachelor of Science or Art in the specified scientific field with at least seven (7) years of experience their area of professional expertise. In addition, at level 3, Professional Registration is required for geologists and hydrogeologists. 5.7 Specific scientific disciplines include but are not limited to: 5.7.1 Biologist. This individual shall have, as a minimum, a bachelor's degree in Biology or closely related field and meet the other experience and education requirements as stated above. 5.7.2 Chemist. This individual shall have, as a minimum, a bachelor's degree in Chemistry or closely related field and meet the other experience and education requirements as stated above. The Contractor shall utilize Chemists who shall ensure that all chemistry related goals of the Task Order are attained. The Chemists should have general knowledge of remedial process chemistry, fate and transport of organic, inorganic, and radiological contamination in environmental matrices. The Chemists will be required to have advanced expertise in chemical data quality management of environmental analytical data. The Chemists shall conduct or oversee all on-site analytical testing including field-screening tests. The Chemists shall review all off-site Contractor analytical testing, and coordinate Government Quality Assurance testing that verifies the Contractor chemical data. The Chemists shall review and verify all chemical data for hazardous waste manifests. The Chemists shall also prepare all data validation reports or review for accuracy all data validation reports prepared by Subcontractors. 5.7.3 Geologist/Hydrogeologist. This individual shall have, as a minimum, a bachelor's degree in Geology, Hydrogeology, or geological engineering and meet the other experience and education requirements as stated above. In addition, hydrogeologists shall have specific education, training, and experience appropriate in hydrogeology. 5.7.4 Geophysicist. This individual shall have a degree in geophysics, geology, geological engineering, or a closely related field and meet the other experience and education requirements as stated above. Geophysicists shall have specific education, training, and experience appropriate in any geophysical investigations managed. This individual is responsible for day-to-day operations of the site geophysical investigations. 5.7.5 Certified Industrial Hygienist (CIH). This individual shall meet the Office of Personnel Management Standards for the Industrial Hygiene Series GS-690 and is certified by the American Board of Industrial Hygiene with at least 3 years hazardous waste site operations experience. Board certification or eligibility shall be documented by written confirmation by the American Board of Industrial Hygiene (ABIH). Military personnel must be identified as being a qualified Industrial Hygienist by the Surgeon General and be certified by the American Board of Industrial Hygiene. 5.7.6 Certified Safety Professional. This individual shall meet the Office of Personnel Management Standards for the Safety and Occupational Health Specialist/Manager Series GS-018 or Safety Engineer Series GS 803 and be certified by the Board of Certified Safety Professionals or be a Registered Professional Engineer, with at least 3 years experience in

Page 23: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 23 of 93

hazardous waste operations. The Certified Safety Professional, by virtue of his/her education, special studies, and training, shall demonstrate competence in the practice of safety and occupational health. 5.7.7 Certified Health Physicist (CHP). This individual shall meet the Office of Personnel Management Standards for the Health Physicist Series, GS-1306 and be certified by the American Board of Health Physicists with at least 3 years experience in hazardous waste operations. The CHP, by virtue of his/her education, special studies, and training, shall demonstrate competence in the practice of Health Physics. 5.7.8 Geographic Information Systems (GIS) Manager. This individual shall have a minimum of 3 years of direct experience managing computerized GIS such as Microstation, ESRI, Arc/Info, or ArcView. Operation and management of site specific GIS, based on USACE hardware and software standards may be a major element of this project. 5.7.9 Industrial Hygienist (IH). This individual shall meet the Office of Personnel Management Standard for the Industrial Hygiene Series GS-690 in accordance with at least one of the following criteria: a minimum of 3 years experience in HTRW work (not certified by the American Board of Industrial Hygiene); certified by the American Board of Industrial Hygiene with a minimum of one year experience in HTRW work; or former military personnel identified as being a qualified IH by their service’s Surgeon General and having 3 years experience in HTRW work. In addition, it is expected that the IH, by virtue of his/her education, special studies, and training, have acquired competence in the practice of Industrial Hygiene. 5.7.10 Risk Assessor. This individual shall have, as a minimum, a Bachelor’s degree in chemistry, biology, or toxicology (or a closely related field) and at least 5 years of directly related environmental risk assessment experience. 5.7.11 Site Safety and Health Officer (SSHO). The SSHO is required at cleanup operations other than MMRP sites. The SSHO shall have a minimum of one (1) year of experience implementing safety and occupational health procedures at cleanup operations. The SSHO shall have training and experience to conduct exposure monitoring/air sampling and select/adjust protective equipment use. The SSHO shall demonstrate the authority to shut down the site work if/when Health and Safety becomes an issue. 5.7.12 Other scientific disciplines as determined on a Task Order basis. 5.8 Specific engineering disciplines include but are not limited to: 5.8.1 Engineers 5.8.1.1 Engineer 1 – General: This individual shall have as a minimum an education in the specified engineering discipline.

Page 24: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 24 of 93

5.8.1.2 Engineer 2 – General: This individual shall have as a minimum an education in the specified engineering discipline with at least three (3) years of experience in their area of professional expertise, and professional registration in the specified discipline.

5.8.1.3 Engineer 3 – General: This individual shall have as a minimum an education in the specified engineering discipline with at least seven (7) years of experience in their area of expertise, and professional registration in the specified discipline. 5.8.2 Engineering Technicians 5.8.2.1 Engineering Technician 1 - General: Successful completion of l year of post-secondary study that included at least 6 semester hours in any combination of courses such as engineering, engineering or industrial technology, construction, physics, drafting, surveying, physical science, or mathematics.

5.8.2.2 Engineering Technician 2 - General: Successful completion of 2 years of post-secondary study that included at least 12 semester hours in any combination of courses such as those shown above for GS-3 (or equivalent). At least 3 of the 12 semester hours must have been in drafting if the position has been designated by a drafting area of specialization. 5.8.2.3 Engineering Technician 3 - General: Successful completion of a full 4-year course of study leading to a bachelor's degree (a) with major study in an appropriate field of engineering, construction, or industrial technology; or (b) that included at least 24 semester hours in any combination of courses such as those shown above for GS-3 (or equivalent). At least 6 of the 24 semester hours must have been in drafting if the position has been designated by a drafting area of specialization.

5.8.3 Specific engineering disciplines include:

5.8.3.1 Chemical Engineer - The Contractor shall utilize a Chemical Engineer for engineering efforts requiring this expertise. The Chemical Engineer shall have a college degree in Chemical Engineering and meet the other experience and education requirements as stated above 5.8.3.2 Structural Engineer - The Contractor shall utilize a Structural Engineer for engineering efforts requiring this expertise. The Structural Engineer shall have a college degree in Civil Engineering with structural emphasis or Structural Engineering and meet the other experience and education requirements as stated above 5.8.3.3 Electrical Engineer - The Contractor shall utilize an Electrical Engineer for engineering efforts requiring this expertise. The Electrical Engineer shall have a college degree in Electrical Engineering and meet the other experience and education requirements as stated above. 5.8.3.4 Environmental Engineer - The Contractor shall utilize an Environmental Engineer for engineering efforts requiring this expertise. The Environmental Engineer shall have a college

Page 25: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 25 of 93

degree in Environmental Engineering or closely related Engineering Degree and meet the other experience and education requirements as stated above. 5.8.3.5 Geotechnical Engineer - The Contractor shall utilize a Geotechnical Engineer for engineering efforts requiring this expertise. The Geotechnical Engineer shall have a college degree in civil engineering (soil mechanics, materials or related specialty), geological engineering, or closely related Engineering Degree and meet the other experience and education requirements as stated above 5.8.3.6 Safety Engineer - The Contractor shall utilize a Safety Engineer for engineering efforts requiring this expertise and meet the other experience and education requirements as stated above. This individual shall meet the Office of Personnel Management Standards for a Safety Engineer Series GS-803 or be certified by the Board of Certified Safety Professionals. 5.8.3.7 Civil Engineer - The Contractor shall utilize a Civil Engineer for engineering efforts requiring this expertise. The Civil Engineer shall have a college degree in Civil Engineering and meet the other experience and education requirements as stated above. 5.8.3.8 Surveyor. The Contractor shall utilize a Surveyor for location and mapping efforts requiring this expertise. This individual shall be a licensed Land Surveyor (may be called Professional Land Surveyor (PLS) or Registered Land Surveyor (RLS) depending on the state where registered). He/she oversees the survey party and is responsible for all survey work performed under his/her direction, to include checking final field notes for clarity and accuracy and preparing plats and maps. 5.8.3.9 Other engineering disciplines as determined on a Task Order basis. 5.9 Trainers. The Contractor shall utilize professional trainers who are experienced in the field in which they are providing training classes. Experience must meet or exceed the minimum training/experience requirements for the highest level of professional or academic attainment in the subject discipline as described in this Basic Contract or as described in the Task Order. 5.10 Other Personnel Matters 5.10.1 Government Employees and Conflict of Interest. The Contractor shall not employ, hire, or contract with employees of the United States Government or the Department of Defense, either military or civilian, if such employment would create a conflict of interest. Federal employees, military or civilian, shall not be employed by the Contractor in performance of any work under the contract; i.e., during off duty hours, regular hours, or while on annual leave. 5.10.2 Conduct of Personnel. The Contracting Officer, or designated representative, may require the Contractor to remove from the job site any employee working under this contract for reasons of misconduct or security violations, or found to be or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to expulsion from the premises upon determination by the Contracting Officer that such action is in the best interests of the Government. Such removal from the job site or expulsion from the

Page 26: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 26 of 93

premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this contract. 6.0 PERFORMANCE METRICS AND QUALITY ASSURANCE. 6.1 The performance evaluation of the Contractor shall be based on certain performance metrics. The metrics include quality, schedule, cost control, business relations, management of personnel, and safety. The government will normally perform evaluations at least on a per Task Order basis and annually. The government will issue appraisals to support exercising subsequent option periods using AFARS 42.15 and ER 715-1-19. The Contractor will be allowed to provide input to specific performance metrics on a Task Order basis. However, the Government will make the final determination of specific performance metrics. Some performance metrics may include but are not limited to the following: 6.2 Contract Level 6.2.1 Client Satisfaction and Quality Review: Data will be collected on an annual basis that illustrates the degree of satisfaction of the MMRP and HTRW clients with overall performance of the work as well as the quality of services performed. 6.2.1.1 Metric: Client satisfaction and quality rating 6.2.1.2 Target/Goal: 80% of comments express overall satisfaction. 6.2.1.3 Measurement: Feedback may be obtained via CEHNC customer satisfaction survey. 6.2.1.4 Incentive/Disincentive: A Contractor not receiving satisfactory appraisals may be in danger of not having its option period exercised, and/or an adverse past performance report may be issued. 6.2.2 Performance Over All Task Orders Awarded: Data will be collected on an annual basis that illustrates the degree of satisfaction of the MMRP and HTRW project managers for overall acceptance for deliverables submitted as part of all task orders awarded to a particular Contractor. Documentation is critical to the completion of a successful project and shows competency to our stakeholders (customers, regulatory agencies, etc.). 6.2.2.1 Metric: Quality of Final Deliverables 6.2.2.2 Target/Goal: 80% of all final deliverables received are accepted within 2 submissions. 6.2.2.3 Measurement: Feedback may be obtained via CEHNC customer satisfaction survey, COR records 6.2.2.4 Incentive/Disincentive: A Contractor not receiving satisfactory appraisals may be in danger of not having its option period exercised, and/or an adverse past performance report may be issued.

Page 27: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 27 of 93

6.2.3 Key Personnel: The Contractor’s performance in selecting, retaining, supporting, and replacing, when necessary, key personnel. 6.2.3.1 Metric: Management of Key Personnel 6.2.3.2 Target/Goal: Contractor submits 100% of all key personnel changes to the KO for approval before changes made at the Contract and/or Task Order level. Key personnel are not routinely changed (more than 2 times) on one or more projects (or more than 3 times for key personnel overseeing base contract requirements over the life of the contract). 6.2.3.3 Measurement: No notices of not complying with the requirement of having approval for key personnel. Key personnel are not routinely changed (more than 2 times) on one or more projects (or more than 3 times for key personnel overseeing base contract requirements over the life of the contract – Program Manager, Property Manager, Contracts Manager, Corporate Quality Manager, and Corporate Health and Safety Officer) due to the inability of the Contractor to retain employees or hire competent employees for those key position. 6.2.3.4 Incentive/Disincentive: The Contractor may be in danger of not having its option period exercised due to potential internal management problems which could affect performance or project execution, and/or an adverse past performance report may be issued. 6.3 Task Order Level 6.3.1 Safety: Data will be collected on an annual basis that captures the number of safety deficiencies. 6.3.1.1 Metric: Maintain high safety standards 6.3.1.2 Target/Goal: Zero Class A Safety violations (Continental United States Only) where the Contractor is determined at fault 6.3.1.3 Measurement: Submission of accident reports, adverse safety inspection reports, and similar documents. 6.3.1.4 Incentive/Disincentive: Issuance of a cure notice and possible termination of task order or contract for continuous or uncorrected safety violations, and/or adverse past performance reports may be issued, and/or the Contractor may be in danger of not having its option period exercised. 6.3.2 Performance: Data will be collected on at least an annual basis that captures the number of Corrective Action Reports (CARs) given to the Contractor. 6.3.2.1 Metric: Compliance with PWS and referenced applicable regulations 6.3.2.2 Target/Goal: No more than 5 CARs received by the Contractor within a given task order

Page 28: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 28 of 93

6.3.2.3 Measurement: Submission of CARs, failure to deliver acceptable product or service in accordance with Performance-Based Milestones/Objectives. 6.3.2.4 Incentive/Disincentive: Issuance of a cure notice and possible termination of task order or contract for continuous or uncorrected performance deficiencies, or for failure to complete Performance-Based Milestones/Objectives, and/or an adverse past performance report may be issued, and/or the Contractor may be in danger of not having its option period exercised. 6.4 Additional metrics that may be needed to monitor the Contractor’s performance and quality of services provided will be determined on a task order by task order basis and identified clearly in the QASP and PRS for that task order. The Contractor will be allowed to provide input to specific performance metrics on a task order basis before finalization of the QASP and PRS. However, the Government will make the final determination of specific performance metrics. These metrics may include, but are not limited to: 6.4.1 Quality of Deliverables or Service: The Contractor’s conformance to contract requirements, specifications, and standards of good workmanship (e.g. commonly accepted technical, professional, environmental, or safety and health standards). 6.4.1.1 Target/Goal – 80% of written plans and reports are accepted within 2 submissions and remedial actions are accepted without rework required. 6.4.2 Schedule: The timeliness of the Contractor against the completion of the contract, task orders, milestones, delivery schedules, and administrative requirements (e.g. efforts that contribute to or affect the schedule variance); and the Contractor’s ability to adhere to the required delivery schedule. This element applies to contract closeout activities as well as contract performance. Instances of adverse actions such as the assessment of liquidated damages or issuance of Cure Notices, Show Cause Notices, and Delinquency Notices are indicators of problems that may have resulted in variance to the contract schedule and should, therefore, be noted in the evaluation of the metric. 6.4.2.1 Target/Goal – 90% of all task order deliverables are completed within the Contractor’s proposed schedule. 6.4.3 Cost Control: (Not required for FFP). The Contractor’s effectiveness in forecasting, managing, and controlling contract cost. 6.4.3.1 Target/Goal – 90% of all CPFF tasks will be completed within the negotiated price for all items within the Contractor’s control. 6.4.4 Business Relations: The integration and coordination of all activity needed to execute the contract, specifically the timeliness, completeness and quality of problem identification, corrective action plans, proposal submittals, the Contractor’s history of reasonable and cooperative behavior (to include timely identification of issues in controversy), customer satisfaction, timely award and management of subcontracts.

Page 29: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 29 of 93

6.4.4.1 Target/Goal: 90% of feedback from customers, public, or stakeholders is satisfactory or above. 6.4.5 Other Areas: Additional evaluation areas that are unique to the contract will also be captured in the annual rating. 6.5 Quality Assurance. According to the Inspection of Services clause (FAR 52.246-4 and or FAR 52.246-5), the Government will evaluate the Contractor’s performance under this contract. For those tasks listed on the PRS (Technical Exhibit 1), the contracting officer’s representative (COR) or evaluators will follow the methods of surveillance specified in this contract. Government personnel will record all surveillance observations. When an observation indicated defective performance, the COR will require the contract manager or representative at the site to initial the observation. The initialing of the observation does not necessarily constitute concurrence with the observation, only acknowledgement that he or she has been made aware of the defective performance. Government surveillance of tasks not listed in the PRS or by methods other than those listed in the PRS (such as provided for by the Inspection of Services clauses) may occur during the performance period of this contract. Such surveillance will be done according to standard inspection procedures or other contract provisions. Any action taken by the contracting officer as a result of surveillance will be in accordance with the terms of this contract. 6.6 Performance Evaluation Meetings. The contracting officer may require the contract manager to meet with the contracting officer, contract administrator, COR and other Government personnel as deemed necessary. The Contractor may request a meeting with the contracting officer when he or she believes such a meeting is necessary. Written minutes of any such meetings must be recorded in the contract administration file and signed by the contract manager and the contracting officer or contract administrator. If the Contractor does not concur with any portion of the minutes, such nonconcurrence must be provided in writing to the contracting officer within 15 calendar days following receipt of the minutes. 7.0 DATA ITEM DESCRIPTIONS. The following Data Item Descriptions are part of this Contract. A modification to the contract will be made if new DIDs are created or revised during the period of this contract. The new DIDs will be provided to the Contractors. It is up to the Contractor to verify the DIDs in use at the time of task order award. TABLE 7.0 DATA ITEM DESCRIPTION INDEX Number Title HNC-001.02 Project Planning Documents HNC-002.01 Accident Prevention Plan for CWM (Not Used for this

Contract) HNC-003.02 Geophysics HNC-004.01 Hydrography

Page 30: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 30 of 93

Number Title HNC-005.02 Munitions Constituents Chemical Data Quality

Deliverables HNC-006.02 Geospatial Information and Electronic Submittals HNC-007.03 CERCLA Documents and Reports HNC-008.01 Mishap Reporting & Investigation HNC-009.01 Periodic Status Reports HNC-010.01 Institutional Analysis, Land Use Controls Alternatives

Analysis and Land Use Controls Plan HNC-011.02 Site Specific Final Report HNC-012.01 Project Management Plan 8.0 PUBLIC AFFAIRS. 8.1 Disclosure of Information. The Contractor may require access to data and information proprietary to a Government agency, another Government Contractor, or of such nature that its dissemination or use, other than as specified in this contract, would be adverse to the interests of the Government or others. Neither the Contractor, nor Contractor personnel shall divulge or release data or information developed or obtained under performance of this contract, except to authorized Government personnel or upon written approval of the Contracting Officer or designated representative. The Contractor shall not use, disclose, or reproduce proprietary information bearing a restrictive legend, other than as specified in the contract or applicable task order. The Contractor shall not release any information on any part of the subject matter of this contract, or any phase of any program hereunder, without the prior written approval of the Contracting Officer or designated representative. 8.2 The Contractor shall not release information regarding individuals without prior authority of the Contracting Officer or designated representative. Any documentation showing individuals’ names or other personal information will be controlled and protected. The provisions of the Privacy Act of 1974, 5 U.S.C., Section 552a, and the Freedom of Information Act, 5 U.S.C. 552b, should be considered. 8.3 Disclosure of information regarding operations and services of the activity to persons not entitled to receive it, or failure to safeguard any classified information that may come to the Contractor (or any persons under the Contractor’s control) in connection with work under this contract, may subject the Contractor, Contractor’s agent, or employees to criminal liability under Title 18, Sections 793 and 798 of the United States Code. Neither the Contractor nor the Contractor’s employees shall disclose or cause to be disseminated any information concerning the operations of the activity that could result in, or increase the likelihood of, the possibility of a breach of the activities’ security or interrupt the continuity of operations. 8.4 The Contractor shall direct to the Contracting Officer or designated representative, all inquiries, comments, or complaints arising from matters observed, experienced, or learned as a

Page 31: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 31 of 93

result of, or in connection with the performance of this contract, the resolution of which may require the dissemination of official information. 9.0 DEFINITIONS 9.1 Advanced Classification. Using advanced Electro-Magnetic Induction (EMI) geophysical sensors to classify anomalies into Targets of Interest (TOI) and non-Targets of Interest. 9.2 Anomaly. A subsurface feature detected by a digital or analog geophysical instrument. 9.3 Biological Waste and Biological Warfare Materiel (BWM) as defined in 42 CFR Part 73, 7 CFR Part 331 and 9 CFR Part 121. 9.4 Chemical Agent. A chemical agent listed in AR 50-6 that is intended for use in military operations to kill, seriously injure, or incapacitate a person through its physiological properties. Excluded from consideration are industrial chemicals, riot control agents, chemical herbicides, smoke, and flame.

9.5 Chemical, Biological, Radiological, Nuclear, and Explosives (CBRNE) Analytical and Remediation Activity (CARA) CARA is manned with specially trained personnel that provide verification, sampling, detection, mitigation, render safe, decontamination, packaging, escort and remediation of CWM, biological warfare materiel’s (BWM) and industrial chemical filled munitions that are considered CWM. 9.6 Chemical Warfare Materiel (CWM). An item configured as a munition containing a chemical agent that is intended to kill, seriously injure, or incapacitate a person through its physiological effects. The term CWM includes V- and G-series nerve agent, H and HN-series blister agent, and lewisite in other than munition configurations. Due to their hazards, prevalence, and military-unique application, dilute nerve agent and neat chemical agent identification sets (CAIS) are also considered chemical warfare materiel. Chemical warfare materiel does not include riot control agents; chemical herbicides; smoke and flame producing items, regardless of configuration; or soil, water, debris, or other media contaminated with chemical agent or CAIS containing dilute agent (other than dilute nerve agent). 9.7 Contract Administrator. The official Government representative delegated authority by the KO to administer a contract. This individual, normally working in an appropriate contracting or procurement career field, advises on all technical contractual matters. 9.8 Contract Discrepancy. A failure of the Contractor to perform in accordance with contract requirements and specifications. A contract discrepancy may result from a failure of the Contractor to provide, or provide on time, the required contract products, or services; or it may result because delivered products or services do not meet specific contract standards. 9.9 Contract Discrepancy Report (CDR). A report used to document unsatisfactory Contractor performance. The CDR requires the Contractor to explain, in writing, why performance is

Page 32: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 32 of 93

unsatisfactory; how performance shall be returned to satisfactory levels; and how recurrence of the problem shall be prevented in the future. 9.10 Contracting Officer (KO). A person duly appointed in writing with the authority to enter into and administer contracts on behalf of the Government. 9.11 Contracting Officer’s Representative (COR). An individual designated in writing, by the Contracting Officer, to act as an authorized representative of the Contracting Officer to perform specific contract administrative functions within the scope and limitations defined by the Contracting Officer. 9.12 Contractor-acquired property - means property acquired, fabricated, or otherwise provided by the Contractor for performing a contract, and to which the Government has title. 9.13 Discrimination. Geophysical analysis that differentiates and separates target anomalies from other anomalies. 9.14 Discarded Military Munitions (DMM). Military munitions that have been abandoned without proper disposal or removed from storage in a military magazine or other storage area for the purpose of disposal. The term does not include unexploded ordnance, military munitions that are being held for future use or planned disposal, or military munitions that have been properly disposed of consistent with applicable environmental laws and regulations. (10 U.S.C. 2710(e)(2)) 9.15 Explosive Ordnance Disposal (EOD) Personnel. Active duty military EOD personnel. 9.16 False Positive. An anomaly that cannot be reacquired. In a discrimination context, an anomaly that is not what it was thought to be.

9.17 Five-Year Reviews. 5-Year Reviews are conducted to evaluate the implementation and performance of a remedy in order to determine if the remedy is or will be protective of human health and the environment. Recurring Reviews (other than 5 year reviews required by statute or policy) are conducted as part of LTM. 9.18 Geographic Information Systems (GIS). A combination of computer hardware and software that supports the acquisition, management, analysis, and visualization of spatially referenced data for solving complex planning and management problems. 9.19 Geophysical Mapping. The non-invasive investigation of subsurface conditions in the Earth through measuring, analyzing and interpreting physical fields measured at the surface or subsurface. 9.20 Government-furnished property - means property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance of a contract. Government-furnished property includes, but is not limited to, spares and property furnished for repair, maintenance, overhaul, or modification. Government-furnished property also includes

Page 33: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 33 of 93

Contractor-acquired property if the Contractor-acquired property is a deliverable under a cost contract when accepted by the Government for continued use under the contract. 9.21 Government property - means all property owned or leased by the Government. Government property includes both Government-furnished and Contractor-acquired property. Government property includes material, equipment, special tooling, special test equipment, and real property. Government property does not include intellectual property and software. 9.22 Government Property Administrator - means an authorized representative of the Contracting Officer appointed in accordance with agency procedures, responsible for administering the contract requirements and obligations relating to Government property in the possession of a Contractor.

9.23 Hazardous Material. A substance or material which has been determined by the Secretary of Transportation to be capable of posing an unreasonable risk to health, safety, and property when transported in commerce, and which has been so designated pursuant to the Hazardous Materials Transportation Act, 49 U.S.C. Appendix Section 1801 et seq. The term includes materials designated as hazardous materials under the provisions of 49 CFR 172, Sections .101 and .102 and materials which meet the defining criteria for hazard classes and divisions in 49 CFR 173. EPA designated hazardous wastes are also hazardous materials. 9.24 Hazardous, Toxic, or Radioactive Waste (HTRW). The definition is stated in ER 1165-2-132, Hazardous, Toxic, and Radioactive Waste (HTRW) Guidance for Civil Works Projects.

9.25 Hazardous Waste. A waste which meets criteria established in RCRA or specified by the EPA in 40 CFR 261 or which has been designated as hazardous by a RCRA authorized state program.

9.26 Hydrography. The applied science which deals with the measurement and description of the physical features of oceans, seas, coastal areas, lakes and rivers, as well as with the prediction of their change over time, for the primary purpose of safety of navigation and in support of all other marine activities. 9.27 Innovative Technology. A technology which offers significant improvement over existing technologies, which is not broadly applied due to limited knowledge or established standards within the scientific and engineering community. This may include technologies that have been extensively field demonstrated, but have not been applied on a full-scale project. Innovative technologies must maintain public and worker safety. 9.28 Long Term Management (LTM). Term used for environmental monitoring, review of site conditions, and/or maintenance of a remedial action to ensure continued protection as designed once a site achieves Response In Place. Examples of LTM include landfill cap maintenance, leachate disposal, fence monitoring and repair, five-year review execution, and land use control enforcement actions.

Page 34: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 34 of 93

9.29 Material - means property that may be consumed or expended during the performance of a contract, component parts of a higher assembly, or items that lose their individual identity through incorporation into an end item. Material does not include equipment, special tooling, special test equipment or real property.

9.30 Material Documented as an Explosive Hazard (MDEH). (Formerly referred to as material documented as hazardous, or MDAH.) MPPEH that cannot be documented as MDAS, that has been assessed and documented as to the maximum explosive hazards the material is known or suspected to present, and for which the chain of custody has been established and maintained. This material is no longer considered to be MPPEH.

9.31 Material Documented as Safe (MDAS). MPPEH that has been assessed and documented as not presenting an explosive hazard and for which the chain of custody has been established and maintained. This material is no longer considered to be MPPEH. 9.32 Material Potentially Presenting an Explosive Hazard (MPPEH). Material owned or controlled by the Department of Defense that, prior to determination of its explosives safety status, potentially contains explosives or munitions (e.g., munitions containers and packaging material; munitions debris remaining after munitions use, demilitarization, or disposal; and range-related debris) or potentially contains a high enough concentration of explosives that the material presents an explosive hazard (e.g., equipment, drainage systems, holding tanks, piping, or ventilation ducts that were associated with production, demilitarization, or disposal operations). Excluded from MPPEH are munitions within the DoD-established munitions management system and other items that may present explosion hazards (e.g., gasoline cans and compressed gas cylinders) that are not munitions and are not intended for use as munitions. 9.33 Military Munitions. All ammunition products and components produced for or used by the armed forces for national defense and security, including ammunition products or components under the control of the Department of Defense, the Coast Guard, the Department of Energy (DOE), and the National Guard. The term includes: confined gaseous, liquid, and solid propellants, explosives, pyrotechnics, chemical and riot control agents, smokes, and incendiaries, including bulk explosives and chemical warfare agents, chemical munitions, rockets, guided and ballistic missiles, bombs, warheads, mortar rounds, artillery ammunition, small arms ammunition, grenades, mines, torpedoes, depth charges, cluster munitions and dispensers, demolition charges, and devices and components thereof. The term does not include wholly inert items, improvised explosive devices, and nuclear weapons, nuclear devices, and nuclear components, except that the term does include non-nuclear components of nuclear devices that are managed under the nuclear weapons program of the Department of Energy after all required sanitization operations under the Atomic Energy Act of 1954 (42 U.S.C. 2011, et seq.) have been completed. (10 U.S.C. 2710(e)(3)(A)) 9.34 Military Range. Designated land and water areas set aside, managed, and used to conduct research on, develop, test, and evaluate military munitions and explosives, other ordnance, or weapon systems, or to train military personnel in their use and handling. Ranges include firing lines and positions, maneuver areas, firing lanes, test pads, detonation pads, impact areas, and

Page 35: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 35 of 93

buffer zones with restricted access and exclusionary areas. (Military Munitions Rule, 40 CFR 266.201) 9.35 Munitions and Explosives of Concern (MEC). This term, which distinguishes specific categories of military munitions that may pose unique explosives safety risks, means: (a) Unexploded Ordnance (UXO), as defined in 10 U.S.C. 2710(e)(9); (b) Discarded military munitions (DMM), as defined in 10 U.S.C. 2710 (e)(2); or (c) Munitions constituents (e.g., TNT, RDX) present in high enough concentrations to pose an explosive hazard. 9.36 Munitions Constituents (MC). Any materials originating from unexploded ordnance, discarded military munitions, or other military munitions, including explosive and non-explosive materials, and emission, degradation, or breakdown elements of such ordnance or munitions. (10 U.S.C. 2710(e) (4)) 9.37 Munitions Debris. Remnants of munitions (e.g., fragments, penetrators, projectiles, shell casings, links, fins) remaining after munitions use, demilitarization, disposal. Munitions debris is considered MPPEH until technically-qualified personnel: (1) inspect, verify, and certify that it does not present an explosive hazard, and consequently is safe for all (e.g., the general public) to receive; or (2) inspect, verify, and certify it as to the explosive hazards it may present to a qualified receiver. 9.38 Munitions Response. Response actions, including investigation, removal and remedial actions to address the explosives safety, human health, or environmental risks presented by UXO, DMM, or MC. 9.39 Munitions Response Area (MRA). Any area on a defense site that is known or suspected to contain UXO, DMM, or MC. Examples include former ranges and munitions burial areas. A MRA is comprised of one or more MRS. 9.40 Munitions Response Site (MRS). A discrete location within a MRA that is known to require a Munitions Response. 9.41 Operational Range. A military range that is used for range activities, or a military range that is not currently being used, but that is still considered by the DoD Component to be a range area; is under the jurisdiction, custody, or control of the DoD; and has not been put to a new use that is incompatible with range activities. (10 U.S.C. 2710(e) (5)). 9.42 Performance Requirements Summary (PRS). Identifies the key service outputs of the contract that will be evaluated by the Government to assure contract performance standards are met by the Contractor. (Other services may also be inspected under the authority of the Inspection of Services Clause.) 9.43 Quality Control (QC). The Contractor's system to manage, control, and document activities to comply with the contract requirements.

Page 36: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 36 of 93

9.44 Quality Assurance (QA). The procedures by which the Government fulfills its responsibility to be certain that QC is functioning and the specified product is realized. 9.45 Range Clearance. The recovery, collection, and on-range destruction of military munitions (e.g., UXO), munitions debris, and other range-related debris (e.g., targets) on operational ranges to maintain or enhance operational safety or to allow the continued use of the range for its intended purpose. The term "range clearance" does not include the on-range disposal or burial of UXO and MC, when the burial is not a result of normal use. 9.46 Range Residue. Material including, but not limited to, practice bombs, expended artillery, small arms, mortar projectiles, aircraft bombs and missiles, rockets and rocket motors, hard targets, grenades, incendiary devices, experimental items, demolition devices, and any other material fired on or upon a military range. 9.47 Range-Related Debris. Debris, other than munitions debris, collected from operational ranges or from former ranges (e.g., targets). Range-related debris is considered MPPEH until technically-qualified personnel: (1) inspect, verify, and certify that it does not present an explosive hazard, and consequently is safe for all (e.g., the general public) to receive; or (2) inspect, verify, and certify it as to the explosive hazards it may present to a qualified receiver. 9.48 Target Anomaly. An anomaly which has a high probability to be a MEC item based on its apparent size, composition, depth, location, and geophysical signature. 9.49 Unexploded Ordnance (UXO). Military munitions that (a) have been primed, fuzzed, armed, or otherwise prepared for action; (b) have been fired, dropped, launched, projected, or placed in such a manner as to constitute a hazard to operations, installations, personnel, or material; and (3) remain unexploded either by malfunction, design, or any other cause. (10 U.S.C. 2710(e)(9)) 9.50 UXO Personnel. Personnel meeting the qualification requirements for filling the UXO positions listed in paragraph 5.5. 10.0 GENERAL CONDITIONS FOR TASK ORDER PROPOSALS. 10.1 When submitting proposals for Task Orders the Contractor acknowledges that it has taken steps reasonably necessary to ascertain the nature and location of the work, and that it has assessed and satisfied itself as to the general and local conditions, which can affect the work or its cost, including but not limited to: 10.1.1 Conditions bearing upon transportation, disposal, handling, and storage of materials, hazardous waste, explosives, or scrap; 10.1.2 The availability of qualified labor, materials, equipment, facilities, water, electric power, communications, and roads; 10.1.3 Uncertainties of weather, river stages, tides, or similar physical conditions at the site;

Page 37: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 37 of 93

10.1.4 The conformation and conditions of the ground, soil, geology, and vegetation (type, height, density), the distribution of each, and the seasonal effects on each; 10.1.5 The type of equipment and facilities needed preliminary to and during work performance; 10.1.6 Personal Protective Equipment (PPE) requirements including all effects on cost or production due to the requirement to use PPE; 10.1.7 Exclusion zone requirements including all effects and costs of implementing and enforcing exclusion zones. The Contractor is responsible for evaluating, identifying the requirements of, and implementing/complying with all exclusion zones; 10.1.8 Responsibility for understanding and implementing the required safety and access control requirements and factoring them into its approach and price; 10.1.9 The availability or cost of lodging for on-site personnel; 10.1.10 The availability or location of explosives/hazardous waste storage or storage facilities. 10.2 The Government will make an honest attempt to provide the Contractor with access to the site prior to preparing proposals, which should allow the Contractor to gain an understanding of the local site conditions. When access to the site is provided to the Contractor prior to the preparing proposals, the Government strongly encourages prospective Contractors to use this time to perform the requisite site assessments necessary to ascertain the site conditions to a reasonable degree of accuracy. Contractors are strongly encouraged to perform a site assessment and use their experienced judgment and reasoned interpolation and extrapolation of all the available site information to assess the general and local conditions, which can affect the work or its cost. Contractors, who do not perform a site assessment when access is made available by the Government, assume the risks associated with the decision to forgo this important source of information about the site. The Contractor is expected to apply due diligence in the research and development of its proposal and to reasonably estimate the conditions to be encountered that will affect the cost, quality, or schedule of the work required under any given task order. The Government expects the Contractor to assess the risk and factor this risk into its proposal. 10.3 Government acceptance of the Contractor’s proposed technical approach and/or price in a task order proposal does not relieve the Contractor from full responsibility for the viability, productivity, and efficiency of the approach used to perform the work and for meeting the performance requirements of the Task Order specific PWS at the price proposed. 10.4 On a Task Order basis, the Contractor may be provided data during the proposal process including, but not limited to, site data included in previous project documents. Use of the data provided as the basis of estimate for an accurate price proposal requires an experienced understanding of how the data of this type is collected, analyzed, interpreted, and presented. The Contractor is responsible for interpreting the data provided in the context of the conditions under which the data was collected and analyzed. The Contractor is responsible for recognizing the

Page 38: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 38 of 93

limitations of the data provided for assessments of this type and shall identify the limitations that drive the basis of estimate clearly in their proposal. The Government expects that Contractors will promptly notify the KO if they have not been given adequate opportunity to assess the site conditions or data provided and to request additional time to allow a reasonable opportunity to do so. 10.5 By submitting a proposal for a Task Order, the Contractor attests that any exceptions to any of the conditions of the Task Order specific PWS will be clearly marked in the proposal in bold type as “Exception to the RFP.” Unless such exceptions are made, the Contractor certifies that its proposal is not qualified or contingent upon the site conditions. When site conditions experienced during task order execution are clearly contradictory to, or inadequate to the information provided by the Government during the pre-award phase, the Government will work closely with the Contractor to ensure that an equitable adjustment is made based on the facts that led up to the request. 11. ARMY CONTRACTOR MANPOWER REPORTING 11.1 Implementation. 11.1.1 The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report Contractor manpower information (including Subcontractor manpower information) required for performance of this contract. The Contractor shall submit all the information required in the format specified at the following web address: https://cmra.army.mil/default.aspx 11.1.2 The Contractors shall fill in the required information on the website, fields are shown below: (1) Contract Number (2) Delivery Order Number (if applicable) (3) Task Order Number (if applicable) (4) Requiring Activity Unit Identification Code (UIC) (5) Command (6) Contractor Contact Information (7) Federal Service Code (FSC) (8) Direct Labor Hours (9) Direct Labor Dollars (10) Location Information (where Contractor and Subcontractors (if applicable) performed the services 11.1.3 Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. 11.1.4 If your particular contract crosses fiscal years, 2 entries must be made to capture the data

Page 39: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 39 of 93

for the contract period; for example if the contract start date is 1 January 2016 and ends 31 December 2016, the data for the period from 1 January 2016 through 30 September 2016 shall be entered not later than 31 October 2016 and the period 1 October 2016 through 31 December 2016 shall be entered not later than 15 January 2017. 11.1.5 The Contractor shall submit cost and pricing data in sufficient enough detail to substantiate any costs proposed for this requirement within the base contract or Task Order. 11.1.6 CLIN 0003, 1003, have been established for this purpose. 11.1.7 CEHNC UIC code is W2V6AA. 12. REFERENCES: Applicable references include but are not limited to the following. The Contractor shall use the latest version of all references. When list guidance is superseded the latest replacement shall be used. The date of task order award will determine the appropriate date of the references used for that task order. All references listed are considered mandatory. 12.1 Data Items Descriptions See Section C, Section 7.0 as applicable to task orders 12.2 Major Federal Statutes to include, but not limited to: Government Organizations and Employees - The Privacy Act of 1974, 5 USC 552 Department of Defense (DoD)

- Defense Environmental Restoration Program, PL 99-499, Section 211, 100 Stat. 1719, 10 USC 2701, et seq., as amended - Inventory of Unexploded Ordnance, Discarded Military Munitions, and Munitions Constituents at Defense Sites (Other than Operational Ranges), 10 USC 2710, PL 107-107, 115 Stat. 1051 - Sale of Certain Interest in Lands; Logs, 10 USC 2665 - Leases; Non-excess Property of Military Departments, 10 USC 2667 - Military Reservations and Facilities, Hunting, Fishing, and Trapping, 10 USC 2671 - Agreements to Limit Encroachment and Other Constraints on Military Training, Testing and Operations, 10 USC 2684a - Utility Systems: Conveyance and Authority, 10 USC 2688 - Conveyance of Surplus Real Property for Natural Resource Conservation, 10 USC 2694a

Commerce and Trade - Toxic Substances Control Act (TSCA, as amended), 15 USC 2601, et seq - Asbestos Hazard Emergency Response Act (AHERA), 15 USC 2651, et seq

Conservation

- Marine Mammal Protection Act, 16 USC 31 - Endangered Species Act of 1973, 16 USC 35

Page 40: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 40 of 93

- Antiquities Act of 1906, 16 USC 431 - Permits to Examines Ruins, Excavations, and Gathering of Objects; Regulations, 16

USC 432 - American Antiquities, 16 USC 433 - Archaeological and Historic Preservation Act of 1974 (AHPA), as amended; 16 USC

469 - National Historic Preservation Act of 1966 (NHPA), as amended, 16 USC 470 - Forest Resources Conservation and Shortage Relief Act of 1990, 16 USC 620-620j - Fish and Wildlife Coordination Act, 16 USC 661-667e - Sikes Act, 16 USC 670a-670b - Applicability of Other Laws; National Forest Lands, 16 USC 670e - Game and Wild Birds; Preservation, 16 USC 701 - Migratory Bird Treaty Act (MBTA), 16 USC703-712 - Magnuson Fishery Conservation and Management Act, 16 USC 1801-1882 - Lacey Act, 16 USC 3371-3378 - Aquatic Nuisance Prevention and Control, 16 USC 4701-4751

Crimes and Criminal Procedure

- Importation, Manufacture, Distribution and Storage of Explosive Materials – Unlawful Acts, 18 USC 842

- Gathering, Transmitting or Losing Defense Information, 18 USC 793 - Disclosure of Classified Information, 18 USC 798

Indians

- Native American Graves Protections and Repatriation Act of 1990 (NAGPRA), 25 USC 32

National Guard

- Office of the Secretary of Defense (OSD), Natural Resources Management Program, 32 USC 190

Navigation and Navigable Waters

- Clean Water Act, 33 USC 26 - Marine Protection, Research, and Sanctuaries Act of 1972 (MPRSA), as amended

(ocean dumping), 33 USC 1401 - Oil Pollution Act of 1990 (OPA), 33 USC 2702 to 2761

Patriotic and National Observances, Ceremonies and Organizations Curation of Federally-Owned and –Administered Archaeological Collections, 36 USC 79 Environmental Protection Agency (EPA)

- Comprehensive Environmental Response, Compensation and Liability Act (CERCLA, or Superfund) Public Law (PL) 96-510, 94 Stat. 2767 (1980), 42 USC sec. 9601 et seq. - Superfund Amendment and Reauthorization Act (SARA), PL 96-510, 94 Stat. 2767 (1986), to include Emergency Planning and Community Right-To-Know, PL 99-499, 100 Stat 1613 (1986), 42 USC 11001 et seq.

Page 41: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 41 of 93

- Clean Air Act (CAA) PL 91-604, 84 Stat. 1676 (1979), 42 USC sec. 7401 et seq., as amended by PL 101–549, 104 Stat. 2670 (1990). - Resource Conservation and Recovery Act (RCRA), PL 94-580, 90 Stat 2795 (1976), 42 USC 6901, et seq as amended, 6941-6949a - Safe Drinking Water Act (SDWA) PL 93-523; 88 Stat. 1660 (1974), 42 USC sec. 300f et seq. - Endangered Species Act, PL 93-205; 87 Stat. 884 (1973), 16 USC sec. 1531 et seq. - Clean Water Act (CWA)/Federal Water Pollution Control Amendments of 1972, PL 91-604; 84 Stat. 1676 (1970), 42 USC sec. 7401 et seq. - National Environmental Policy Act, PL 91-190; 83 Stat. 852 (1970), 42 USC sec. 4321 et seq. - Atomic Energy Act, as amended in 1954, PL 79-585, 42 USC 2011 et seq. (1946) - Toxic Substances Control Act, PL 94–469, 90 Stat. 2003 (1976), 15 USC 2601 et seq., as amended - Energy Policy Act of 2005, PL 109-58 - Federal Insecticide, Fungicide, and Rodenticide Act, 7 USC 136 et seq (as amended) - American Religious Freedoms Act of 1978 (AIRFA), 42 USC 1996 - Noise Control Act of 1972, 42 USC 4901 - Hazardous and Solid Waste Amendments of 1984 (HSWA), 42 USC 6901-6992k - Federal Facility Compliance Act of 1992, 42 USC 6961 - Pollution Prevention Act, 42 USC 13101-13102

Department of Labor (DOL)

- Occupational Safety and Health Act, PL 91-596, 84 Stat 1590, (1970), 29 USC §651 et seq. (1970)

General Services Administration (GSA)

- Federal Acquisition Regulation, F.A.R. Clause 52.236-13: Accident Prevention. Code of Federal Regulations

- Title 6 – Domestic Security - 6 CFR, Department of Homeland Security - Title 10 – Energy - 10 CFR 19, Notices, Instructions, and Reports to Workers: Inspection and Investigations - 10 CFR 20, Standards for Protection against Radiation - 10 CFR 30, Rules of General Applicability to Domestic Licensing of Byproduct Material - 10 CFR 31, General Domestic Licenses for Byproduct Material - 10 CFR 40, Domestic Licensing of Source Material - Title 27 – Alcohol, Tobacco, and Firearms - 27 CFR 555, Commerce in Explosives

Page 42: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 42 of 93

- Title 29 – Labor - 29 CFR 1904 Recording and Reporting Occupational Injuries and Illness - 29 CFR 1910 Occupational Safety and Health Standards for General Industry, especially 29 CFR 1910.120 Hazardous Waste Operations and Emergency Response - 29 CFR 1926 Occupational Safety and Health Standards for Construction Industry, especially 29 CFR 1926.65 Hazardous Waste Operations and Emergency Response - Title 32 – National Defense - 32 CFR 203, Technical Assistance for Public Participation (TAPP) in Defense Environmental Restoration Activities - 32 CFR 179, Munitions Response Site Prioritization Protocol (MRSPP) - 32 CFR Part 188, DoD Environmental Laboratory Accreditation Program (ELAP) - 32 CFR 651 National Environmental Policy Act, Subpart B - Title 36 – Patriotic and National Observances, Ceremonies and Organizations - 36 CFR 79, Curation of Federally-Owned and –Administered Archaeological Collections

- 36 CFR 800, Protection of Historic Properties - Title 40 – Protection of Environment - 40 CFR 61, National Emissions Standards for Hazardous Air Pollutants - 40 CFR 112, Oil Pollution Prevention - 40 CFR Subchapter I – Solid Wastes, Parts 239-299, especially Parts 260-270 - 40 CFR 260-279, Hazardous Waste - 40 CFR 261, Identification and Listing of Hazardous Waste - 40 CFR 266.200-206, EPA’s Military Munitions Rule - 40 CFR 279, Standards for the Management of Used Oil - 40 CFR 280, Technical Standards and Corrective Action Requirements for Owners and Operators of Underground Storage Tanks - 40 CFR 281 Approval of State Underground Tank Programs - 40 CFR Subchapter J – Superfund, Emergency Planning, and Community Right-To-Know Programs, Parts 300-399 - 40 CFR 300, EPA National Oil and Hazardous Substances Pollution Contingency Plan (NCP) - 40 CFR 302 Designation, Reportable Quantities, and Notification - 40 CFR 403, General Pretreatment Regulations for Existing and New Sources of Pollution - 40 CFR 745, Lead-based Paint Poisoning Prevention in Certain Residential Structures - 40 CFR 761 Polychlorinated Biphenyls (PCBs) Manufacturing, Processing, Distribution in Commerce, and Use Prohibitions - Title 43 – Public Lands - 43 CFR 5, Making Pictures, Television Productions or Sound Tracks on Certain Areas under the Jurisdiction of the Department of the Interior - 43 CFR 6, Patent Regulations – Table of Contents - 43 CFR 7, Protection of Archaeological Resources

Page 43: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 43 of 93

- 43 CFR 10, Native American Graves Protection and Repatriation Regulations, - 43 CFR 10.3, Native American Graves Protection and Repatriation Regulations – International Archaeological Excavations

- 43 CFR 10.5, Native American Graves Protection and Repatriation Regulations - Consultation

- Title 49 – Transportation - 49 CFR Subchapter A – Hazardous Materials and Oil Transportation, Parts 100-110 - 49 CFR Subchapter B – Oil Transportation, Part 130 - 49 CFR Subchapter C – Hazardous Materials Regulation, Parts 171-185 - Title 50 – War and National Defense - 50 CFR 10-16, Taking, Possession, Transportation, Sale, Purchase, and Barter, Exportation and Importation of Wildlife and Plants - 50 CFR 13, US Fish and Wildlife Service (USFWS) General Permit Procedures - 50 CFR 21, Migratory Bird Permits - 50 CFR 402, Endangered Species Act of 1973, as amended

12.3 Regulations & Guidance - Executive Orders - EO 11988, Floodplain Management, 42 FR 26951 - EO 11990, Protection of Wetlands - EO 12580, Superfund Implementation, 52 FR 2923 - EO 13007, Indian Sacred Sites, 61 FR 26771 - EO 13112, Invasive Species - EO 13175, Consultation and Coordination with Indian Tribal Governments, 65 FR 67249 - EO 13186, Responsibilities of Federal Agencies to Protect Migratory Birds, 66 FR 3853 - EO 13287, Preserve America - EO 13693, Planning for Federal Sustainability in the Next Decade, 19 March 2015

- Department of Defense - DoD Directives - http://www.dtic.mil/whs/directives/corres/dir.html - DoDD 3200.15 Sustaining Access to the Live Training and Test Domain, 18 December 2013 - DoDD 4715.1 Environmental Security - DoDD 4715.11 Environmental and Explosives Safety Management on Operational Ranges within the United States, 10 May 2004

Page 44: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 44 of 93

- DoDD 4715.1E. Environment, Safety, and Occupational Health (ESOH), 19 March 2005 - DoDD 4715.21, Climate Change Adaptation and Resilience, 14 January 2016 - DoDD 5000.1 The Defense Acquisition System - DoDD 5101.17E, Roles and Responsibilities Associated With the Recovery of Chemical Warfare Material, 11 May 2016 - DoDD 6055.09E, Explosives Safety Management (ESM), 18 November 2016 - DoD Instructions - http://www.dtic.mil/whs/directives/corres/ins1.html - DoDI 3200.16: Operational Range Clearance, 21 April 2015 - DoDI 4140.62 Material Potentially Presenting an Explosive Hazard (MPPEH), 20 August 2015 - DoDI 4145.26, DoD Contractor's Safety Requirements for Ammunition and Explosives, 9 April 2005 - DoDI 4150.7, DoD Pest Management Program - DoDI 4160.28, DoD Demilitarization (DEMIL) Program, 7 April 2011 - DoDI 4245.14, DoD Value Engineering (VE) Program, 26 October 2012 - DoDI 4710.02, DoD Interactions with Federally Recognized Tribes, 14 September 2006 - DoDI 4710.03, Consultation with Native Hawaiian Organizations (NHOS), 25 October 2011 - DoDI 4715.03, Natural Resources Conservation Program, 18 March 2011 - DoDI 4715.4, Pollution Prevention, 18 June 1996 - DoDI 4715.06, Environmental Compliance in the United States, 4 May 2015 - DoDI 4715.07 Defense Environmental Restoration Program, 21 May 2013 - DoDI 4715.14 Operational Range Assessments 30 November 2005 - DoDI 4715.15, Environmental Quality Systems, 17 April 2017 - DoDI 4715.16, Cultural Resources Management, 18 September 2008 - DoDI 4715.17, Environmental Management Systems, 15 April 2009 - DoDI 4715.18, Emerging Contaminants (ECs), 11 June 2009 - DoDI 4715.23, Integrated Recycling and Solid Waste Management, 24 October 2016 - DoDI 6055.16, Explosives Safety Management Program, 29 July 2008 - DoDI 6055.20, Assessment of Significant Long-Term Health Risks From Past Environmental Exposures on Military Installations, 6 June 2017 - DoD Manuals - http://www.dtic.mil/whs/directives/corres/pub1.html - DoD 4160.21-M, Volumes 1-4, Defense Materiel Disposition, 22 October 2015 - DoD 4715.05-G, Overseas Environmental Baseline Guidance Document, 1 May 2007 - DoDM 4715.20, Defense Environmental Restoration Program (DERP) Management, 9 March 2012 - DoDM 4715.25, DoD Environmental Laboratory Accreditation Program (ELAP), 6 April 2017 - DoD 6055.09-M, DoD Ammunition and Explosives Safety Standards: General Explosives Safety Information and Requirements, Volumes 1 – 8, 4 August 2010

Page 45: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 45 of 93

- DFAS-IN Manual 37-100, Financial Management – The Army Management Structure FY04 - Miscellaneous DoD Publications - Office of the Deputy under Secretary of Defense (Installations and Environment), Performance-Based Acquisition of Environmental Restoration Services, July 2007 - Office of Deputy under Secretary of Defense (ODUSD) Installations and Environment (I&E), Munitions Response Site Prioritization Protocol Primer, April 2007 - DTR 4500.9R Defense Transportation Regulation, Chapter 204, Hazardous Material, 11 April 2016 - AFARS Subpart 42.15, Contractor Performance Information DoD Environmental Data Quality Workgroup Publications https://www.denix.osd.mil/edqw/home/ - Department of Defense and Department of Energy, Consolidated Quality Systems Manual (QSM) for Environmental Laboratories, DoD QSM Version 5.1, 2017 - DoD Quality Systems Requirements for Advanced Geophysical Classification (DoD QSR), Version 1.0, November 2015, as updated through errata 7 December 2015 - DoD Environmental Field Sampling Handbook, Revision 1.0, April 2013 - DoD Perchlorate Handbook, Revision 1 Change 1 August 2007 - Intergovernmental Data Quality Task Force, Uniform Federal Policy for Implementing Environmental Quality Systems: Evaluating, Assessing, and Documenting Environmental Data Collection/Use and Technology Programs, Part 1: UFP-QAPP Manual, March 2005 - DoD EDQW Guidance for Ensuring DoD-ELAP Accredited Laboratories are Capable of Meeting Project - Specific Requirements, Revision 0, August 2010 - DoD Memos - Deputy Assistant Secretary of Defense for Environment, Safety & Occupational Health Memorandum: Extension of the Updated Goals for the Environmental Restoration Program, 14 February 2017 - Assistant Secretary of Defense for Energy, Installations, and Environment Memorandum, Department of Defense Advanced Geophysical Classification Accreditation Program, April 11, 2016 - Assistant Secretary of Defense for Energy, Installations, and Environment Memorandum, Administrative Record Procedures – Update to DoD Manual 4715.20, DERP Management 29 July 2015 - Deputy Assistant Secretary of Defense for Environment, Safety & Occupational Health Memorandum: DoD Advanced Geophysical Classification Accreditation Program (DAGCAP), May 2015 - Director, Environment, Safety, and Occupational Health, OSD Memorandum: Five Year Review Procedures – Update to DoD Manual 4715.20, DERP Management, 2 June 2014

Page 46: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 46 of 93

- Director, Environment, Safety, and Occupational Health, OSD Memorandum: Potential Sites with Munitions of Unknown Origin Procedures – Update to DoD Manual 4715.20, DERP Management, 20 May 2014 - Director, Environment, Safety, and Occupational Health, OSD Memorandum: Military Munitions Response Program’s (MMRP) Goal for Munitions Response Sites in DoD’s FUDS Program, 7 February 2014 - Deputy Assistant Secretary of Defense (OSD) Memorandum, DoD Interim Risk Management Procedures, 24 May 2013 - Deputy Assistant Secretary of Defense (OSD) Memorandum, Munitions and Explosives of Concern (MEC) Hazard Assessment (HA), 22 May 2013 - Under Secretary of Defense for Acquisition, Technology, and Logistics Memorandum, DoD Guidance for Dispute Resolution within the Defense and State Memorandum of Agreement (DSMOA) Program, 17 May 2013 - Under Secretary of Defense for Acquisition, Technology, and Logistics Memorandum, Updated Goals for the Defense Environmental Restoration Program (DERP), 1 March 2013 - Deputy Assistant Secretary of Defense (OSD) Memorandum, Extension of the Trial use of the Interim Munitions and Explosives of Concern (MEC) Hazard Assessment (HA) Methodology, 22 July 2011 - Deputy under Secretary of Defense (Installations and Environment (OSD) Memorandum, Perchlorate Release Management Policy, 22 April 2009 - Assistant Deputy under Secretary of Defense (OSD) Memorandum, DoD Environmental Laboratory Accreditation Program (ELAP), 24 December 2008 - Under Secretary of Defense for Acquisition, Technology, and Logistics Memorandum, Acquisitions Involving Environmental Sampling or Testing Services, 4 December 2007 - Assistant Deputy under Secretary of Defense (OSD) Memorandum, Uniform Federal Policy for Quality Assurance Project Plans, 11 April 2006 - Principal Assistant Deputy Undersecretary of Defense (Installations & Environment) Memorandum, Definitions Related to Munitions Response Actions, 18 December 2003 - Deputy Secretary of Defense (OSD) Memorandum, Ensuring the Quality of Information Disseminated to the Public by the Department of Defense, 10 February 2003 - Principal Assistant Deputy Undersecretary of Defense (Installations & Environment) Memorandum, Implementation of Sikes Act Improvement Act: Updated Guidance 10 October 2002 - DoD American Indian and Alaska Native Memorandum Policy Document, 20 October 1998. - DoD Management Guidance for the Defense Environmental Restoration Program (DERP) Guidance Document, September 2001 - DoD 4150.7-M DoD Pest Management Training and Certification - DoD 4150.7-P DoD Plan for the Certification of Pesticide Applicators - DoD 4160.21-M Defense Materiel Disposition Manual - DoD 4500.9-R Defense Transportation Regulation - DoD 7000.14-R DoD Financial Management Regulation (FMRS)

Page 47: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 47 of 93

- DoD Technical Papers - TP-16, Methodologies for Calculating Primary Fragment Characteristics, Revision 5, 19 December 2016 - TP-18, DDESB Minimum Qualifications for Personnel Conducting Munitions and Explosives of Concern - Related Activities 1 September 2016 - TP-22, DDESB Lightning Protection for Explosives Facilities, 1 March 2010 - TP-26, DDESB Guidance for Explosives Safety Site Plans, 30 January 2014 - ESTCP/SERDP Reports https://serdp-estcp.org/ - ESTCP Final Report Geophysical System Verification (GSV): A Physics-Based Alternative to Geophysical Prove-Outs for Munitions Response, July 2009, including 24 September 2015 Addendum - Federal Environmental Compliance Assessment Protocols - U.S. TEAM Guide, State and Service Supplements (available at www.fedcenter.gov) - Army Regulations http://www.apd.army.mil/ProductMaps/PubForm/AR.aspx - AR 70-1, Army Acquisition Policy - AR 75-15, Policy for Explosive Ordnance Disposal (EOD), 7 December 2013 - AR 190-11, Physical Security of Arms, Ammunition, and Explosives, 5 September 2013 - AR 200-1, Environmental Protection and Enhancement, 13 December 2007 - AR 210-20, Real Property Master Planning for Army Installations - AR 210-50, Housing Management - AR 350-19, The Army Sustainable Ranges Program - AR 385-10, The Army Safety Program, 24 February 2014 - AR 385-63, Range Safety, 30 January 2012 - AR 405-10, Acquisition of Real Property and Interests Therein - AR 405-80, Management of Title and Granting of Use of Real Property - AR 405-90, Disposal of Real Estate - AR 420-10, Management of Installation Directorates Public Works - AR 420-70, Buildings and Structures - AR 700-136 Tactical Land-Based Water Resources Management - Department of the Army Pamphlets (DA PAMs) http://www.apd.army.mil/ProductMaps/PubForm/PAM.aspx - DA PAM 40-11, Preventative Medicine - DA PAM 385-10, Army Safety Program, 23 May 2008 - DA PAM 385-24, The Army Radiation Safety Program, 30 November 2015 - DA PAM 385-30, Risk Management, 2 December 2014

- DA PAM 385-40 Army Accident Investigations and Reporting, 18 March 2015 - DA PAM 385-63, Range Safety, 16 April 2014

Page 48: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 48 of 93

- DA PAM 385-64, Ammunition and Explosives Safety Standards, 24 May 2011 - DA PAM 385-65 Explosive and Chemical Site Plan Development and Submission, 1 February 2008 Army Manuals & Guidance - US Army Military Munitions Response Program Munitions Response Remedial Investigation/Feasibility Study Guidance, November 2009 - US Army Restoration Advisory Board and Technical Assistance for Public Participation Guidance, October 2009 - Program Management Manual for MMRP on Active Installations, September 2009 - Army DERP Guidance Management Guidance for Active Installations, November 2004 - Army DERP Guidance for Base Realignment & Closure (BRAC) Installations, November 2004 - Army Environment, Safety, & Occupational Health STRATEGY 2025, 4 October 2016 - Army EMS Aspects and Impact Methodology for Army Training Ranges - Army EMS Commander’s Guide - Army EMS Implementer and Requirements Guide - Field Manual (FM) 3-100.4 Environmental Considerations in Military Operations - USACHPPM (now US Army Public Health Center) TG-179, Guide for Providing Safe Drinking Water at Army Installations - Army Memos - Secretary of the Army Memo: American Indian and Alaska Native Policy, 24 October 2012 - Assistant Secretary Of The Army, Installations, Energy and Environment Memo: Assignment of Mission Execution Functions Associated with Department of Defense Lead Agent Responsibilities of the Formerly Used Defense Sites Program, 24 June 2016 - DASA (ESOH) Memo: Explosives Safety Management of US Army Construction Projects, 4 January 2016 - DASA (ESOH) Memo: Clarification of "No DoD Action Indicated (NDAI)" Explosives Safety Submission (ESS) Requirements, 04 February 2014 - DASA (ESOH) Memo: Munitions Response Actions - Minimum Separation Distances (Relative to Impulse Water Pressure) from Underwater Detonations, 16 September 2013 - DASA (ESOH) Memo: Use of US Army’s “3Rs” (Recognize, Retreat, Report) Message and Explosives Safety Education Material, 1 August 2012 - DASA (ESOH) Memo: Army Policy for Sequencing Munitions Response Sites (MRSs) for Munitions Responses, 30 November 2011 - DASA (ESOH) Memo: Interim Guidance for Chemical Warfare Material (CWM) Responses, 1 April 2009 (For Definition and Response to discovery only.)

Page 49: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 49 of 93

- DASA (ESOH) Memo: Army Policy for Application of the Military Munitions Response Site Prioritization Protocol (MRSPP), 20 February 2009 - DASA (ESOH) Memo: Policy Guidance—Chemical Agent Identification Sets Containing Dilute Agent (Except Dilute Nerve) and Industrial Chemicals, 4 December 2008 - DASA (ESOH) Memo: Treatment of Chemical Agent Identification Sets as Hazardous Waste, 23 April 2007 - DASA (ESOH) Memo: Working with Environmental Regulators and Safety Officials, 5 May 2005 - DASA (ESOH) Memo: Munitions Response Terminology, 21 April 2005 - DASA (ESOH) Memo: Biological Warfare Materiel (BWM) and Chemical Warfare Materiel (CWM) Response Activity Interim Guidance, 5 September 1997 - ACSIM Memo: Implementing Guidance for Expanded Defense Environmental Restoration Program Eligibility, 28 May 2009 - ACSIM Memo: Army Defense Environmental Restoration Program Guidance Documents for Active and BRAC Installations, 22 November 2004 - HQDA Policy Memorandum, Definitions Related to Munitions Response Actions, 28 October 2003 - DACS-SF Memo: Applicability of Biological Warfare Materiel and Non-Stockpile - DAIM-IZ Policy Memo, Environmental Management and Assessment Requirements, 12 October 2010 - DAIM-ISE Memo, Environmental Performance Assessment System (EPAS) Supplements, 8 October 2013 - DAIM-IS Memo, Updated Environmental Performance Assessment System (EPAS) Cycle, 31 March 2014 - DAIM-IS Memo, Fiscal Year 17 Environmental Management System Command Implementation Guidance, 18 January 2017 - DAIM-ZA Memo, Fiscal Year (FY) 15-20 US Army Environmental Funding Guidance, 14 October 2014 -U.S. Army Cost-to-Complete Guidance - Army Technical Manuals - TM 5-813-1, Water Supply: Sources and General Considerations - TM 5-813-3, Water Supply: Water Treatment - TM 5-813-4, Water Supply: Water Storage - TM 5-813-5, Water Supply: Water Distribution - TM 5-813-7, Water Supply: Special Projects, Volume 7 - TM 5-813-8, Water Supply: Water Desalination - TM 5-813-9, Water Supply: Pumping Stations - TM 5-1300, Structures to Resist the Effects of Unintentional Explosions - TM 9-1300-200, Ammunition General - TM 9-1300-214, Military Explosives - TM 9-1375-213-12, Operator's and Organization Maintenance Manual (Including Repair Parts and Special Tools List); Demolition Materials - Pertinent government furnished unclassified TM 60-series publications such as: - TM 60A-1-1-22. EOD Procedures: General EOD Safety Precautions

Page 50: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 50 of 93

- TM 60A-1-1-31, EOD Procedures, General Information on EOD Disposal Procedures - Technical Update #3 Mathematical Equations and Calculations for MEC Operations. December 2007 - Army Technical Bulletins, http://www.apd.army.mil/ProductMaps/PubForm/TB.aspx - TB 700-2, Department of Defense Ammunitions & Explosives Hazardous Classification Procedures {NAVSEAINST 8020.8B; TO 11A-1-47; DLAR 8220.1}, 30 July 2012 - TB 43-0250, Ammunition Handling, Storage and Safety, 29 February 2012 - TB MED 575, Swimming Pools and Bathing Facilities - TB MED 576, Occupational and Environmental Health: Sanitary Control and Surveillance of Water Supplies at Fixed Installations - TB MED 577, Occupational and Environmental Health: Sanitary Control and Surveillance of Field Water Supplies - Engineering Regulations, to include changes and errata sheets, http://www.publications.usace.army.mil/ - ER 5-1-11, U.S. Army Corps of Engineers Business Process, 1 November 2006 - ER 200-1-4 Formerly Utilized Sites Remedial Action Program (FUSRAP), 29 August 2014 - ER 200-1-5 Policy for Implementation and Integrated Application of the U.S. Army Corps of Engineers (USACE) Environmental Operating Principles (EOP) and Doctrine, 30 October 2003 - ER 200-1-7, Chemical Data Quality Management for Environmental Restoration Activities, 28 November 2014 - ER 200-2-2 Procedures for Implementing NEPA, 4 March 1988 - ER 200-2-3 Environmental Compliance Policies, 29 October 2010 - ER 200-3-1, Environmental Quality - Formerly Used Defense Sites (FUDS) Program Policy, 10 May 2004 - ER 380-1-18 Technology Transfer, Disclosure of Information and Contacts with Foreign Representatives - ER 385-1-80 Ionizing Radiation Protection, 30 June 2010 - ER 385-1-86 USACE Dive Program, 20 September 2010 - ER 385-1-91 Training, Testing and Licensing of Boat Operators, 30 September 1994 - ER 385-1-92 Safety and Occupational Health Requirements for Hazardous, Toxic, and Radioactive Waste (HTRW) Activities - ER 385-1-99 USACE Accident Investigation and Reporting - ER 385-1-92, Safety and Occupational Health Requirements for HTRW Activities, 1 May 2007 - ER 385-1-95 Safety and Health Requirements for Operations and Activities involving Munitions and Explosives of Concern (MEC), 31 December 2014 - ER 715-1-19, Service and Supply Contractor Performance Evaluations. 5 July 1996 - ER 1110-1-12, Quality Management, 21 July 2006 - ER 1110-1-261 Quality Assurance of Laboratory Testing Procedures, 28 June 1999

Page 51: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 51 of 93

- ER 1110-1-8153, Military Munitions Support Services, 29 April, 2016 - ER 1110-1-8156, Policies, Guidance, and Requirements for Geospatial Data and Systems, 1 September 2012 - ER 1110-1-8157 Geotechnical Data Quality Management for Hazardous Waste Remedial Activities, 1 October 2002 - ER 1165-2-132 Hazardous, Toxic, and Radioactive Waste (HTRW) Guidance for Civil Works Projects, 26 June 1992 - Engineering Manuals, http://www.publications.usace.army.mil/ - EM 200-1-2, Technical Project Planning (TPP) Process, 29 February 2016 - EM 200-1-4, Title: Environmental Quality - Risk Assessment Handbook - Volume I: Human Health Evaluation, 31 January 1999 and Risk Assessment Handbook: Volume II - Environmental Evaluation, 31 December 2010 - EM 200-1-6, Chemical Quality Assurance for Hazardous, Toxic and Radioactive Waste (HTRW) Projects, 10 October 1997 - EM 200-1-10, Environmental Quality - Guidance for Evaluating Performance-Based Chemical Data, 30 June 2005 - EM 200-1-12, Conceptual Site Models, 28 December 2012 - EM 200-1-15, Technical Guidance for Military Munitions Response Actions, 30 December 2015 - EM 200-1-16, Environmental Quality – Environmental Statistics, 31 May 2013 - EM 385-1-1, Safety and Health Requirements Manual, 30 November 2014. - Abbreviated Accident Prevention Plan (AAPP) Form, EM 385-1-1, App A - EM 385-1-80, Radiation Protection Manual, 30 September 2013 - EM 385-1-97 Explosives Safety and Health Requirements Manual, 17 May 2013 - EM 1110-1-502, Technical Guidelines for Hazardous and Toxic Waste Treatment and Cleanup Activities, 30 April 1994 - EM 1110-1-1000, Photogrammetric and LiDAR Mapping, 30 March 2015 - EM 1110-1-1002, Survey Markers and Monumentations, 1 March 2012 - EM 1110-1-1003, NAVSTAR Global Positioning System Surveying, 28 February 2011 - EM 1110-1-1802, Geophysical Exploration for Engineering and Environmental Investigations, 31 August 1995 - EM 1110-1-1804 Geotechnical Investigations, 1 January 2001 - EM 1110-1-2909, Geospatial Data and Systems, 1 September 2012 - EM 1110-1-4000 Monitoring Wells Design, Installation, and Documentation at Hazardous, Toxic, and Radioactive Waste Sites, 1 November 1998 - EM 1110-1-4011, Construction Quality Assurance (CQA) Plan – Requirements for Hazardous Waste Landfills, 1 October 1999. - EM 1110-2-1421 Groundwater Hydrology, 28 February 1999 - EM 1110-3-177, Sanitary Landfill - Mobilization Construction, 9 April 1984. - EM 1110-35-1, Management Guidelines for Working with Radioactive and Mixed Waste, 1 July 2005 - Engineering Pamphlets, http://www.publications.usace.army.mil/

Page 52: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 52 of 93

- EP 200-1-2, Process and Procedures for Shipping Hazardous Wastes and Other Hazardous Materials, 15 January 2010 - EP 200-1-10, Green Building Technology in Hazardous Waste Cleanup Applications, 10 December 1999 - EP 200-1-18, Five Year Reviews of Military Munitions Response Projects, 30 September 2011 - EP 200-1-23 Spill Reporting Procedures for USACE Hazardous, Toxic, and Radioactive Waste (HTRW) Projects, 31 January 2012 - EP 200-1-24, Environmental Quality - Air Pathway Analysis for the Design of Remedial Action Projects, 30 September 2015 - EP 200-2-3 Environmental Compliance Guidance and Procedures, 30 October 1996 - EP 200-3-1, Environmental Quality: Public Participation Requirements for Defense Environmental Restoration Program, 30 September 2011 - EP 415-1-266, Construction – Resident Engineer Management Guide (REMG) for Hazardous, Toxic, and Radioactive Waste (HTRW) Projects, 31 May 2000 - EP 1110-1-17, Establishing a Temporary Open Burn and Open Detonation Site for conventional Ordnance and Explosives Projects, 16 July 1999 - EP 1110-1-24, Establishing and Maintaining Institutional Controls for Ordnance and Explosives Projects, 15 December 2000 - HQ USACE Memos, Handbooks, and Guidance - CESO-ZA Memorandum, Subject: Clarification of Occupational Health and Safety Roles and Responsibilities for HTRW and Military Munitions Projects, 2 December 2010 - CESO-E Memorandum: Implementation of Increased Minimum Separation Distances (MSD) Values, Changes to Engineering Controls, or Shielding Requirements in Accordance with (IAW) Technical Paper 16 DoD Fragmentation Review Forms, 02 April 2012, for all US Army Corps of Engineers (USACE) Military Munitions Response Program (MMRP) Projects, 8 May 2012 - CESO-ZA Memorandum: Implementation of Increased Minimum Separation Distances (MSD) Values, Changes to Engineering Controls, or Shielding Requirements in Accordance with (IAW) Technical Paper 16 DoD Fragmentation Review Forms, 30 September 2010, for all US Army Corps of Engineers (USACE) Military Munitions Response Program (MMRP) Projects, 8 November 2010 - CESO-E Memorandum: Applicability of Biological Warfare Materiel and Non-Stockpile Chemical Warfare Response Activity Interim Guidance, 13 April 1998 (For Definition only.) - USACE Hazardous, Toxic, and Radioactive Waste Center of Expertise Memorandum, DOD/Army/USACE Implementation of the Uniform Federal Policy for Quality Assurance Project Plans, 8 January 2007 - USACE OPORD 2013-74, Integrating AT/OPSEC into the USACE Acquisition Process -Major General of USACE HQ Memo: Non-Hazardous Solid Waste Diversion and Materials Management Policy, 19 Sept 2017 - FUDS Program Memos, Handbooks, and Guidance

Page 53: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 53 of 93

- FUDS Interim Guidance Document – CEMP-CED Memorandum, Interim Guidance Document for the Formerly Used Defense Sites (FUDS) Project Delineation Process, 26 May 2017 - CEMP-CED Memorandum, Advanced Geophysical Classification (AGC) Implementation at Formerly Used Defense Sites (FUDS) Military Munitions (MMRP) Projects, 24 April 2017 - FUDS Interim Guidance Document – CEMP-CED Memorandum, Interim Guidance Document (IGD) for the Formerly Used Defense Sites (FUDS) Decision Document (DD) Staffing and Approval, 9 February 2017 - FUDS Interim Guidance Document – CEMP-CED Memorandum, Trial Period for Risk Management Methodology at Formerly Used Defense Sites (FUDS) Military Munitions Response Program (MMRP) Projects, 03 January 2017 - FUDS Interim Guidance Document – CEMP-CED Memorandum, Independent Technical Review (ITR) Guidance, 17 August 2015 - USACE Handbook on Delineation and Munitions Response Site Prioritization Protocol Implementation, 29 March 2014 - FUDS Interim Guidance Document - CEMP-CED Memorandum, Building Demolition/Debris Removal (BD/DR) Project Eligibility Clarifications, 6 February 2013 - FUDS Interim Guidance Document – CEMP-CED Memorandum, Removal Action Approval Process, 14 January 2013 - CEMP-D Memorandum, Subject: Formerly Used Defense Sites – Chemical Agent Identification Sets (CAIS), 18 January 2008 (For Definition only.) - HQ USACE, Guidance for Performing Preliminary Assessments under FUDS, September 2005 - Engineering & Construction Bulletin (ECB) 2012-12 – Safety Considerations for MEC Encountered During Construction, 12 April 2012 - EM CX Interim Guidance - EM CX Interim Guidance Document (IGD) 06-04, Military Munitions Response Process, EP 1110-1-18, 3 April 2006 - EM CX IGD 07-01, Refusal of Right-of-Entry at a Non-Federal Property for a Site Inspection (SI), 26 April 2007 - EM CX IGD 07-04, Formerly Used Defense Site (FUDS) Military Munitions Response Program (MMRP) Site Inspection (SI) Program Supplemental Execution Guidance, 16 July 2007 - EM CX IGD 09-02 Implementation of Incremental Sampling of Soil for the Military Munitions Response Program, 21 July 2009. - EM CX IGD 10-01 Decision Framework for Incorporation of Green and Sustainable Practices into Environmental Remediation Projects, 5 March 2010 - Engineering Research and Development Center Publications - ERDC/CRREL TN-05-2, Pre-Screening for Explosives Residues in Soil Prior to HPLC Analysis Utilizing Expray™, February 2005 - ERDC TR-12-1 - Evaluation of Sampling and Sample Preparation Modifications for Soil Containing Metallic Residues, January 2012

Page 54: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 54 of 93

- ERDC/CHL TR-08-12 Dredging in Sediments Containing Munitions and Explosives of Concern, August 2008 - US Army Engineering and Support Center Huntsville Publications - Evaluation of Consideration and Incorporation of Green & Sustainable Remediation Practices in Army Environmental Remediation, 27 August 2012 - Final Installation Restoration Program (IRP) and Military Munitions Response Program (MMRP) Approach Process for Consideration and Incorporation of Green and Sustainable Remediation (GSR) Practices in Army Environmental Remediation, 26 May 2011 - HNC-ED-CS-S-00-3, Use of Water for Mitigation of Fragmentation and Blast Effects Due to Intentional Detonation of Munitions, 27 September 2000 (Includes DDESB Approval dated 27 February 2001) - HNC-ED-CS-S-99-1, Open Front and Enclosed Barricades, March 1999 (Includes DDESB Approval dated 9 December 1999) (includes Terminology Update March 2000) - HNC-ED-CS-S-98-8, Miniature Open Front Barricade - Initial Issuance, November 1998 (Includes DDESB Approval dated 23 February 1999) - Revision 1, March 2010 (Includes DDESB Approval, dated 14 May 2010) - Revision 2, April 2013 (Includes DDESB Approval, dated 26 November 2013) - HNC-ED-CS-S-98-7, Use of Sandbags for Mitigation of Fragmentation and Blast Effects Due to Intentional Detonation of Munitions - Amendment 2, November 2014 (Includes DDESB Approval dated 20 November 2014) - Procedures for Demolition of Multiple Rounds (Consolidated Shots) on Ordnance and Explosives (OE) Sites. August 1998 (Terminology update March 2000) (Includes DDESB Approval dated 27 October 1998) - HNC-ED-CS-S-96-8 - Revision 1, Guide for Selection and Siting of Barricades for Selected Unexploded Ordnance, September 1997 - CEHNCR 385-1-1 Safety and Occupational Health Program Management

12.4 EPA

- Risk Assessment - Risk Assessment Guidance for Superfund (RAGS) (Parts A-F), https://www.epa.gov/risk/superfund-risk-assessment - Ecological Risk Assessment Guidance for Superfund: Process for Designing and Conducting Ecological Risk Assessments - Interim Final, EPA 540-R-97-006, June 1997 - Munitions and Explosives of Concern (MEC) Hazard Assessment (HA) Methodology (Interim), EPA Pub No. 505B08001, October 2008 - Chemistry

Page 55: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 55 of 93

- Test Methods for Evaluating Solid Waste, Physical/Chemical Methods, EPA publication SW‐846, Third Edition, Final Updates I (1993), II (1995), IIA (1994), IIB (1995), III (1997), IIIA (1999), IIIB (2005), IV (2008), and V (2015). - Superfund Contract Laboratory Protocol National Functional Guidelines for Data Review https://www.epa.gov/clp/superfund-clp-national-functional-guidelines-data-review - National Functional Guidelines for Organic Superfund Methods Data Review (SOM02.4), EPA-540-R-2017-002, January 2017 - National Functional Guidelines for Inorganic Superfund Methods Data Review (ISM02.4) EPA-540-R-2017-001, January 2017 - National Functional Guidelines for High Resolution Superfund Methods Data Review (HRSM01.2), EPA 542-B-16-001, April 2016 - EPA Guidance on Environmental Data Verification and Data Validation, EPA QA/G-8, November 2002. - Guidance for Labeling Externally Validated Laboratory Analytical Data for Superfund Use, EPA 540-R-08-005, 13 January 2009 - Staged Electronic Data Deliverable (SEDD) https://www.epa.gov/clp/staged-electronic-data-deliverable-sedd - SEDD Specification and Data Dictionary, Version 5.2, July 2008 - SEDD Valid Values for the SEDD Specification Document 5.2 – Revision 1.0, May 2013 - SEDD Document Type Definition - CERCLA & RCRA Process - Guidance for Performing Preliminary Assessments under CERCLA, EPA/540/G-91/013, September 1991 - Federal Facilities Remedial Preliminary Assessment Summary Guide, 21 July 2005 - Guidance for Performing Site Inspections under CERCLA, Interim Final, EPA/540-R-92-021, OSWER Directive 9345.1-05, September 1992 - Federal Facilities Remedial Site Inspection Summary Guide, 21 July 2005 - Guidance on Conducting Remedial Investigations and Feasibility Studies under CERCLA, Interim Final, OSWER Directive 9355.3-01/EPA 540-G-89-004, 01 October 1988 - EPA RCRA Facility Investigation (RFI) Guidance, EPA 530/SW-89-031, Interim Final, May 1989 - Military Munitions - USEPA Federal Facilities Forum Issue Paper: Site Characterization for Munitions Constituents, 2011 - USEPA Office of Solid Waste and Emergency Response Revised Assessment Guidance for Perchlorate, 8 January 2009 - EPA Munitions Response Guidelines, OSWER Directive 9200.1-101, Interim Final, 27 July 2010

12.5 US Department of Justice, Bureau of Alcohol, Tobacco, Firearms, and Explosives (ATF)

Page 56: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 56 of 93

- ATFP 5400.7, Alcohol, Tobacco, and Firearms Federal Explosive Laws and Regulations, 2012

12.6 US Department of Labor, Occupational Safety and Health Administration - NIOSH/OSHA/USCG/EPA, Occupational Safety and Health Guidance Manual for Hazardous Waste Site Activities, October 1985.

12.7 US Nuclear Regulatory Commission (NRC) - NUREG-1575, Rev. 1, Multi-Agency Radiation Survey and Site Investigation Manual (MARSSIM), August 2000 - NUREG-1576, Multi-Agency Radiological Laboratory Analytical Protocols Manual (MARLAP), July 2004, including Supplement 1, July 2004

12.8 International Air Transport Association (IATA) - IATA 58th Edition Dangerous Goods Regulations, 2017

12.9 Consensus Standards - International Organization for Standardization (ISO) - ISO/IEC 17025:2005, General Requirements for the Competence of Testing and Calibration Laboratories, 27 October 2005 - ISO 14001:2004 and 14001:2015 Environmental Management System Requirements – Specifications with Guidance for Use - American Society for Quality (ASQ)/American National Standards Institute (ANSI) - ASQ/ANSI E4:2014: Quality management systems for environmental information and technology programs - Requirements with guidance for use, 2014 - National Fire Protection Association - NFPA 780, Standard for the Installation of Lightning Protection Systems, 2017 - Annual Book of ASTM Standards, American Society for Testing and Materials, 2017. - ASTM D-3740 Standard Practice for Minimum Requirements for Agencies Engaged

in Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction

- ASTM D6008-95, Standard Practice for Conducting Environmental Baseline Surveys, 2005

- ASTM E1527-00 Standard Practice Environmental Site Assessments: Phase I Environmental Site Assessment Process

- ASTM E1903-97 Standard Practice Environmental Site Assessments: Phase II Environmental Site Assessment Process (2002)

- UFC 3-230-02, Unified Facilities Criteria – Operations and Maintenance: Water Supply Systems

Page 57: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 57 of 93

SECTION D - PACKAGING AND MARKING The following have been modified: INSTRUCTIONS Necessary Packaging or Marking Instructions will be included at the task order level. SECTION E - INSPECTION AND ACCEPTANCE The Acceptance/Inspection Schedule for CLIN 0001 has been changed from: INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY N/A N/A N/A Government To: INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY Destination Government N/A Government The Acceptance/Inspection Schedule for CLIN 1001 has been changed from: INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY N/A N/A N/A Government To: INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY Destination Government N/A Government SECTION G - CONTRACT ADMINISTRATION DATA The following have been modified: CONTRACT ADMINISTRATION DATA G.1 CONTRACT ADMINISTRATION OFFICE The contract administration office for this contract is located at the following address:

U.S. Army Corps of Engineers, Huntsville Center ATTN: CEHNC-__ CT PO Box 1600

Page 58: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 58 of 93

Huntsville, AL 35807-4301 G.2 CONTRACTING OFFICER (KO) The administrative Contracting Officer (ACO) for this contract is: To Be Determined (TBD) G.3 CONTRACTING OFFICER REPRESENTATIVE (COR) The COR for this contract is: TBD G.4 PROGRAM MANAGER (PM) The PM for this contract is: TBD G.5 GOVERNMENT PROPERTY ADMINISTRATOR (GPA) The GPA for this contract is: Monty Spicer; [email protected]; or 256-895-1211 G.6 PLANT CLEARANCE OFFICER (PLCO) The PLCO for this contract is: Monty Spicer; [email protected]; or 256-895-1211 G.7 ORDERING The following order placement procedures will be used in the administration of the multiple award IDIQ contract pool: Task Order Competition within the Pool - Task orders will be awarded against the basic IDIQ contract using the fair opportunity procedures discussed in FAR 16.5 in addition to the competitive source selection procedures identified in Section 803 of Public Law 107-107, Section 843 of Public Law 110-181, and DFARS 216.505-70. Each order exceeding $3,500.00 will be awarded on a competitive basis in accordance with FAR 16.505 and DFARS 216.505-70 (c), unless an exception described in FAR 16.505(b)(2) or DFARS 216.505-70(b)(1) applies. The evaluation criteria below is expected to be utilized at the task order level; however these evaluation criteria may be modified at the task order level as determined necessary: 1) Technical approach (resourcing plan, personnel qualifications, regulatory interface relationships, alternate language and cultural requirements, work plan acceptance, clear understanding of work requirements, geographic experience, technical approach, technical competency, and/or overall strategy for work execution – some or all will be used in each task order competition as determined necessary), 2) Past performance, 3) Price/cost/cost-related factors.

Page 59: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 59 of 93

The evaluation will be conducted in strict accordance with the selection criteria identified in the task order request for proposal documents and documented in accordance with local policy and procedures. G.8 TASK ORDER OMBUDSMAN If the contractor believes it was not fairly considered for a particular task order, the contractor may present the matter to the Contracting Officer. The contractor may appeal the explanation or decision of the Contracting Officer to the USACE Task Order Ombudsman COL Christine A. Beeler at the following address: Christine A. Beeler Colonel, Acquisition Corps Acting Director of Contracting U.S. Army Corps of Engineers Email: [email protected] Phone: (202)761-8642 The Ombudsmen have the authority to:

a. Review complaints from contractors awarded multiple award contracts that they have not been afforded a fair opportunity to be considered for award of a particular task order.

b. After coordination with the Contracting Officer, and if he/she agrees with the contractor, require that the Contracting Officer take corrective action regarding the complaint.

G.9 HAZARDOUS DUTY PAY DIFFERENTIAL INTERPRETATION BY CONTRACTING OFFICER For 8% and 4% Hazardous Pay Differential

- Applicable to UXO personnel only. - Differential will be applied to the nearest whole hours.

The 8% differential will apply to the following activities:

- Surface clearance activities. - Subsurface clearance activities. - Demolition operations. - Initial OE inspection of scrap.

The 4% differential will apply to the following activities:

- Anomaly avoidance activities. - Escort activities. - Reconnaissance activities. - Scrap re-inspection, certification (compound area). - Explosives transportation and inspection.

Page 60: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 60 of 93

There will be a 0% differential for the following activities:

- Office work. - Safety Briefings. - Travel to and from the site. - Equipment maintenance. - Rest breaks.

G.10 PAYMENT INSTRUCTIONS FOR SINGLE OR MULTIPLE ACCOUNTING CLASSIFICATION CITATIONS: For Tasks Performed under the Fixed Price CLIN: The Payment Office shall not make payments based on sequential Accounting Classification Reference Number (ACRN) order, cancellation date, proration, or by fiscal year. Payments to the Contractor will only be made against the ACRN (alpha/alpha code) associated with the specific Task (to include Fiscal Year in which the work was performed) for which the Contractor is requesting payment. The Payment Office will only make payment to the Contractor within the CLIN based on the ACRN(s) associated with the CLIN. If there is only one source of funding for the Contract Line Item Number (CLIN), the payment office shall make payments to the Contractor using the ACRN associated with the CLIN being billed. The Contractor however is required to clearly identify the CLIN, the ACRN (alpha/alpha code), and the amount billed against the Task within the Task Order on the payment request (invoice). If the ACRN is not identified, or is incorrectly identified, payment will not be made and the entire payment request (invoice) will be rejected. If there are multiple ACRNs within the CLIN, the Contractor shall clearly identify the CLIN, the ACRNs (alpha/alpha codes), and the amounts associated with the Tasks being billed for on the payment request (invoice). If the ACRNs are not identified, or are incorrectly identified, payment will not be made and the entire payment request (invoice) will be rejected. For Tasks Performed under the Cost Plus Fixed Fee CLIN: The Payment Office shall not make payments based on sequential Accounting Classification Reference Number (ACRN) order, cancellation date, proration, or by fiscal year. Payments to the Contractor will only be made against the ACRN (alpha/alpha code) associated with the specific Task (to include Fiscal Year in which the work was performed) for which the Contractor is requesting payment. The Payment Office will only make payment to the Contractor within the CLIN based on the ACRN(s) associated with the CLIN. If there is only one source of funding for the Contract Line Item Number (CLIN), the payment office shall make payments to the Contractor using the ACRN associated with the CLIN being billed. The Contractor however is required to clearly identify the CLIN, the ACRN (alpha/alpha code), and the amount billed against the Task within the Task Order on the payment request (invoice). If the ACRN is not identified, or is incorrectly identified, payment will not be made and the entire payment request (invoice) will be rejected.

Page 61: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 61 of 93

If there are multiple ACRNs within the CLIN, the Contractor shall clearly identify the CLIN, the ACRNs (alpha/alpha codes), and the amounts associated with the Tasks being billed for on the payment request (invoice). If the ACRNs are not identified, or are incorrectly identified, payment will not be made and the entire payment request (invoice) will be rejected. G.11 IDENTIFICATION OF CORRESPONDENCE All correspondence and data submitted by the Contractor under this contract shall reference the Contract and Task Order Numbers. G.12 ADMINISTRATION OF PAYMENTS In accordance with FAR 52.232-37 "Multiple Payment Arrangement", the following procedures will be used for payment under this contract. Invoices shall be submitted no later than 12 months from completion of work being billed. FFP CLINs or Sub-CLINs - The Government will make maximum use of discrete sub-CLINs for subtasks or project milestones. Work under FFP CLINS or sub-CLINs will be payable upon tender and acceptance under FAR 52.232-1 "Payments" and FAR 52.232-25 "Prompt Payment." The Government may, at its discretion, provide contract financing for individual task orders in the form of performance based payments in accordance with FAR 52.232-32 or progress payments in accordance with FAR 52.232-16 (but see conditions at FAR 32.104(d)). Performance based payments will be preferred over progress payments. CPFF CLINs or Sub-CLINs - Payment for completed and accepted CLINS or sub-CLINs will be at 100% of the allowable cost plus the fixed fee. While work is progressing under CPFF items, the Government will make payments in accordance with FAR 52.216-7 "Allowable Cost and Payment" and FAR 52.232-25 ALT I "Prompt Payment". Fee will be paid in accordance with FAR 52.216-8 and the negotiated fee payment milestone schedule. Necessary Packaging or Marking Instructions will be included at the task order level. SECTION I - CONTRACT CLAUSES The following have been deleted: 52.219-4 52.219-8

Page 62: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 62 of 93

52.219-16 SECTION J - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS The following have been deleted: ATTACHMENT A ATTACHMENT B ATTACHMENT C ATTACHMENT D ATTACHMENT E ATTACHMENT F ATTACHMENT G ATTACHMENT H ATTACHMENT I EXHIBIT 1 EXHIBIT 2 EXHIBIT 3 EXHIBIT 4 EXHIBIT 5 EXHIBIT 6 SECTION L - INSTRUCTIONS, CONDITIONS AND NOTICES TO BIDDERS The following have been modified: INSTRUCTIONS TO OFFERORS PROPOSAL SUBMISSION Copies of the solicitation are available by INTERNET ACCESS ONLY. All solicitation documents will be posted to the FedBizOpps (FBO) website. The website address is www.fedbizopps.gov. All amendments will be posted to FBO. It shall be the contractor’s responsibility to check the websites for any amendments. The Offeror shall submit in the proposal all requested information specified in the solicitation. a. The proposal shall be prepared clearly and concisely to demonstrate the Offeror has a complete understanding of the requirements. Offerors shall prepare proposals on the presumption that the Government has no previous knowledge of the Offeror’s capabilities. Proposals will be evaluated only on the information specifically presented in respective submittals, with the exception of the past performance evaluations. See FAR 52.215-1 for rules concerning submission of offers and late proposals. Proposals will not be returned (except for timely withdrawals), but will be retained by the Government for official record purposes. When applicable, the Offeror should cross reference to the solicitation by annotating solicitation reference in parenthesis, (i.e. Sec C, para 4.0).

Page 63: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 63 of 93

b. Proposals shall be submitted to: U.S. Army Corps of Engineers, Huntsville Center CEHNC-CT-A, ATTN: Ms. Gosia Thompson 5021 Bradford Drive, Huntsville AL 35805 Hand carried submissions shall be dropped off at the U.S. Army Corps of Engineers, Huntsville Center at 5021 Bradford Drive mailroom by the person delivering the package. The mailroom entrance is located at the back of the building and is clearly marked from the outside. The mailroom personnel will receive the packages, date stamp, x-ray as appropriate and call the person identified on the package. The mailroom hours for bid package deliveries are 0800-1500, Monday-Friday, excluding holidays. Hand carried submissions must be date stamped by the mailroom personnel by the specified proposal due date and time. Facsimile or email transmissions will not be accepted. OFFEROR'S QUESTIONS AND COMMENTS Questions and/or comments relative to these documents shall be submitted no later than 2:00 PM Central Time, 13 October 2017, in order that they may be given adequate consideration or appropriate actions taken prior to receipt of offers. All questions and/or comments must be submitted via Bidder Inquiry. BIDDER INQUIRY Technical inquiries and questions relating to proposal procedures are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. From this page, you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is W912DY-16-R-0077 The Bidder Inquiry Key is SXRF79-T59YS2 The Bidder Inquiry System will be closed for new inquiries effective 2:00 PM Central Time, 13 October 2017, in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. Offers will NOT be publicly opened. Information concerning the status of the evaluation and/or award will NOT be available after receipt of proposals.

Page 64: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 64 of 93

SMALL BUSINESS SIZE STANDARD/NAICS CODE

(a) The North American Industry Classification System (NAICS) code for this acquisition is 562910, Environmental Remediation Services.

(b) The small business size standard is less than 750 Employees.

(c) It is the Offerors responsibility to ensure that its classification data on the System for

Award Management (SAM) website is correct and current. JOINT VENTURE /MENTOR-PROTÉGÉ PROPOSAL REQUIREMENTS When proposing as a joint venture, all members of the joint venture shall sign the SF 33 unless a written agreement by the joint venture is furnished with the proposal designating one firm with the authority to bind the other member(s) of the joint venture. In addition, a copy of the joint venture agreement shall be submitted with the proposal in Volume IV. Failure to comply with the foregoing requirements may eliminate the proposal from further consideration. If this is an 8(a), HUBZone, or Service-Disabled Veteran-Owned joint venture, the Offeror should ensure that it complies with the applicable requirements of 13 CFR Part 124, 13 CFR Part 125, and 13 CFR Part 126 respectively. When proposing as part of a Mentor-Protégé Agreement, include a copy of the agreement and the Small Business Administration approval of the agreement in Volume IV. PROPOSAL FORMAT Written materials: 8 ½” x 11” formats, using 10 point or larger font size, single-spaced, in bound volumes, using 3-ring binders. Page Size spreadsheets, table, charts, etc. may be 11” x 17” but count as two pages. Volumes I-II should be submitted in binder 1. Volume III should be submitted in binder 2. Volume IV should each be submitted in binder 3. Files should be set up using the following page setup parameters: Margins: Top, Bottom, Left, Right – 1” Gutter – 0” From Edge – Header, Footer 0.5” Page Size, Width – 8.5” Page Size, Height – 11” Each paragraph should be separated by at least one blank line. Arial or New Times Roman fonts are required. Tables and illustrations may use a reduced font size no less than 10-point and may be landscape. Offerors are strongly discouraged from abusing tables, charts, etc. to incorporate extra content. Such abuse will be evaluated at the sole discretion of the Government, and could impact the overall page count if the Government chooses to extrapolate the content out at a font

Page 65: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 65 of 93

size of 12. Pages exceeding the allowable page count may be removed from the proposal volumes and will not be evaluated. Headers and footers may be increased to 14 or reduced to 10-font size. The use of hyperlinks in proposals is prohibited. Double-sided printing is preferred. Each bound volume should include the following:

• A cover page that includes the volume number, solicitation number, firm name and address, business size, CAGE code, names and CAGE codes of all key subcontractors and a point of contact for all correspondence related to proposal (include phone number and email address)

• Table of Contents • List of tables/figures • Solicitation number should appear on each page • Volume number and page number should appear in the bottom right corner of each page

(along with the proposal revision number for the amended page, if amended). It is the responsibility of the Offeror to ensure that the compact disk (CD) and all files contained therein are readable, complete, and accessible without password. The digital files shall be provided in a word searchable PDF format. Pricing worksheets shall be submitted in Microsoft Excel, Version 2010 compatible, with formulas accessible. If the electronic copy and hard copy of the proposal differ, the hard copy will govern. Zip disks are not permitted. Each disc should be externally labeled with the volume(s) number(s), date, solicitation number and the Offeror’s name. ***Please note – Self-extracting exe files are not acceptable. *** Regarding binder 1, containing Volumes I-II, binder 2, containing Volume III, binder 3, containing Volume IV - the Offeror shall submit one (1) original printed copy of their proposal with two (2) additional copies, for a total of three (3) printed copies. Each binder submitted shall include a CD containing a complete copy of the contents of that respective binder. In addition to the CDs included in each binder, the Offeror shall submit two (2) CDs containing the entire contents of the complete proposal (all volumes). Reference disc labeling instructions above. The Proposal Volumes are as follows: Binder 1 VOLUME I, FACTOR 1: TECHNICAL CAPABILITY AND MANAGEMENT Tab 1 - Technical Capability Tab 2 - Organization/Management

Element 1 - Quality Management/Quality Control Program and Corporate Business Practices Element 2 - Contractor Safety and Health Program Element 3 - Key Personnel and Other Resources Element 4 - Organizational Structure

Page 66: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 66 of 93

Binder 1 VOLUME II, FACTOR 2: TECHNICAL APPROACH TO THE SAMPLE TASK ORDER Tab 1 - Discussion of Site, Assumptions, and Required Submittals Tab 2 - Staffing Plan Tab 3 - Field Work Tab 4 - Hazards and Safety Identification Tab 5 - Performance Based Milestones and Time Schedule Tab 6 - Basis of Estimate Binder 2 VOLUME III FACTOR 3: PAST PERFORMANCE Tab 1 - Past Performance Project Narratives Tab 2 - Past Performance Questionnaires Binder 3 VOLUME IV, FACTOR 4: PRICE/COST AND OTHER COST RELATED INFORMATION

SECTION I: General Information Tab 1 - SF33 Tab 2 - Representations and Certifications (Section K) Tab 3 - Joint Venture / Mentor-Protégé Agreements and approvals (if applicable) SECTION II: Price/Cost/Cost Related Information Tab 1 - Supplies or Services and Prices/Cost Schedule Tab 2 - Supporting Documentation for Rates in Attachment H Tab 3 - Sample Task Order Costs and Basis of Estimate Tab 4 - DCMA ACO Data or Other Equivalent Information

Offerors must be registered in the system for award management (SAM) with their DUNS number under the appropriate NAICS code for this acquisition. To complete this registration, go to the SAM website at https://www.sam.gov. If assistance is needed with SAM registration, contact the SAM helpdesk at https://www.fsd.gov or (866)-606-8220. Proposals must set forth full, accurate, and complete information as required by this solicitation (including exhibits and attachments). The penalty for making false statement in proposals is prescribed in 18 U.S.C. 1001. Offerors should submit their best proposal initially as the Government intends to make awards without discussions (except clarifications, as described in FAR 15.306(a)). The Government reserves the right to conduct discussions, should the Contracting Officer deem it necessary. Page Limitation - Only pages within the respective page limits as follows will be evaluated: Volume I - shall not exceed 34 pages single sided or 17 double sided combined Volume II - shall not exceed 24 pages single sided or 12 doubled sided combined Volume III - shall not exceed 18 pages single sided or 9 doubled sided combined

Page 67: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 67 of 93

Volume IV - No page limitation NOTE. PROPOSAL COVER; TABLE OF CONTENTS; TITLE PAGE; LIST OF TABLES/FIGURES, OR ACRONYMS; SEPARATOR TABS; CROSS-REFERENCE TO THE SOLICITATION PARAGRAPHS; KEY SUBCONTRACTOR LETTERS OF COMMITMENT; KEY PERSONNEL LETTERS OF COMMITMENT; PPQS AND SUPPORTING PAST PERFORMANCE DOCUMENTS; TEAMING ARRANGEMENT DOCUMENTATION; PROPOSAL DATA FORM (STANDARD FORM SF 33) ; PERSONNEL RÉSUMÉS; SIGNED CERTIFICATION SHEET ON THE SAFETY AND HEALTH PROGRAM; BASIS OF ESTIMATE, THE TIME SCHEDULE, ORGANIZATIONAL CHART, AND VOLUME IV ARE EXCLUDED FROM PAGE COUNT. Offerors should not parrot the Sample Task Order Performance Work Statement (PWS). Offerors should provide discussions in sufficient detail on how they will execute the tasks in the PWS. If it determined that the Offeror is parroting the PWS, this could result in a deficiency. PROPOSAL CONTENT Proposals must be responsive to and comply with the terms of the solicitation in order to be eligible to receive an award. The Government may reject any proposal determined to be deficient or that does not conform to the terms of the solicitation. To be eligible to receive an award, proposals submitted in response to this solicitation shall consist of the contents required in the sub-paragraphs described below: (a) Volume I – Factor 1 – Technical Capability and Management Tab 1 – Technical Capability The Offeror shall provide a narrative of its team’s [i.e., “team” meaning collectively the prime contractor consisting of a company or cooperation, prime contractor with key subcontractor(s) identified with a signed letter of commitment from the key subcontractor(s) {A key subcontractor is considered any subcontractor that equals 20% or more of the prime contractor.}, or legally-binding partnering companies or corporations, e.g., partnership or joint venture] capability. The narrative should address the team’s capability to perform the following services at diverse locations inside the United States, including Alaska and Hawaii, the U.S. territories, outlying areas as defined by FAR 2.101, and territorial waters:

• Safely locate, identify, recover, evaluate, manage, and make final disposition of Munitions and Explosives of Concern (MEC), and Munitions Constituents (MC) under Military Munitions Response (MMR);

• Safely locate, identify, recover, evaluate, manage, and make final disposition of Hazardous, Toxic, and Radioactive Waste (HTRW);

Page 68: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 68 of 93

• Perform environmental compliance services involving primarily environmental permitting, and waste management;

• Perform Environmental Remediation and Compliance Services (ERCS) and/or MMR involving primarily Remedial Investigations/Feasibility Studies (RI/FS) and baseline environmental assessments;

• Provide Other Munitions-Related Services (OMRS) involving military munitions not accounted for under MMR (e.g., anomaly avoidance, construction support, etc.);

The Offeror’s narrative should delineate the Offeror’s own capabilities and those capabilities that will be provided by team members. It is not necessary that an Offeror address each service or service location outlined above but gaps in demonstrated capability may result in a lower rating. The Offeror shall provide a narrative describing at least three (3), but no more than six (6) examples of projects that demonstrate the Offeror's and its team members' Technical Capability. At least one (1) submitted project shall reflect HTRW Technical Capabilities. At least one (1) submitted project shall reflect MMRP Technical Capabilities. All projects shall be at least 80% complete. At least one (1) project shall be 100% complete. At least one (1) project shall include Cost Reimbursement project elements. Projects included shall have been completed no more than five years prior to the closing date of this solicitation. Narratives of its technical capability shall demonstrate that the offeror performed as the substantial lead on submitted projects. A project is defined as:

a. Work performed pursuant to one specific task order of an IDIQ type contract at one or multiple sites; or

b. Work performed pursuant to a site-specific contract for one site or multiple sites; or

c. Work performed under multiple task orders issued against an IDIQ contract to accomplish the work effort on one or multiple sites.

Do not list an IDIQ contract as an example of a single completed project. Instead, list relevant completed task orders that fit within the definition above. A group of task orders at one installation in NOT acceptable as an example of a completed project. If the Offeror provides a specific task order as its "project," it should provide the base contract number and the task order number for reference purposes. If the Offeror provides a site-specific/stand-alone “C-Type” contract as its "project," it should provide the contract number for reference purposes. Projects included shall have been completed no more than five years prior to the closing date of this solicitation. A 100% complete project is defined as work performed under a "project" as defined above that is physically 100% complete and has been accepted by the customer. An 80% complete project is defined as 80% of the contract dollar amount has been completed. Contractor shall provide dollars invoiced versus contract value. The project does

Page 69: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 69 of 93

not have to be contractually or administratively closed out. If the project has additional lingering requirements after the actual remediation effort has been performed and accepted by the customer (e.g.: Long Term Monitoring (LTM), construction support, 5 year reviews, final report reviews), the project may be used by the Offeror to show their experience and technical capability. The Offeror is cautioned that if the project does not fit the criteria above, it will not be considered by the Government when evaluating the Offeror’s breadth and depth of experience and technical capability. Offerors should demonstrate the breadth and depth of their experience (and that of proposed Partnership, JV members, and/ or key subcontractors) in performing the full range/all of the tasks required as stated above. Description of the Program, second paragraph. Breadth of experience is defined as the Offeror’s experience in performing the above range of services. Depth of experience is defined as the magnitude, significance, and applicability/relevance of the Offeror’s experience in performing the above range of services. Provided the offeror does not exceed the overall total page count for the proposal, the offeror may provide additional narrative outside the minimum requirements on any or all projects. The types of information presented should include such information as to the scope of work (including project size, complexity, and any distinctive and/or unique features of the project); project location; contract type (i.e., whether performance based and whether FFP or CPFF); period of performance; contract dollar value; team members and their roles, the approach to the field work; how the project was managed (i.e., oversight of production, schedule, cost, quality, property management, and safety); and how challenges were handled. The Offeror should discuss the technologies, means and methods, and equipment used on projects and should discuss corporate experience and not the experience of individual employees. The Offeror is free to include more or less information as deemed necessary to communicate the team’s technical capability recognizing that a reading of Volume I should demonstrate the areas to be evaluated under this solicitation and leave an evaluator with a complete understanding of all aspects of the team’s capability and experience to meet the terms and conditions of this solicitation throughout the contract term and recognizing that ambiguity or gaps in demonstrated capability may result in a lower rating. Experience considered may include both government and commercial contracts in providing the same or similar products and services to accomplish the full range/all of the tasks required. For key subcontractor’s corporate experience to be considered, Offerors shall include letters unconditionally committing Key subcontractors to performance under this contract should it be awarded to the Offeror (as indicated in Volume I, Factor 1, Tab 2, Element 4). The government will not consider experience on subordinate or affiliated offices or subcontractors who will not be used in the proposed contract. The offeror, as the prime contractor, shall describe its primary role/duties in execution of the work (i.e. the major components of the project which were completed by the prime’s staff and major components, which were subcontracted out). The offeror shall also provide information on the project as to the size, complexity, and distinctive and/or unique features of the project. The offeror should provide evidence that it understands the CERCLA and/or RCRA requirements under various programs to include but not limited to Defense Environmental Restoration Program. The offeror should indicate if the work was

Page 70: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 70 of 93

performed under a performance-based contract. The offeror should provide specific information as to the types and amounts (number of line items, dollar value) of Government Property under its control and how it was accounted for, managed, and controlled by the offeror. The Offeror should describe any facilities, materials, and equipment that it possesses or has the ability to obtain to perform any of the environmental remediation services required and how the resources are managed. A reading of Tab 1 should leave an evaluator with a complete understanding of all aspects of the Offeror’s and Key subcontractors’ capability and experience to meet the terms and conditions of this solicitation throughout the contract term. Tab 2 – Organization/Management Element 1 - Quality Management/Quality Control Program and Corporate Business Practices - The Offeror should provide a narrative of its corporate Quality Management/Quality Control (QM/QC) program and its business practices, which demonstrates adherence to the QM/QC Program. The Offeror should also describe its data management practices and procedures used to maintain quality and accuracy of data from generation to reporting. The Offeror should discuss how the Offeror will manage and control multiple subcontractors and multiple task orders to avoid quality and schedule impacts. Element 2 - Contractor Safety and Health Program - The Offeror should provide a narrative to describe its ongoing and successful execution of its Accident Prevention/Safety and Health Program, addressing items such as training, the number of current Safety and Health professionals and the procedures used in the preparation and implementation of an Accident Prevention Plan (APP)/Site Safety and Health Plan (SSHP) for a MMR and/or HTRW site. The Offeror shall explain how its programs have resulted in avoidance of accidents of hazards or a reduction of accidents or hazards. The Offeror shall provide a signed certification sheet stating that the Offeror has developed and implemented a Safety and Health Program in accordance with OSHA regulation 29 CFR 1926.65(b) and EM 385-1-1, and should provide a Table of Contents of the required written Safety and Health Program. The Offeror shall provide the Corporation’s experience modifications rate (EMR). Element 3 - Key Personnel and Other Resources - The Offeror should demonstrate through a resource plan that it currently possesses, or has the ability to obtain and retain, the necessary personnel required to perform MMR and ERCS projects. The Offeror shall provide the résumé(s) for the following nine (9) key personnel positions. Where positions may have multiple personnel identified, the Offeror may present additional résumés as long as the Offeror does not exceed 13 total résumés. Offerors are expected at a minimum to employ the following positions during the performance of the contract. Offerors may be required by individual task orders to employ additional positions as prime contractor employees. The résumés shall clearly display proposed job title, education, states in which the individuals are registered, special qualifications and experience record showing title, specific duties, responsibilities, and assignments and the dates these were held within at least the last five years. The purpose of this submittal is to identify the level of expertise available for this

Page 71: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 71 of 93

contract. After contract award, key personnel may be replaced only with the approval of the Contracting Officer. NOTE. THE GOVERNMENT WILL NOT EVALUATE ADDITIONAL RÉSUMÉS FROM KEY PERSONNEL POSITIONS THAT ARE NOT IDENTIFIED BELOW The following key personnel shall be identified:

(a) Program Manager. The Contractor shall designate a Program Manager (PgM), meeting the following requirements. This individual shall have at least 3 years of experience in general contract project management on programs similar in size and complexity to the effort described in the PWS. It is desired that the PgM have a Project Management certification from a reputable institution, but it is not required. The PgM shall be the overall contact that provides a single Point of Contact (POC) for the KO, provides programmatic reporting to USACE, and who can address overall management and contracting issues. This person shall have experience in managing all types of environmental remediation, to include HTRW soil and groundwater remediation as well as military munitions response actions, at a minimum.

(b) Quality Managers. The Contractor may dual-hat the following key personnel:

i. Corporate Quality Manager. The Contractor shall designate a Corporate Quality Manager with documented training and with at least 3 years of experience in directly related work, and who can address overall quality management, quality control/assurance, quality auditing, or process improvement. The Quality Manager assures overall quality of contract deliverables and general contract compliance.

ii. Programmatic Quality Control Manager. The Programmatic Quality Control Manager shall meet the personnel qualification requirements and perform the roles and responsibilities of a Quality Assurance Manager as specified in Section 7 and 8 of the attached DoD Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing. http://www.acq.osd.mil/dpap/dars/dfars/changenotice/2008/20080303/223.7.pdf.

(c) Safety and Health Professionals. In accordance with the US Army Corps of Engineers

Safety and Health Requirements Manual (EM385-1-1, current version), the contractor shall provide the following personnel for hazardous waste operations:

i. Safety and Health Manager (SHM) is required for all projects. The SHM shall be an employee of the prime and must able to address the overall health and safety issues at the site. The SHM, dependent upon the contaminant-related hazards on the project, shall be a Certified Industrial Hygienist (CIH), Certified Safety Professional (CSP) or Certified Health Physicist (CHP). If the project involves radioactive material, then the contractor shall have a CHP assigned to the project, accessible to the field crew; but not necessarily required to be on-site.

Page 72: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 72 of 93

ii. The SHM shall have a minimum of three (3) years of experience managing safety and occupational health at hazardous waste site cleanup (or radioactive waste sites, if necessary) operations. The SHM shall enlist the support of safety and occupational health professionals with appropriate education and experience when working on sites with multiple (chemical, safety, ionizing radiation) hazards. The SHM shall demonstrate the authority to shut down the site work if/when Health and Safety becomes an issue. The SHM shall have a working relationship with the SSHO/UXOSO so that the SSHO/UXOSO can readily access the SHM if any safety or health questions or concerns arise at the site.

(d) Project Manager. The Contractor shall execute each task under the direction of a Project Manager (PM), who shall ensure that all work is accomplished with adequate internal controls. This individual shall have at least 3 years of experience in general contract project management on programs similar in size and complexity to the effort described in the PWS. It is desired that the PM have a Project Management certification from a reputable institution, but it is not required. The PM shall serve as the Contractor's single POC for the Task Order. The PM shall implement procedures to eliminate conflicts, errors, and omissions and ensure the accuracy of all output. The PM shall maintain close communication and coordination with the USACE for the duration of the project, including monthly/weekly progress and cost reporting and periodic reports in accordance with DID HNC-010.01.

(e) Senior Geophysicist. This individual shall have a degree in geophysics, geology, geological engineering, or a closely related field, and shall have a minimum of 5 years of experience directly related to the geophysical mapping, detection and discrimination of buried military munitions. This individual has overall responsibility for design, implementation, and management of all geophysical investigations required for the work effort related to military munitions, but may not necessarily be on-site full time. This individual shall be the project geophysicist-of-record.

(f) Senior UXO Supervisor (SUXOS). This individual shall meet the qualifications, and perform the functions, as described in TP 18.

(g) Senior Contracts Manager. This individual shall have experience in Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF), contracts and should have a minimum of 10 years of federal contracting experience (either working with the Government or for a DoD Contractor).

(h) Contractor Project Chemist – This individual shall meet the more stringent of the requirements listed in Section 8.2.5.1.1. of EM 200-1-15 and in Section 7 and 8 of the DoD Policy and Guidelines for Acquisitions Involving Environmental Sampling or Testing. The contractor project chemist roles and responsibilities shall be as described in those sections.

(i) UXO Safety Officer (UXOSO). This individual shall meet the qualifications, and perform the functions, as described in TP 18.

Page 73: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 73 of 93

Résumé information should be provided in the format identified in Section J, Attachment D, “Key Personnel Résumé”, of this solicitation. The Offeror should submit unconditional letters of commitment for all key personnel in the format identified in Section J, Attachment E “Letter of Commitment for Key Personnel” of this solicitation. NOTE. OFFERORS SHOULD CONSIDER ONE YEAR EQUIVALENT TO A PERIOD OF 12 MONTHS. THE CONTRACTOR SHOULD NOT COUNT LEAVE OF ABSENCES TOWARDS TOTAL EXPERIENCE TIME, AND SHOULD ONLY COUNT EXPERIENCE WHICH QUALIFIES THEM FOR THE POSITION. THE OFFEROR SHALL COMPLETE SECTION J, TECHNICAL EXHIBIT 6 "KEY SUBCONTRACTORS AND KEY PERSONNEL". Element 4 - Organization Structure - The organizational structure of the Offeror’s proposed team (all key subcontractors shall be included in this organizational structure) for this contract should be outlined through a narrative and shall be diagrammed using an organizational chart indicating the relationships, working arrangements, and lines of authority and communication with the Offeror and within the team. A key subcontract is considered any subcontract that equals 20% or more of the prime contract. The Offeror’s proposal should address the extent to which proposed organizational relationships have been used successfully in the past, i.e., over the course of multiple projects. The Offeror shall submit unconditional letters of commitment for key subcontractors that should be in the format identified in Attachment F, “Letter of Commitment of Key Subcontractor,” of this solicitation. (b) Volume II - Factor 2, Tab 1 - Technical Approach to the Sample Task Order Tab 1 – Discussion of Sites, Assumptions, Regulatory Process and Required Submittals - The Offeror shall provide a background discussion of the site to be investigated, including the sources of data, points of contact, coordination required, relevant reports, problems, and topics relevant to the project that would be addressed in the work plan. The Offeror shall identify any limiting factors and all assumptions made when developing its response to the Sample Task Order. The Offeror shall specifically and clearly identify its understanding of the governing regulatory response process. The Offeror shall address each subtask in the sample task order. The Offeror shall provide a discussion of the contents of required submittals. Tab 2 - Staffing Plan - The Offeror shall provide a discussion of how the Sample Task Order will be staffed. Additionally, the Offeror shall identify the required expertise or experience, occupational titles, disciplines, or labor categories that will be employed to execute the efforts identified in the sample task. The contractor shall address which labor categories will be filled by subcontractor or its own employees. The Offeror should also address plans in the event of prime and/or subcontractor withdrawals or addition of resources required, and staffing updates, throughout the task order period of performance. Tab 3 - Field Work - The Offeror shall provide a discussion of the field methods to be used, including the types of equipment and techniques used to locate the Munitions and Explosive of Concern (MEC)/Munitions Constituents (MC)/Hazardous Toxic and Radiological Waste

Page 74: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 74 of 93

(HTRW) contamination and map its location, and any other techniques relevant to the field investigations, surveys, or removal/remedial activities. The Offeror shall discuss the quality management/schedule/risk assessment, reporting and controls it will use – discussing the organization’s ability to identify critical quality and schedule impacts. Tab 4 - Hazards and Safety Identification - The Offeror shall provide discussion of the hazards that may be encountered when performing work such as that required under the Sample Task Order. This should include the types of hazards that may be found and/or the potential hazards of the site, the potential hazards of the contamination and the MEC/MC/HTRW, as well as hazard mitigation. Also, the necessary safety requirements should be discussed and identified. Tab 5 - Performance Based Milestones and Time Schedule - The Offeror shall provide a Performance Based Milestone Chart and Time Schedule for the work that would be performed under the Sample Task Order. Offerors are expected to propose a realistic schedule. A schedule that is unrealistically short or unreasonably long will be viewed by evaluators as an indicator that the Offeror lacks a clear understanding of the requirements. Tab 6 - Basis of Estimate - The Offeror shall provide a basis of estimate in an excel spreadsheet format for each task to include quantification of all its assumptions for example but not limited to team size and make up, number of teams, labor productivity/duration, labor hours, labor categories, equipment, materials, subcontractors, number of trenches, number of meetings, number of samples, etc. To assist with a crosswalk for the technical and cost evaluators, offerors shall provide corresponding basis of estimate page number in the Technical Approach to the Sample Task Order - Volume II, Factor 2, Tab 6 and corresponding basis of estimate page number in the Price/Cost and Other Cost Related Information – Volume IV, Section II, Tab 3. (c) Volume III - Factor 3, Past Performance - Performance risk assessment is measured based upon the quality of the Offeror’s past performance as it relates to the probability of successful accomplishment of the required effort. Performance risks are those associated with an Offeror’s likelihood of success in performing the solicitation’s requirements as indicated by that Offeror’s record of past performance. The prime offeror shall also submit the written consent of its key subcontractors to allow the disclosure of the subcontractor's past performance information to the prime. Past performance is a measure of the degree to which an offeror satisfied its customers in the past and complied with Federal, state, and local laws and regulations. The Government will assess the following areas: quality, schedule, cost control, customer satisfaction, problem resolution, safety, and achievement of FAR 52.219-14 Limitations on Subcontracting. Past performance, information may be obtained from any other sources available to the Government, to include, but not limited to, the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), or other databases. Tab 1 - Past Performance Project Narratives - The Offeror shall provide relevant and recent past performance narrative information for each project listed in the Offeror's response to Section L, Volume I, Factor 1, Tab 1, ”Technical Capability” of this solicitation. Past

Page 75: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 75 of 93

performance must have occurred within the five years prior to the closing date of this solicitation. The Offeror should provide a minimum of three (3) projects, but no more than six (6) projects. Data concerning the prime Offeror should be provided first, followed by each proposed key subcontractor, in alphabetical order. The title of the project should be consistent with the project description as required in Section L, Volume I, Tab 1 of this solicitation. Past performance information may be obtained from any other sources available to the Government, to include, but not limited to, the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), or other databases. a. The Offeror may provide information on problems encountered on the contracts and subcontracts identified in the narratives above (to include cost growth and delays). Offerors are encouraged to disclose instances in which their past performance may be considered by previous customers or their representatives to have been less than fully satisfactory, and to tell their side of the story and/or describe corrective actions that they have taken. Contractor performance is rarely without some unanticipated disruption or trouble in conforming to all plans and requirements. Therefore, a history of successful, corrective action is an important consideration. For any contracts that did not/do not meet original schedule or technical performance requirements, Offerors may provide a brief explanation of the reason(s) for the shortcomings and any corrective action(s) taken to avoid recurrence. Offerors should not provide general information on their performance on the identified contracts. General performance information will be obtained from references. b. The Offeror may describe objectives achieved (include parameters), quality awards or certifications that indicate the Offeror possesses a high-quality process to simultaneously manage, develop and produce the service required. Such awards or certifications include ISO 9001, and private sector awards or certifications. The Offeror should identify the segment of the company (one division or the entire company) that received the award or certification. Describe when the award or certification was bestowed. If the award or certification is over three years old, provide evidence that the qualifications still apply. c. The Offeror should also provide a narrative of its past performance in working with regulators with points of contact for those projects listed under Volume I, – Technical Capability of its proposal. Include information to demonstrate the Offeror’s ability to create and maintain a cooperative working environment with State and U.S. Environmental Protection Agency regulators. The Offeror should provide information, which demonstrates experience with submitting accurate and timely reporting/regulatory submittals in accordance with regulatory requirements and gaining the approvals for those submittals. The Offeror should also provide to the Government, Points of Contact (POCs) who are environmental regulators and who are familiar with the project and available so that the information provided can be independently verified. Regulatory POCs may be contacted to obtain safety and environmental compliance information. d. In addition to its narrative, the Offeror shall submit one reference sheet per project in the format provided in Section J, Attachment B of this solicitation for all projects referenced in Volume I, Factor 1, Tab 1, “Technical Capability”. The Offeror may also include other

Page 76: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 76 of 93

Government and non-Government contracts/projects (prime and key subcontracts) completed during the past five years from the closing date of this solicitation. The Offeror shall at a minimum, provide references for all projects referenced in Volume I, Factor 1, Tab 1, “Technical Capability”. The Government may require an Offeror to provide additional past performance references if the references originally provided do not promptly respond to inquiries. e. In addition to the project information requested in this section, the Offeror shall provide information on all environmentally reportable incident violations and environmental notice of violations in the past five years, or shall state that there were none. f. In addition to the project information requested in this section, the Offeror shall provide information on any contracts or task orders that have been terminated, in whole or in part, for any reason during the past five years, or shall state that there were none. Offerors should also include information for contracts or task orders currently in the process of being terminated. Offerors may provide a brief explanation of the reason(s) for the shortcomings or termination and any corrective action(s) taken to avoid recurrence. Tab 2 - Past Performance Questionnaires - The Past Performance Questionnaire included in the solicitation (Section J, Attachment A) is provided for the Offeror to submit to the client for each project submitted in Volume I, Factor I. The Offeror should ensure correct phone numbers and email addresses are provided for the client point of contact. Completed Past Performance Questionnaires (PPQ) should be submitted with your proposal. If the Offeror is unable to obtain a completed PPQ from a client for a project(s) before the solicitation closing date, the Offeror should complete and submit with the proposal the first page of the PPQ, which will provide contract and client information for the respective project(s). Offerors should follow-up with clients/references to ensure timely submittal of questionnaires. If the client requests, questionnaires may be submitted directly to the Government’s point of contacts: Contract Specialist, Ms. Gosia Thompson at [email protected] and Contracting Officer, Ms. Althea Rudolph at [email protected] prior to the solicitation closing date. Offerors shall not incorporate by reference into their proposal PPQs previously submitted for other solicitations. However, this does not preclude the Government from utilizing previously submitted PPQ information in the past performance evaluation. In addition to the above, the Government may review any other sources of information for evaluating past performance. Other sources may include, but are not limited to, past performance information retrieved through the Past Performance Information Retrieval System (PPIRS), including Contractor Performance Assessment Reporting System (CPARS), using all CAGE/DUNS numbers of team members (partnership, joint venture, teaming arrangement, or parent company/subsidiary/affiliate) identified in the Offeror’s proposal, inquiries of owner representative(s), Federal Awardee Performance and Integrity Information System (FAPIIS), and any other known sources not provided by the Offeror. While the Government may elect to consider data from other sources, the burden of providing detailed, current, accurate and complete past performance information rests with the Offeror. (d) Volume IV – Factor 4, Price/Cost and Other Cost Related Information. This volume

Page 77: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 77 of 93

shall include the following: Section I: General Information 1. Section I, Tab 1 - SF33 - Provide the completed SF33. Also indicate period of validity of the Offeror’s proposal in block 12 (at least 365 days). 2. Section I, Tab 2 - Representations and Certifications (Section K) - Provide the completed Section K, or a copy of all certifications in your SAM record. 3. Section I, Tab 3 - Joint Venture / Mentor-Protégé Agreements and approvals (if applicable) - When proposing as a joint venture, all members of the joint venture shall sign the SF 33 unless a written agreement by the joint venture is furnished with the proposal designating one firm with the authority to bind the other member(s) of the joint venture. In addition, a copy of the joint venture agreement shall be submitted with the proposal in Volume IV. Failure to comply with the foregoing requirements may eliminate the proposal from further consideration. If this is an 8(a), HUBZone, or Service-Disabled Veteran-Owned joint venture, the Offeror should ensure that it complies with the applicable requirements of 13 CFR Part 124, 13 CFR Part 125, and 13 CFR Part 126 respectively.

When proposing as part of a Mentor-Protégé Agreement, include a copy of the agreement and the Small Business Administration approval of the agreement in Volume IV. Section II: Price/Cost/Cost Related Information This is a competitive acquisition. “Information Other than Cost or Pricing Data” shall be submitted by the Offeror to support that the price is fair and reasonable. All “Information Other than Cost or Pricing Data” submitted pursuant to this section is for the exclusive use of the Government. The Offeror’s proposal shall include a Price/Cost Proposal Narrative discussing its proposed prices and cost in Section II, Tab 2. The Offeror shall provide the basis for the proposed costs by major cost elements within the Sample Task Order, including the rationale and assumptions used for the estimates. The proposal cost breakdowns shall follow the accounting and estimating practices of the Offeror. All calculations shall be fully disclosed with explanations for how the amounts were derived; the proposal data shall allow for replication and validation of the calculations, with clear tracking of key figures among the support schedules. 1. Section II, Tab 1 - Supplies or Services and Prices/Cost Schedule - The Offeror shall completely fill out all tables in Section J, Attachment H. The rates that the Offeror proposes shall show the base rate and all mark ups (including percentages) to come to the burdened labor rates (excluding profit) for Firm-Fixed Price (FFP) and unburdened base labor rates for Cost-Plus-Fixed-Fee (CPFF) for the base period and the escalation factor(s) for the remaining option period (FFP and CPFF). Escalation factors for the labor rates in the option year will only be applied to the base labor rates not to the entire loaded rate, thus each markup must be clearly identified and shown how it is applied to the base rate to obtain the loaded rate. The Offeror shall complete the “FFP Ceiling Burdened Hourly Rates” tables, the "CPFF Ceiling

Page 78: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 78 of 93

Unburdened Hourly Rates” tables and the “Ceiling Indirect Rates” tables in Attachment H. These rates proposed in Attachment H will be binding cost elements and will become the maximum allowable rates for task orders issued during the ordering period of any contract awarded as a result of this solicitation. Thus the rates proposed on a task order may be less than those proposed in Attachment H of the Offeror’s basic IDIQ contract, but may not exceed the maximum rates included in the basic IDIQ contract award unless the applicable wage determination is higher than the Offeror’s base rate in the contract. Required supporting documentation (if any) shall be provided with the Offeror’s proposal at Tab 2 below. Information for completing the tables and identification of required supporting documentation is provided below: “FFP Ceiling Burdened Hourly Rates” tables - For FFP efforts, Offerors shall propose burdened labor rates (excluding profit) for all labor categories provided in the “FFP Ceiling Burdened Hourly Rates” tables in Attachment H. Rates shall include application of all indirect rates, but shall exclude profit. The labor rates proposed for the Offeror's personnel are the maximum allowable rates for task orders issued during the ordering period of any contract awarded as a result of this solicitation. However, labor rates for the Offeror's proposed personnel may be less per individual task order but may not exceed the maximum rates included in the basic IDIQ contract award. The Offeror must propose a rate for each and every labor category listed in the table regardless of whether the Offeror employs personnel in every required category or intends to rely on team members/subcontractors for the particular labor categories. Offeror shall not propose additional labor categories. “CPFF Ceiling Unburdened Hourly Rates” tables - For CPFF efforts, Offerors shall propose base (unburdened) labor rates for all labor categories provided in the “CPFF Ceiling Unburdened Hourly Rates” tables in Section J, Attachment H. Additionally, complete the spreadsheet provided in Attachment H. Rates shall not include any markups. The labor rates proposed for Offeror's personnel are the maximum allowable rates for task orders issued during the ordering period of any contract awarded as a result of this solicitation. However, labor rates proposed may be less per individual task order but may not exceed the maximum rates included in the basic IDIQ contract award. The Offeror must propose a price for each and every labor category listed in the table regardless of whether the Offeror employs personnel in every required category or intends to rely on team members/subcontractors for the particular labor categories. Offerors shall not propose additional labor categories beyond those listed in Section J, Attachment H (if additional labor categories are required on future projects, they will be incorporated into the basic contract and the specific task order by the post-award team). The Offeror shall provide and discuss the basis for the proposed direct labor rates, such as whether the rates are current/actual (with the effective date), Forward Pricing Rate Agreement (FPRA) or Submission (FPRS), Bureau of Labor Statistics (BLS) or commercial consulting firm wage/salary survey (for example: Economist Intelligence Unit), or Offeror estimate. If weighted labor rates are used, provide the weighting factors. “Ceiling Indirect Rate” tables - The Offeror shall include the following information in the “Ceiling Indirect Rates” tables in Section J, Attachment H. The Offeror shall also complete the spreadsheet provided Attachment H. Additionally, the Offeror should provide a brief narrative describing the composition of its indirect rates and how and when the rates are applied.

Page 79: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 79 of 93

Home and Field Office Overhead on Direct Labor. Offerors whose accounting system applies overhead to its direct labor costs may propose an overhead rate. If an overhead rate is proposed, the rate will be a binding cost element that will become the maximum allowable rate for CPFF task orders issued during the ordering period of any basic IDIQ contract awarded as a result of this solicitation. The Government recognizes that not all Offeror’s accounting systems apply overhead against direct labor costs. As a result, Offeror’s systems that do not apply overhead on direct labor should put 0% for this cost element. Subcontract Handling Charge. Offerors whose accounting system applies a handling charge to subcontracts may propose a rate for subcontract handling charges. If a subcontract handling rate is proposed, the rate will be a binding cost element which will become the maximum allowable rate for task orders issued during the base period and option year exercised of any basic IDIQ contract awarded as a result of this solicitation. The Government recognizes that not all Offeror’s accounting systems apply a subcontract handling charge against the Offeror’s subcontracts. As a result, Offeror’s systems that do not apply a subcontract handling charge should put 0% for this cost element. Materials, Supplies and Equipment (MSE) Handling Charge. Offerors whose accounting system applies a handling charge to MSE may propose a rate for MSE handling charge to be applied against the total MSE cost element. If a MSE handling rate is proposed, the rate will be a binding cost element that will become the maximum allowable rate for task orders issued during the base period and option year exercised of any basic IDIQ contract awarded as a result of this solicitation. The Government recognizes that not all Offeror’s accounting systems apply a MSE handling charge. As a result, Offeror’s systems that do not apply a MSE handling charge should put 0% for this cost element. Home and Field Office General and Administration (G&A). Offerors whose accounting system applies G&A to the cost of the contract may propose a rate for G&A to be applied against the subtotal of all cost elements (excluding fee). G&A costs proposed must be fully supported. If a recent audit or financial statement of corporate overhead expenses, performed by a Government or private auditor or certified public accountant exists that supports the costs proposed, submit it as part of the offer. If a G&A rate is proposed, the rate will be a binding cost element that will become the maximum allowable rate for task orders issued during the base period of any basic IDIQ contract awarded as a result of this solicitation. The Government recognizes that not all Offeror’s accounting systems apply G&A. As a result, Offeror’s systems that do not apply G&A costs should put 0% for this cost element. Other Indirect Costs (Facilities Capital Cost of Monies, Fringe, etc.). Offerors with an approved accounting system that applies other Indirect Costs not specifically identified here may propose a rate for those other Indirect Costs that are applied to any and all applicable cost elements. The Offeror shall fully support any other Indirect Costs proposed by recent Government or private audits of the Offeror’s accounting system. It must be clearly identified in the supporting documentation as to how and when this rate is applied. If an Other Indirect Costs rate is proposed, the rate will become the maximum allowable rate for the task orders issued during the base period of any basic IDIQ contract awarded as a result of this solicitation.

Page 80: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 80 of 93

Escalation Factors - The Offeror shall also provide the basis for any proposed/projected price escalation and the assumptions used: forecast source (such as Global Insight, or Economy.com), index used (index number and title), calculations index values used: base and projected values), and dates used (month and year for applicable index numbers). 2. Section II, Tab 2 - Supporting Documentation for Rates in Section J, Attachment H - The Offeror shall include any supporting documentation and narratives identified above. To aide in the cost evaluation, this documentation shall be submitted in Microsoft Excel, Version 2010 compatible, 3. Section II, Tab 3 - Sample Task Order Costs – The Offeror shall provide a priced proposal for the Sample Task Order provided in Section J, Attachment C. This Sample Task Order will include both FFP and CPFF tasks. The tasks shall be separately priced. Offeror shall use the Sample Task Price Proposal Worksheet provided at Section J, Attachment I. The Offeror shall provide an appropriate breakout of all cost associated with the CPFF tasks required to execute the sample task order. The Offeror shall apply the labor rates and cost elements proposed in Attachment H, unless the labor rates would fall below an applicable wage determination. The Offeror will find Service Contract Labor Standards (formerly the Service Contract Act) wage determinations provided in Section J to be used as a minimum base rate only. The Offeror shall use the direct rates it would normally use unless they fall below the wage determinations provided in Section J, Attachment G. Additionally the contractor shall propose (as non-binding elements) any subcontracting, supplies, materials, equipment, travel costs, as described below, that may be needed to carry out the work under the Sample task order. Required supporting documentation shall be provided immediately following the Sample Task Price Proposal Worksheet. Break out details for all cost elements shall be provided, lump sum pricing will be considered a deficiency in the proposal. The adequacy and value of the cost data, whether the costs are realistic for the work to be performed, whether the costs reflect the Offeror’s understanding of the requirements, and whether the costs are consistent with the technically proposed method used in the sample task order, will be determined from this information. The Offeror’s Sample Task Price Proposal Worksheet shall include all other necessary cost elements identified below: a. Direct Labor. Wage rates for laborers/tradesmen shall be provided accordance with the applicable Service Contract Labor Standards (Formerly the Service Contract Act) wage determinations for the locality identified in the sample task order scope of work. The Offeror shall also propose the quantity of labor hours for each labor category necessary to execute the technical approach proposed in Volume 2 for the sample tasks. If the Offeror does not propose to utilize a particular labor category for the sample task order, the Offeror shall insert “0” under the quantity of labor hours for that particular labor category. b. Subcontracts. The offeror’s cost volume shall identify the basis and determination of adequate price competition and the basis and determination for establishing the source and price reasonableness, the percent of effort expected to be performed by each subcontractor/teaming member, the proposed subcontractor’s name, task(s) to be performed by the subcontractor, the type of subcontract, value of the subcontract, and pass-through cost added by the Prime. Each

Page 81: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 81 of 93

key subcontractor/teaming member shall submit a cost proposal. The cost proposals from each key subcontractor/teaming member shall include a cost narrative detailing its portion of the requirement, its basis of estimate, and Labor Hour & Cost Breakdown. The cost narrative from each key subcontractor/teaming member shall include the same level of detail described in this section to support the proposed cost. Subcontractor proposals shall be submitted not later than the required proposal due date. Subcontractor cost volume shall include the applicable Defense Contract Audit Agency (DCAA)/ Defense Contract Management Agency (DCMA) point of contact information. c. Materials/Supplies/Equipment (MSE). Offerors shall propose a cost for materials, supplies, and equipment. Backup documentation to support the proposed materials/supplies/equipment cost shall be provided immediately following the subcontract backup (if applicable) in the Offeror’s price proposal. Backup documentation shall be submitted in Microsoft Excel and annotated to provide clear identification of its purpose or the work elements it represents. Offerors may include cost for applicable taxes consistent with the guidance provided at FAR 31.205-41, "Taxes", and the Offerors approved accounting system. Offerors proposing costs for taxes shall clearly identify the proposed tax and how the taxes were applied in order to develop the total price proposed. d. Travel. Offerors shall propose a cost for travel. Travel costs shall be proposed in accordance with Joint Travel Regulations. Backup documentation to support the proposed travel cost shall be provided immediately following the materials/supplies/equipment backup in the Offeror’s price proposal. Backup documentation shall be submitted in Microsoft Excel and annotated to provide clear identification of its purpose or the work elements it represents. e. Profit. Offerors shall propose a profit for this effort. In accordance with DFARS 215.404-70, the Government will use the weighted guidelines method to perform a profit analysis. The specialized weighted guideline sample provided in Exhibit 4 is applicable to environmental projects. f. Basis of Estimate. The Offeror shall provide a basis of estimate in an excel spreadsheet format for each task to include quantification of all its assumptions for example but not limited to team size and make up, number of teams, labor productivity/duration, labor hours, labor categories, equipment, materials, subcontractors, number of trenches, number of meetings, number of samples, etc. To assist with a crosswalk for the technical and cost evaluators, offerors shall provide corresponding basis of estimate page number in the technical volume and corresponding basis of estimate page number in the cost volume. The same basis of estimate shall be provided in Volume II, Tab 6. 4. Section II, Tab 4 – DCMA ACO Data or Other Equivalent Information - The Offeror shall have an accounting system capable of handling a cost-reimbursement type of contract. The Offeror shall provide its DCMA and DCAA points of contact. If available, the Offeror is asked to provide its most recent DCMA determination of adequacy for its accounting and billing systems in accordance with DFARS 252.242-7006. The Offeror shall have an accounting system capable of handling a cost-reimbursement type of

Page 82: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 82 of 93

contract. The Offeror shall provide evidence that its accounting system is capable of tracking and segregating cost data in sufficient detail to administer a cost-plus-fixed-fee type contract. The completion and submission to the Government of the above items listed under Volume IV will constitute an offer (proposal) and will indicate the Offeror’s unconditional agreement to the terms and conditions in this solicitation and any Attachments hereto. The Offeror shall provide in its initial submission its most favorable and complete proposal, in accordance with this solicitation. FIELD PRICING SUPPORT (Included in Tab 2) The Defense Contract Audit Agency (DCAA) may be requested to perform proposal direct labor or indirect rate reviews, financial analyses of the Offeror’s organization, and/or provide other pricing/audit support, as deemed necessary. The DCAA Point of Contacts (office names, office addresses, name of cognizant ACO and DCAA supervisory auditor/auditor, e-mail addresses, and phone numbers) for both the Offeror and any team members shall be included in the proposal. PROOF OF FINANCIAL CAPABILITY AND STABILITY If needed and upon written request of the Contracting Officer, offerors, including team members, are required to submit copies of their most recent annual reports, balance sheet, income statement, and cash flow statement with auditor opinion. This information will be used to establish responsibility in accordance with FAR Part 9.1. Upon the request of the Contracting Officer (not to be submitted with initial proposal), offerors will be required to provide the following:

i. A list of present commitments, including the dollar value thereof, and name of the organization under which the work is being performed. Include names and telephone numbers of personnel within each organization who are familiar with the prospective contractor’s performance.

ii. A certified statement listing: (1) each contract awarded within the preceding three month period exceeding $1,000,000.00 in value with a brief description of the contract, and (2) each contract awarded within the preceding three year period not already physically completed and exceeding $5,000,000.00 in value with a brief description of the contract.

iii. A copy of the firm’s annual financial statement(s) for the past three years (or for the

period they have been in business, if less than three years).

iv. Number of years the firm has been in business.

v. A copy of the firm’s current credit report(s).

Page 83: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 83 of 93

vi. Name, address and telephone numbers of two credit/trade references.

vii. An explanation of the firm’s capability to obtain sufficient financial resources to

perform work required under any resulting contract from this solicitation.

viii. Name, address and telephone number of firm’s bonding company. TECHNICAL EXCEPTIONS AND DEVIATIONS (Include in Tab 4, if required) The Offeror shall identify and explain any exceptions and/or deviations from the requirements of the solicitation or conditional assumptions made with respect to the technical requirements of the solicitation in the technical proposal. Any explanation of exceptions and/or deviations taken must contain sufficient information and justification to permit evaluation. All benefits to the Government shall be explained for each exception taken. Such exceptions will not, of themselves, automatically cause a proposal to be deemed unacceptable; however, a large number of exceptions, or one or more significant exceptions that do not provide benefit to the Government, could result in the proposal being determined unacceptable. SUBMITTALS REQUIRED BY FAR 52.222-46 AND FAR 52.237-10 (Include in Tab 4) Offerors shall comply with the requirements of FAR 52.222-46 Evaluation of Compensation for Professional Employees and 52.237-10 Identification of Uncompensated Overtime. The US Army Corps of Engineers official website for customer service comments is the Interactive Customer Evaluation (ICE) System at http://ice.disa.mil/index.cfm?fa=card&service_provider_id=110768&site_id=856 SECTION M - EVALUATION FACTORS FOR AWARD The following have been modified: EVALUATION FACTORS FOR AWARD BASIS FOR AWARD This requirement will be competed on a restricted small business set-aside basis using the FAR Part 15 best value tradeoff method. Awards will be made on the basis of technical capability and management, technical approach to the sample task order, past performance, and price/cost. The price/cost proposal, which consists of pricing for the sample task order and pricing for the

Page 84: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 84 of 93

professional categories and supplemental direct and indirect rates to establish maximum ceiling rates will be used to conduct a price evaluation for the award of the IDIQ contract. The Government intends to make awards(s) without discussions; however, the Government reserves the right to hold discussions if necessary in accordance with FAR 15.306. If a competitive range is established, the Government may limit the number of proposals in the competitive range for purposes of efficiency. The Government reserves the right to make staggered awards. Later awarded contracts will have an initial period of performance that will be less than the full three year base period in duration and will end on the same date as all other contractors which receive a basic IDIQ award. The option period will be the same for all awardees, if exercised. If determined to be in the Government’s interest to hold discussions, discussions may be held with Offerors remaining in the competitive range after initial awards have been made to some Offerors. All evaluation factors other than price/cost, when combined, are significantly more important than price/cost (Factor 4). Factors 1: Technical Capability and Management and 2 Technical Approach to the Sample Task Order when combined are significantly more important than Factor 3: Past Performance. All factors will be considered in the tradeoff to determine Best Value. To receive consideration for award, a rating of no less than “Acceptable” must be achieved for Factors 1 and 2. A rating of no less than “Satisfactory Confidence” or “Unknown Confidence” must be achieved for Factor 3 Past Performance. The proposed prices in Factor 4 will be evaluated as follows: FFP elements will be evaluated for fairness and reasonableness. CPFF elements will be evaluated for fairness, reasonableness and realism. All offerors should draw attention to the limitations on subcontracting clause found in FAR 52.219-14 when addressing this factor in their proposals After the Government individually evaluates and rates each proposal, the source selection authority (SSA) will determine which proposal represents the best value. The Government reserves the right to accept other than the lowest priced offer, or to reject all offers. The Government will not award a contract to an Offeror whose proposal contains a deficiency, as defined in FAR 15.001. If there is/are lower priced, conforming offer(s), the source selection official must determine that the added value of a more expensive proposal would justify award to that Offeror. For the purpose of the best value tradeoff for the IDIQ awards, the prices for the sample task order will be used. NOTE. FACTOR 2 IS THE MOST IMPORTANT FACTOR. FACTOR 1 IS LESS IMPORTANT THAN FACTOR 2 AND MORE IMPORTANT THAN FACTOR 3. FACTOR 3 IS LESS IMPORTANT THAN FACTORS 1 AND 2. FACTOR 4 IS THE LEAST IMPORTANT FACTOR. WHEN COMBINED, ALL NON-PRICE RELATED FACTORS, FACTORS 1, 2, AND 3, ARE MORE IMPORTANT THAN THE PRICE-RELATED FACTOR, FACTOR 4. FACTORS TO BE EVALUATED VOLUME I, FACTOR 1: TECHNICAL CAPABILITY AND MANAGEMENT

Page 85: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 85 of 93

Tab 1 - Technical Capability Tab 2 - Organization/Management

Element 1 - Quality Management/Quality Control Program and Corporate Business Practices Element 2 - Contractor Safety and Health Program Element 3 - Key Personnel and Other Resources Element 4 - Organizational Structure VOLUME II, FACTOR 2: TECHNICAL APPROACH TO THE SAMPLE TASK ORDER Tab 1 - Discussion of Site, Assumptions, and Required Submittals Tab 2 - Staffing Plan Tab 3 - Field Work Tab 4 - Hazards and Safety Identification Tab 5 - Performance Based Milestones and Time Schedule Tab 6 - Basis of Estimate VOLUME III, FACTOR 3: PAST PERFORMANCE Tab 1 - Past Performance Project Narratives Tab 2 - Past Performance Questionnaires VOLUME IV, FACTOR 4: PRICE/COST AND OTHER COST RELATED INFORMATION SECTION I: General Information Tab 1 - SF33 Tab 2 - Representations and Certifications Tab 3 - Joint Venture / Mentor-Protégé Agreements and approvals (if applicable) SECTION II: Price/Cost/Cost Related Information Tab 1 - Supplies or Services and Prices/Cost Schedule Tab 2 - Supporting Documentation for Rates in Attachment H Tab 3 - Sample Task Order Costs and Basis of Estimate Tab 4 – DCMA ACO Data or Other Equivalent Information EVALUATION APPROACH FACTOR 1, TECHNICAL CAPABILITY AND MANAGEMENT NOTE. INDIVIDUAL ELEMENTS OF TAB 2 - ORGANIZATION/MANAGEMENT DISCUSSED BELOW WILL BE EVALUATED BUT NOT SEPARATELY RATED. Tab 1 - Technical Capability - The Offeror’s team (i.e., “team” meaning collectively the prime contractor consisting of a company or corporation, prime contractor with key subcontractor(s) identified with a signed letter of commitment from the key subcontractor(s) {A key subcontractor is considered any subcontractor that equals 20% or more of the prime contractor}, or legally-binding partnering companies or corporations, e.g., partnership or joint venture) experience will be examined to determine the breadth and depth of the team’s experience in relation to providing the services described above in Section I – Overview, Subsection A.

Page 86: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 86 of 93

Description of the Program, second paragraph at diverse locations inside the United States, including Alaska and Hawaii, the U.S. territories, outlying areas as defined by FAR 2.101, and territorial waters. The offeror’s technical capabilities will be examined for the breadth and depth of their experience in performing the full range/all of the tasks required. Breadth of experience is defined as the Offeror’s experience in performing the above range of services. Depth of experience is defined as the magnitude, significance, and applicability/relevance of the Offeror’s experience in performing the above range of services. Gaps in demonstrated capability may result in a lower rating. As part of Factor 1 the Government will evaluate the team’s corporate experience (not individual employee experience) of the entity that is proposed to perform the work and will not consider experience of subordinate or affiliated offices that are not part of the execution team. The Government places a high value on the following (listed in no particular order):

• a presentation of an array of completed projects demonstrating a wide breadth and depth of experience

• projects where work was successfully performed at multiple sites • environmental remediation removal projects that were accomplished using performance

based requirements and/or under FFP contracts where the contractor assumed greater risk • projects that required remediation of both MEC/UXO and MC/HTRW contamination • a presentation that demonstrates that the prime contractor has extensive experience in

self-performing the above range of services rather than heavily relying on its key subcontractor(s)

• experience in which the Offeror and/or its subcontractors successfully performed in locations within scope of this contract, working in remote, or rugged environments

• experience working with the proposed team members providing services similar to those listed above

• projects that implemented innovative technology and/or processes to cut design or removal/remedial action response time and costs for the customer

• projects which have regulatory interface, stakeholder interface, and performance-based milestones

Tab 2 - Organization/Management Element 1 - Quality Management/Quality Control Program and Corporate Business Practices - The Government will evaluate the Offeror’s discussion of its corporate QM/QC Program, corporate business practices and data management. The Government places a high value on:

• innovative practices, programs and comprehensive operational approaches which have resulted in or demonstrated an increase in the quality of outputs/products/services

• a program which demonstrates that data quality control measures are in place and how they have successfully been used on previous projects

Element 2 - Contractor Safety and Health Program. - The Government will evaluate the offeror’s Accident Prevention/Safety and Health Program to include procedures and

Page 87: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 87 of 93

requirements for the variety of work proposed under this contract and its efficacy in accident prevention. The Government places a high value on:

• Innovative practices or programs which demonstrate a successful prevention/reduction in Health and Safety accidents

• Programs with an experience modifications rate (EMR) below 1 Element 3 - Key Personnel & Other Resources - The Government will evaluate the Offeror’s resource plan to determine if it demonstrates that the Offeror currently possesses, or has the ability to obtain and retain the necessary personnel required to perform the services specified under Factor 1 "Technical Capability". The Government will verify that program level key personnel meet the qualification requirements under this solicitation through evaluation of the résumés of the program level key personnel. The Government places a high value on:

• resource plans that demonstrate experience with both FFP and CPFF pricing structures • resource plans that demonstrate experience with performance-based milestones • resource plans that demonstrate experience with projects using Government Furnished

and/or Contractor Acquired Property or Equipment • resource plans that demonstrate the ability to provide the breadth of skill sets (personnel)

needed to provide the services listed in Factor 1, Tab 1, "Technical Capability" and provide a depth of field supervisory/ management, quality control, and safety assurance personnel, i.e., field managers, SUXOS, UXOSO, etc.

• personnel who have experience on U.S. Government projects and who have proven their expertise through demonstrated participation on projects provided under Factor 1, Tab 1, "Technical Capability"

• personnel whose qualifications exceed the minimum requirements specified in this solicitation

• personnel with recent relevant experience (recent defined as within past 5 years and relevant defined as experience that specifically fits the qualifications of the position to be filled and the services to be provided).

• personnel with relevant advanced education and/or professional credentials beyond that minimally specified under this contract

Element 4 - Organizational Structure of the Proposed Team - The Government will evaluate the Offeror’s organizational team structure to determine if the Offeror proposes a team structure that shows clear roles and responsibilities and effective communication networks. The Government places a high value on:

• Organizational relationships which have been used on other projects such as those presented in Factor 1, Tab 1 - "Technical Capability". Organizational relationships that demonstrate repeated successful team performance, i.e., over the course of multiple projects are viewed as highly valuable.

• Proposals that provide a description of the relationship with the proposed Subcontractors

Page 88: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 88 of 93

FACTOR 2, TECHNICAL APPROACH TO SAMPLE TASK ORDER Tab 1 - Discussion of the Sites, Assumptions, Regulatory Process and Required Submittals - The Government will evaluate the Offeror’s discussion of each site, the assumptions made, and the discussion of the required submittals. The Government will evaluate the Offeror’s understanding of each site as it relates to the work to be performed, regulatory process followed and how it will reach each of the milestones for the sample project provided. The Government will evaluate the assumptions made for understanding, reasonableness and validity for the offeror’s technical approach and whether the Offeror’s approaches “assume away” the major issues/problems that may be faced on the types of sites described by the PWS. The Government will evaluate the likelihood of the Offeror’s technical approach being accepted by the regulators. The Government places a higher value on:

• Those approaches that do not “assume away” the major issues/problems that may be faced on a real project.

Tab 2 - Staffing Plan - The Government will evaluate the Offeror’s proposed usage of specialized expertise and labor categories which will be employed to execute the efforts identified in the sample task, including any categories which are filled by a subcontractor. The Government will determine whether the proposed staffing is appropriate for the technical approach and the number of personnel employed in relation to the proposed level of effort. The staffing plan will be evaluated for how personnel turnover is addressed and managed throughout the period of performance. Tab 3 - Field Work - The Government will evaluate Offeror’s discussion to determine how well the Offeror understands how to execute the field work that needs to be performed under the Sample Task Order. The Government will evaluate the feasibility, efficacy, and efficiency of the approach in satisfying the performance requirements and how the approach addresses quality control. The Government will determine if the work is being carried out in a manner consistent with the assumptions that the Offeror discussed under Tab 1 of this factor. Tab 4 - Hazards and Safety Identification - The Government will evaluate the Offeror’s discussion to determine how well the Offeror understands the types of hazards that may be encountered and the safety precautions that are necessary when performing the type of field work required of the Sample Task Order. The Government will evaluate the Offeror’s discussion of safety management and hazard mitigation. Tab 5 - Performance-Based Milestones and Time Schedule - The Government will evaluate the technical approach used, then will evaluate the time to reach each of the payment/deliverable milestones, as well as the overall schedule to complete the work under the Sample Task Order. The Government will evaluate this submission to determine the Offeror’s ability to develop reasonable milestones and time schedules for work that may be performed under these Contracts and the methods proposed by the offeror. Prices and costs for the Sample Task Order are not to be provided on this schedule or in this Volume (Prices and costs for this Sample Task Order shall be provided in Volume IV).

Page 89: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 89 of 93

Tab 6 - Basis of Estimate - The Government will evaluate the Offeror’s basis of estimate to determine how well the Offeror understands the requirements necessary to accomplish the work to be performed under the Sample Task Order. Factor 1 “Technical Capability and Management” and Factor 2 “Technical Approach to Sample Task Order” will be evaluated using the following adjectival rating methodology:

COMBINED TECHNICAL/RISK RATINGS Color Adjective Description

Blue Outstanding Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Risk of unsuccessful performance is very low.

Purple Good Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Proposal contains strengths which outweigh any weaknesses. Risk of unsuccessful performance is low.

Green Acceptable

Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate.

Yellow Marginal

Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses which are not offset by strengths. Risk of unsuccessful performance is high.

Red Unacceptable Proposal does not meet requirements and contains one or more deficiencies. Proposal is un-awardable.

FACTOR 3, PAST PERFORMANCE The Government will evaluate the Offeror's likelihood of success in performing the solicitation's requirements and delivering high quality products and services as indicated by that Offeror's record of past performance. In this context, “Offeror” refers to the proposed prime contractor and its proposed key subcontractors. A “contractor team arrangement” (meaning collectively the prime contractor consisting of a company or corporation, prime contractor with key subcontractor(s) identified with a signed letter of commitment from the key subcontractor(s), or legally-binding partnering companies or corporations, e.g., partnership or joint venture). The prime contractor(s) and proposed key subcontractor(s) will be assessed individually, and the results will then be assessed in their totality to derive the Offeror’s Past Performance rating. For prime contractors or key subcontractors whose firms are divided into severable segments (i.e. division, group, unit, etc.) the past performance will only be evaluated as it relates to those segments of the firm(s) that will actually perform the work. Past Performance references will first be reviewed to determine the relevancy of the past performance information. Past performance must have occurred within the five years prior to the closing date of this solicitation and be similar in scope and complexity to be considered relevant. The evaluation will use four levels of relevancy as shown in the bullets below. More relevant past performance will be treated as a stronger predictor of future success

Page 90: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 90 of 93

and will therefore have more influence on the overall performance confidence assessment than past performance of lesser relevance.

PAST PERFORMANCE RELEVANCY RATINGS

Rating Description

Very Relevant Present/past performance effort involved essentially the same scope and magnitude of effort and complexities this solicitation requires.

Relevant Present/past performance effort involved similar scope and magnitude of effort and complexities this solicitation requires.

Somewhat Relevant Present/past performance effort involved some of the scope and magnitude of effort and complexities this solicitation requires.

Not Relevant Present/past performance effort involved little or none of the scope and magnitude of effort and complexities this solicitation requires.

When determining the overall Performance Confidence Assessment for an Offeror, the Government will take into consideration the following areas: demonstrated record of successful performance in relevant projects; demonstrated ability to select, retain, support and, when necessary, replace subcontractors; demonstrated implementation of corrective measures that have been implemented to resolve performance issues; demonstrated record of reasonable and cooperative behavior and commitment to customer satisfaction; demonstrated record of cost and schedule management; and the degree of relevancy of all of the considered efforts. The Government will evaluate performance ratings by the customer (e.g. Past Performance Questionnaires). If the Government does not receive past performance information for the project(s) identified by the Offeror and cannot establish a past performance record for the Offeror through other sources, or if the Offeror has no past performance record, the Offeror will be given an “Unknown Confidence” assessment rating. The Offeror is cautioned that in conducting the performance risk assessment, the Government may use data provided in the Offeror's proposal in addition to data obtained from other sources. Since the Government may not necessarily obtain information on all of the listed contract references and may not contact all of the identified points of contact (POCs) provided by the Offeror, it is incumbent upon the Offeror to explain the relevance of the data provided. The Government may elect to consider data obtained from sources other than those identified by the Offeror. Factor 3 - “Past Performance” will be evaluated using the following adjectival rating methodology:

PERFORMANCE CONFIDENCE ASSESSMENTS

Rating Definition

Substantial Confidence Based on the Offeror’s recent/relevant performance record, the Government has a high expectation that the Offeror will successfully perform the required effort.

Satisfactory Confidence Based on the Offeror’s recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort.

Limited Confidence Based on the Offeror’s recent/relevant performance record, the Government has a low expectation that the Offeror will successfully perform the required effort.

Page 91: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 91 of 93

No Confidence Based on the Offeror’s recent/relevant performance record, the Government has no expectation that the Offeror will be able to successfully perform the required effort.

Unknown Confidence (Neutral) No recent/relevant performance record is available or the Offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned.

FACTOR 4, PRICE/COST AND OTHER COST RELATED INFORMATION The price/cost portion pertaining to Volume IV, Section II of the proposal will be evaluated and a best value analysis of the proposal as a whole performed to determine best value to the Government. Price/cost will not be an adjectivally rated criterion. The Government will evaluate all aspects of the price/cost proposal:

• price for fairness and reasonableness; • cost for fairness, reasonableness and realism; and • providing the best value to the Government

The “FFP Ceiling Burdened Hourly Rates” tables, and the "CPFF Ceiling Unburdened Hourly Rates” tables, and the “Ceiling Indirect Rates” tables in Attachment H, of Section J provided by the offeror will be evaluated to determine fairness and reasonableness and the overall best value to the Government for the base period and option period of this contract. Firm Fixed Price Evaluation, FAR 15.404-1(b) (Price Analysis): a. The Offeror’s proposed price for the Sample Task Order will be evaluated for fairness and reasonableness. b. The Government will evaluate the price for fairness and reasonableness when compared to the Offeror’s technical approach for the scope of services specified in the Sample Task Order to determine whether the proposal reflects a clear understanding of the requirements. c. The information provided by the Offeror will be evaluated to determine fairness and reasonableness, and the overall best value to the Government for the base period and option period of this contract. Cost Plus Fixed Fee Evaluation FAR 15.404-1(c) – (d) (Cost Analysis/Cost Realism Analysis): a. The information provided by the offeror will be evaluated to determine fairness, reasonableness, and realism and the overall best value to the Government for the base period and option period of this contract. b. The Government will evaluate the realism of the offeror’s CPFF proposal in order to determine whether the proposed cost is realistic for the work to be performed; reflects a clear understanding of the requirements; and is consistent with the methods of performance described in the offeror’s proposal.

Page 92: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 92 of 93

c. CPFF proposals will be evaluated based on the Government’s Estimate of Most Probable Cost (MPC) per FAR 15.403-1(d). d. The Government’s Estimate of MPC on CPFF tasks will be measured as follows: anticipated performance costs based on the offerors proposed technical approach and the offeror’s proposed fee. The most probable cost adjustment for each offeror will include technical risks identified during the evaluation of each offeror’s proposal and the associated costs. e. Cost realism and cost risk/most probable cost to the Government are of significant importance in the overall contract award decision as related to the best value judgement. f. The Government will evaluate most probable cost adjustments made to the sample task order. The Offeror whose proposal requires minimum adjustment will be considered lower risk to the Government. The Offeror whose proposal requires significant adjustment will be considered higher risk to the Government. g. Unrealistically low proposed costs or technical risks associated with the offeror’s proposal will be quantified and included in the cost realism assessment for each offeror. If the sample task order total price is found to be unreasonably high or unrealistically low, the proposal may be considered unacceptable and it may be rejected on that basis. h. Sample Task Order Cost Proposal and Basis of Estimate - The Government will evaluate the costs proposed and Basis of Estimate when compared to the technical approach and schedule for each milestone. NOTE. THE GOVERNMENT WILL EVALUATE ADJUSTMENTS MADE AS A RESULT OF COST REALISM, TO THE SAMPLE TASK ORDER. Each Offeror’s proposal is presumed to represent its best effort to respond to the solicitation. In an effort to verify the Offeror’s understanding of the work required and of its ability to perform the contract, any apparent inconsistency between promised performance and price will be addressed in the cost report with supporting documentation from the technical board. To assist in the crosswalk between the sample task order and cost, a basis of estimate will be required in both Volumes II and IV. DCMA ACO Data or Other Equivalent Information. The Government will evaluate the Offeror’s most recent accounting and billing systems are adequate. RESPONSIBILITY DETERMINATION. In accordance with FAR Subpart 9.1, no award will be made unless the Contracting Officer makes an affirmative determination of contractor responsibility. As a result, Offerors may be required to furnish additional information in order for the Government to make a determination regarding the Offeror’s responsibility. Additional information required may include, but is not limited to the Offeror’s Accounting System. Offerors will be required to have an adequate accounting system in order to receive a contract as a result of this solicitation. Upon request of the Contracting Officer, Offerors will be required to describe the particular accounting system proposed for use when preparing cost/price proposals

Page 93: AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT … Government... · AMENDMENT OF SOLICITATION/MODIFICATION OF CONTRACT Except as provided herein, all terms and conditions of the

W912DY-16-R-0077 0003

Page 93 of 93

for task orders. Omissions or errors will be construed against the Offeror. The Offeror may be required to submit a completed SF 1408, Pre-award Survey of Prospective Contractor (Accounting System). The Offeror’s accounting system will be evaluated to assure that it is adequate for the performance of the contract requirements. Defense Contract Audit Agency (DCAA) may perform a pre-award survey of the contractors’ accounting systems. Offerors who have recently had a successful audit of their accounting systems may provide the audit report in lieu of being audited by DCAA specifically for this contract. The main characteristics of an adequate accounting system are:

• Proper segregation of direct costs from indirect costs. • Identification and accumulation of direct costs by contract. • Logical and consistent method for the allocation of indirect costs to contracts. • Accumulation of costs under general ledger controls. • Timekeeping system that identifies employees’ labor by contract. • Exclusion of unallowable costs from costs charged to Government contracts.

The approved accounting system of Offerors selected for award of a basic IDIQ contract, will be made part of the contract terms and conditions. Financial Capability. (1) In accordance with FAR 9.103(a) “…contracts shall be awarded to, responsible prospective contractors only.” To be determined responsible, a prospective contractor must meet the standards at FAR 9.104. FAR 9.104-1(a) requires that a prospective contractor must have adequate financial resources to perform the contract, or the ability to obtain them. (2) The Government may evaluate the Offeror’s annual financial statements, current credit report(s), and plan to obtain sufficient financial resources to perform the contract requirements in order to determine if the prospective contractor has adequate financial resources to perform the contract or the ability to obtain them. (End of Summary of Changes)