microsoft word - performance work statement 2015_08_18 government... · web viewperformance work...

64
PERFORMANCE WORK STATEMENT (PWS) MUNICIPAL SOLID WASTE MANAGEMENT SERVICES FORT BLISS, TX Table of Contents PART 1 – General Information 1.1 – General 1.2 – Description of Services 1.3 – Background 1.4 – Period of Performance 1.5 – Phase In/Phase Out 1.6 – Hours of Operation 1.7 – Place of Performance 1.8 – Post Award Conference/Periodic Meetings PART 2 – Definitions, Acronyms, and Abbreviations 2.1 – Definitions 2.2 – Acronyms PART 3 – Government Property, Equipment, Facilities, and Services 3.1 – General 3.2 – Services and Material 3.3 – Utilities 3.4 – Facilities 3.5 – Equipment PART 4 – Contractor Furnished Items and Services 4.1 – Contractor Acquired Property (CAP) Identification 4.2 – CAP Vehicles 4.3 – Historical Data 4.4 – Waste Management Hardware and Software Requirements PART 5 – Specific Tasks 5.1 – Waste Management 5.2 – Military Installation Collection Areas (MICA) 5.3 – Contractor Personnel 5.4 – Quality Control 5.5 – Work Environment 5.6 – Security and Force Protection 5.7 – Safety 5.8 – Installation Access 5.9 – Records and Files

Upload: trinhdan

Post on 29-Jun-2019

218 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

Table of ContentsPART 1 – General Information1.1 – General1.2 – Description of Services1.3 – Background1.4 – Period of Performance1.5 – Phase In/Phase Out1.6 – Hours of Operation1.7 – Place of Performance1.8 – Post Award Conference/Periodic MeetingsPART 2 – Definitions, Acronyms, and Abbreviations2.1 – Definitions2.2 – Acronyms PART 3 – Government Property, Equipment, Facilities, and Services3.1 – General3.2 – Services and Material3.3 – Utilities3.4 – Facilities3.5 – Equipment PART 4 – Contractor Furnished Items and Services4.1 – Contractor Acquired Property (CAP) Identification4.2 – CAP Vehicles4.3 – Historical Data4.4 – Waste Management Hardware and Software RequirementsPART 5 – Specific Tasks5.1 – Waste Management5.2 – Military Installation Collection Areas (MICA)5.3 – Contractor Personnel5.4 – Quality Control5.5 – Work Environment5.6 – Security and Force Protection5.7 – Safety 5.8 – Installation Access5.9 – Records and FilesPART 6 – Deliverables and Plans6.1 – General Requirements6.2 – Monthly Tonnage Report6.3 – Landfill Weight Tickets6.4 – Collection Plans6.5 – Disposal Plan6.6 – Cleaning Plan

Page 2: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

2

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

Table of Contents (cont.)

6.7 – Operational Plan6.8 – Automation Plan6.9 – Traffic Plan6.10 – Spillage Plan6.11 – Missed/Delayed Pickup Plan6.12 – Invoicing Plan/Report6.13 – Storm Water Pollution Prevention Plan (SWPPP)6.14 – Contractor Manpower Reporting (CMR)6.15 – Container Location Report6.16 – Quality Control Plan (QCP)6.17 – Corrective Action Plan6.18 – Phase-In Plan6.19 – Safety Plan6.20 – Container Condition Report6.21 – Spill Report6.22 – Property Control PlanPART 7 – Applicable Publications PART 8 – Technical Exhibit List

Page 3: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

3

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PART 1 GENERAL INFORMATION

1.1 General. The Directorate of Public Works (DPW), Ft. Bliss Texas requires non-personal services to provide municipal solid waste management, to include collection and disposal. Fort Bliss is a United States Army base with facilities and ranges in Texas and New Mexico. The base is approximately 1,700 square miles (4,400 square KM), and it is FORSCOM’s (United States Army Forces and Command) largest installation, containing the Army’s largest Maneuver Area (992,000 acres). Fort Bliss is designated as a net Zero Waste Installation which requires zero landfill waste disposals by the year 2020.

1.2 Description o f S ervices . The Contractor shall provide all personnel, equipment, supplies, facilities and transportation required to perform the services as detailed in this PWS. Services shall also be performed in accordance with applicable local, state, and federal laws and regulations. Required services include the collection, transportation, and disposal of all refuse generated at Fort Bliss, including but not limited to collection in Single Soldier housing, food generating/service facilities, child care facilities, administrative offices, education facilities, medical facilities, Biggs Army Airfield, vehicle and equipment maintenance facilities, operational areas (including ranges). Collection will not be required at Fort Bliss Housing Areas.

1.2.1 Additional Contractor responsibilities shall include, but not be limited to, dumpster labeling, container repairs, and procurement of new containers. The Government will provide the existing refuse collection containers (containers, roll-offs, and compactors) as Government Furnished Equipment (GFE). All other required equipment and property shall be the responsibility of the Contractor. These items may include, but not be limited to, trucks, scales for waste pick up vehicles, RFID tags and subscriptions, computer systems for waste pick up vehicles (including software systems and GPS systems), latrines, and cleaning facilities.

1.3 Background. From Fiscal Year (FY) 2011 to FY 2015, Fort Bliss generated approximately 10,541 tons of Type I (refuse) per year and 1,001,858.12 tons of Type IV (rubble) waste per year. Tipping fees are calculated based on the current rates of the El Paso Landfill and the New Mexico Alamogordo Landfill. The Contractor is also responsible for paying the New Mexico Gross Receipt Tax (NMGRT) if they dump in New Mexico. Technical Exhibit 15, Historical Tonnage Collected at Ft. Bliss and Various Ranges MSW, provides historical data of the tonnage collected for the last five years at Ft. Bliss, and is detailed below.

Refuse Tonnage Type I 1) FY 2015 =9723 tons2) FY2014 = 95823) FY2013 = 9129

4) FY2012 = 12,324 5) FY2011 = 11,948 tons

Page 4: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

4

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

Rubble Type IV1) FY 2015 =52.40 tons2) FY2014 = 893.623) FY2013 = 2,032.65

4) FY2012 = 4,918.65 5) FY2011 = 1,393.28 tons

1.3.1 Below is historical data of the number of containers serviced at the range sites within the Fort Bliss, TX cantonment. FY 2017 (October 2016 through May 2017):Range 83 (Red Eye): 6 ContainersRange 88 (Shorad): 3 ContainersOro Grande: 9 ContainersMile Marker 21: 6 ContainersLittle Chicago: 3 Containers Tobin Welles: 4 Containers Mule Skineer: 3 Containers

FY 2016 (October 2015 through September 2016):Range 83 (Red Eye): 10 ContainersRange 88 (Shorad): 10 ContainersOro Grande: 10 ContainersMile Marker 21: 10 Containers plus one roll offLittle Chicago: 3 Containers, Tobin Welles: 6 Containers, Mule Skineer: 4 Containers. 1.4 Period of Performance . The period of performance will consist of a twelve month base period to include a 30 day phase in period and three (3) twelve month option periods to include a 30 day phase out period. The following timelines are subject to slippage up until award.

Phase-In 02 September 2017 through 02 October 2017Base 03 October 2017 through 02 September 2018Option I 03 September 2018 through 02 September 2019Option II 03 September 2019 through 02 September 2020Option III 03 September 2020 through 02 September 2021Phase-Out 02 August 2021 through 02 September 2021

1.5. Phase In/ Phase Out .

1.5.1 Phase In/Phase Out P eriod . To maintain productivity and prevent negative impacts on services, the Contractor shall have key personnel on board for a phase in period, lasting up to 30 calendar days. During the phase in period, the Contractor shall become familiar with the requirements in order to assume full performance of services by the end of the period.

Page 5: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

5

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

At the end of the contract performance, the Contractor shall continue to provide services in accordance with the PWS and facilitate the transition of services to the incoming Contractor for a phase out period lasting up to thirty calendar days.

1.6 Hours of O peration .

1.6.1 Normal Duty H ours . The Contractor shall provide collection services between the hours of 0730 and 1630 Monday through Friday except Federal holidays or when the Government facility is closed. The Contractor’s Program Manager/Alternate Program Manager and Military Installation Collection Areas (MICA) shall also provide services between 0730 and 1630. Access to some of the facilities may be limited due to temporary road closing for physical training, installation exercise, or unit training. 1.6.2 Outside Normal Duty Hours. The COR will provide the Contractor 24 hour notice if work is required outside normal duty hours. If the Contractor requires work outside normal duty hours, the Contractor shall submit a request to the COR at least 24 hours prior to the requested start time. The Contractor will not be authorized overtime for services performed under this PWS.

1.6.3 Federal O bserved H olidays .

New Year’s Day 1st day of January M L King Jr.'s Birthday 3rd Monday of January Presidents Day 3rd Monday of FebruaryMemorial Day Last Monday of MayIndependence Day 4th day of JulyLabor Day 1st Monday of SeptemberColumbus Day 2nd Monday of OctoberVeterans Day 11th day of NovemberThanksgiving Day 4th Thursday of NovemberChristmas Day 25th day of December

1.6.3.1 When one of the above designated legal holidays falls on a Sunday, the following Monday will be observed as a legal holiday. When a legal holiday falls on a Saturday, the proceeding Friday is observed as a legal holiday. This list of holidays relates to the Government duty days and is not intended to supplement or otherwise alter the provisions of any Wage Determination regarding applicable paid holidays.

1.7 Place of Performance . Work will take place at the following facilities, referenced by Technical Exhibit 3, List of Facilities to Currently Receive Services; however, the locations are subject to change: Main cantonment, Biggs Army Air-Field (AAF) area (El Paso County), William Beaumont Army Medical Center (WBAMC), Site Monitor, and range locations. Range locations include Dona Ana Base Camp, Camp Hueco, Oro Grande Camp, Oro Grande Base Camp, Alvarado Crossing, Mile Marker 21, McGregor Base Camp, and Westbrook.

Range Locations Approximately:Dona Ana Range (Northeast) - 25.50 Miles from Haan Road at Ft. Bliss

Page 6: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

6

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

McGregor Range -31 Miles from Haan Road at Ft. BlissOro Grande Camp (Northeast) - 60 Miles from Haan Road at Ft. BlissShorad Range. North McGregor Range - 40.329 Miles from Haan Road at Ft. Bliss McGregor, Missile Launch Sites - 41.14 Miles from Haan Road at Ft. Bliss Red Eye 88 - 50 Miles from Haan Road at Ft. Bliss

1.7.1 Contractor will be required to access remote desert terrain and roads not paved. The COR /ACOR will work with the customer and Contractor to stage the containers at safe and accessible locations. The Greater El Paso Landfill, 2300 Darrington Road (915) 851-3194, is approximately 21.93 miles from Fort Bliss. The New Mexico landfill is the Alamogordo Landfill, 4276 Highway 54 S, (915) 439-4355, and it is approximately 30.2 miles North of Oro Grande.

1.8 Post Award Conference/Periodic M eetings . The Contractor shall attend any post award conference convened by the contracting activity or contract administration office. The COR will meet periodically with the Contractor to review the Contractor's performance. At these meetings, the COR will apprise the Contractor of how the Government views the Contractor's performance and the Contractor shall apprise the Government of problems, if any. Appropriate action shall be taken to resolve outstanding issues.

Page 7: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

7

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PART 2DEFINITIONS, ACRONYMS, AND ABBREVIATIONS

2.1 Definitions. Army Regulation (AR) Code 310-50 are the references for definitions and acronyms not listed below.

2.1.1 Acceptable Q uality Level ( AQL) . The AQL is the maximum percent defective that, for purposes of sampling inspection, can be considered satisfactory. It is also the allowable variance from a standard before the Government will reject a specific service. An AQL does not imply that the Contractor may knowingly perform in a defective way. It implies that the Government recognizes that defective performance sometimes happens unintentionally. An individual service may be rejected by the Government based on an inspection of that service by way of a prepared Quality Assurance (QA) checklist.

2.1.2 Acceptance. This is synonymous with "as directed,” "as required,” "as permitted", "approval," or words of similar import that are used to indicate direction, requirement, permission, approval, and acceptance.

2.1.3 Bulk Items. Items too large for placement inside dumpster(s) i.e., mattresses, pallets, furniture, etc.

2.1.4 Clean. Clean shall mean the condition of meeting or exceeding as defined in Section 5.3.1.

2.1.5 Collection. This refers to a system pickup and transporting refuse, including non-accountable salvage, from pickup stations to points of disposal. It includes the dumping, disposal, or unloading of refuse at the point of disposal. It’s a system for the pickup of MSW from refuse collection containers, and the transportation and the collection of such discarded materials from the refuse collection points to points of disposal. MSW collection shall also include for contract purposes, disposal of incidental amounts of soil, dirt, rock, sand, and other inert solid materials that may be present in refuse collection containers.

2.1.6 Refuse C ollection S tation . This is the designated point where the Contractor will place MSW for refuse container collection. It’s also referred to as a collection point, pick-up station, or collection site. Collection includes the accumulated refuse from any one unit at any one time, regardless of the number of refuse collection containers, cartons, bundles, or weight. The station means the nearest adjacent alley, street or parking lot edge or curbside, as the case may be, where refuse may be conveniently and efficiently assembled and stored in refuse collection containers for collection. The locations are designated in Technical Exhibit 4 –Installation Mapping

2.1.7 Compactors. These are large, enclosed metal refuse collection containers for MSW, with attached or detachable motors designed to compact the contents of the refuse collection container.

2.1.8 Contract Admin istrator . This is the official Government representative delegated authority by the KO to administer a contract. This individual is normally a member of the

Page 8: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

8

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

appropriate procurement career field and advises on all technical contractual matters.

2.1.9 Contract Discrepancy Report ( CDR) . This is formal written documentation of Contractor non-conformance or lack of performance of a contract work requirement.

2.1.10 Contracting O fficer’s Representative (COR) . This person is an employee of the Government appointed by the KO to administer this contract. Such appointment will be in writing and states the scope of authority and limitations. This individual has authority to provide technical direction to the Contractor as long as that direction is within the scope of the contract, does not constitute a change, and has no funding implications. This individual does *NOT* have authority to change the terms and conditions of this contract.

2.1.11 Contractor. This entity is a supplier or vendor awarded a contract to provide specific supplies or services to the Government. The term used in this contract refers to the prime.

2.1.12 Contractor Acquired P roperty (CAP) . This is property acquired, fabricated, or otherwise provided by the Contractor for performing a contract and to which the Government has title.

2.1.13 Controlled A rea . This is a controlled space extending upward and outward from a specified point. This area is typically designated by a Commander or Director, wherein sensitive information dissemination, assimilation, communications, or operations occur and requires limitations of access. The Contractor’s staff shall be limited to working within the convenience of the escort staff’s schedule; mission may, at times, override cleaning schedules and require Contractor staff to come back later to perform work.

2.1.14 Debris. This is grass cuttings, tree trimmings, leaves, pine straw, limbs, stumps, street sweepings, roofing and construction MSW.

2.1.15 Defective Service . This is a service output that does not meet the standard of performance associated with the PWS.

2.1.16 Deliverable. This is anything that can be physically delivered, but may include non- manufactured things such as training Contractor employees, attending meetings, meeting minutes or reports.

2.1.17 Equipment. This is a tangible item that is functionally complete for its intended purpose, durable, nonexpendable, and needed for the performance of this contract. Equipment is not intended for sale, and does not ordinarily lose its identity or become a component part of another article when put into use. Equipment does not include material, real property, special test equipment, or special tooling.

2.1.18 F acility . This is a building, structure, or equipment designed to serve a particular function and which has a facility number (i.e., a building number) indicating DPW ownership.

2.1.19 Federal H olidays . New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran's Day, Thanksgiving

Page 9: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

9

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

Day, and Christmas Day are the normal holidays. On occasion, the President may grant an additional Federal Holiday. No work shall occur on these days because of the absence of Government surveillance.

2.1.20 FOR OFFICIAL USE ONLY (FOUO) . This is information covered under the Privacy Act.

2.1.21 Frequency of S ervice . May be as often as daily, excluding Sundays and HolidaysTwice weekly (2W). Services are performed Monday and Thursday or Tuesday and Friday. Three times weekly (3W). Services are performed three times a week or Monday, Wednesday, and Friday.

2.1.22 Full Disclosure Safety Data Sheet ( SDS) . SDSs have no proprietary ingredients, give percentages of all ingredients down to trace amounts, and summarize safety hazard information to include toxicity, flammability, explosiveness, and other items of safety/HAZMAT interest.

2.1.23 Garbage. Solid waste consisting of putrescible animal and vegetable waste materials resulting from the handling, preparation, cooking, and consumption of food, including waste materials from markets, storage facilities, handling and sale of produce and other food products.

2.1.24 Globally Harmonized System of Classification and Labeling of Chemicals ( GHS) . This system standardizes the classification and labeling of chemicals to a globally accepted standard. It comprehensively defines health, physical and environmental hazards of chemicals; creates a classification processes that uses available chemical data for comparison with the defined hazard criteria; and communicates hazard information and protective measures on labels.

2.1.25 Government F urnished Property ( GFP) . This is property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance of a contract. GFP includes, but is not limited to, spares and property furnished for repair, maintenance, overhaul, or modification. GFP also includes CAP if the CAP is a deliverable under a cost contract when accepted by the Government for continued use under the contract as was the case early in the previous refuse collection container contract.

2.1.26 Government P roperty . This is all property owned or leased by the Government. Government property includes both GFP and CAP to remain with the Government. Government property includes material, equipment, special tooling, special test equipment, and real property. The Government property does not include intellectual property and software.

2.1.27 “Green” C ontracting . It refers to selecting more environmentally sound products and procedures.

2.1.28 Hazardous Materials ( HAZMAT) . HAZMAT means a sufficient quantity and concentration of chemicals toxic to humans, pets, and the environment. More precisely, this is a MSW, which because of its quantity, concentration, or physical, chemical, or infectious characteristics may: (1) cause, or significantly contribute to, an increase in mortality or an increase in serious irreversible, or incapacitating reversible, illness; or (2) pose a substantial

Page 10: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

10

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

present or potential hazard to human health or the environment when improperly treated, stored, transported, disposed of, or otherwise managed. HAZMAT handling and notification is subject to regulation by the EPA, OSHA, and Resources Conservation and Recovery Act (RCRA) (https://www.epa.gov/laws-regulations/summary-resource-conservation-and-recovery-act).

2.1.29 Inclement We ather . This is weather conditions that create hazardous driving conditions or create safety risks.

2.1.30 Not Used

2.1.31 Loss of Government P roperty . This is the unintended, unforeseen, or accidental loss, damage, or destruction of Government property that reduces the Government’s expected economic benefits of the property. Loss of Government property does not include occurrences such as purposeful destructive testing, obsolescence, normal wear and tear, or manufacturing defects. Loss of Government property includes, but is not limited to: items that cannot be found after a reasonable search; theft; damage resulting in unexpected harm to property requiring repair to restore the item to usable condition; or destruction resulting from incidents that render the item useless for its intended purpose or beyond economical repair.

2.1.32 Material. This is 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, and test equipment or real property.

2.1.33 Municipal Solid Waste (MSW) . Solid Waste resulting from or incidental to the installation operations and activities including garbage, refuse, ashes, street cleanings, dead animals, abandoned automobiles or appliances, and all other MSW other than industrial solid waste, HAZMAT, or rubble. MSW shall also include, for contract purposes, incidental amounts of soil, dirt, rock, sand and other natural or fabricated inert solid materials that may be present in MSW refuse collection containers.

2.1.34 Non- Personal S ervices . The personnel rendering the services are not subject to, either by the contract’s terms or by the manner of its administration, the supervision and control usually prevailing in relationships between the Government and its employees. Non-personal service contracts are authorized by the Government under general contracting authority and do not require specific statutory authorization.

2.1.35 Non- putrescible MSW (excluding ashes) . Consists of both combustible and noncombustible MSW. Combustible MSW includes paper, rags, cartons, wood, furniture, rubber, plastics, yard trimmings, leaves, or similar materials. Non-combustible MSW includes glass, crockery, tin cans, aluminum cans, metal furniture, and similar materials that will not burn at ordinary incinerator temperatures (1,600 to 1,800 degrees Fahrenheit).

2.1.36 Open B urning (PROHIBITED) . This is the combustion of MSW without (a) combustion air control to maintain adequate temperature for efficient combustion, (b) combustion reaction containment in an enclosed device to provide sufficient residence time and mixing for complete

Page 11: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

11

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

combustion, or (c) combustion products emissions control. OPEN BURNING IS PROHIBITED and is not an authorized means of MSW disposal on Fort Bliss.

2.1.37 Operational a nd Administrative A reas . Includes Real Property Inventory (RPI) other than family housing quarters (e.g., office buildings, warehouses, barracks, motor pools, food service, and gyms).

2.1.38 Performance R equirements Summary ( PRS) . The 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. More specifically, this table (refer to TE 1) delineates the work requirements, standards of performance, maximum ADRs and weights per contract requirement. The PRS is used by the Government in conjunction with the QASP in order to assess the Contractor’s performance and is the primary method for calculating work performance deficiency deductions.

2.1.39 Personnel. This is Contractor personnel that are necessary in the performance of a contract as listed in the PWS. The prime Contractor is responsible for the performance and conduct of all sub-contractors. The following are positions for operating solid waste collection and disposal:

1) Military Installation Collection Area Attendants2) Truck Drivers 3) Project Manager4) Project Quality Control (Safety and Inspectors)5) Container Cleaner/Painter6) Unskilled Laborer7) Fabricator/Repairer8) Office Manager9) Admin/HR

2.1.40 Physical S ecurity . These are actions that prevent the loss or damage of Government property.

2.1.41 Police Up . This means to clean up or pick up litter or MSW and dispose of it.

2.1.42 Project M anager ( PM) . PM and Alternate PMs (APMs) represent the Contractor. Project Managers focus on developing, implementing and monitoring enterprise-wide or site-specific initiatives. By working closely with customers, these managers will review operational data and perform facility assessments to become familiar with personnel and the daily challenges they face. From there, they will develop efficient and cost-effective action plans for seamless waste and environmental operations. They plan and direct all onsite activities at client’s location in relation to the storage, transportation and disposal of hazardous and non-hazardous wastes and other related services following federal, state and local regulations. Supervises and plans activities of onsite personnel. Serves as liaison between client and vendors in relation to service issues and contract management. Maintains pre-established standards for safety and environmental issues.

Page 12: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

12

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

2.1.43 Property. This includes all tangible property, both real and personal.

2.1.44 Property Administrator or Plant Clearance Of ficer (PAO) . This is an authorized representative of the KO appointed IAW agency procedures. The PAO is responsible for administering the contract requirements and obligations relating to Government property in the possession of the Contractor.

2.1.45 Property R ecords . Records created and maintained by the Contractor in support of its stewardship responsibilities in the management of the Government property.

2.1.46 Provide. This means to furnish, as in the GFP, or to acquire, as in CAP.

2.1.47 Putrescible M SW . This includes organic MSW such as garbage and grease trap MSW capable of decomposing to microorganisms with sufficient rapidity to cause odors or gases or is capable of providing food for, or attracting, birds, animals, and disease vectors.

2.1.48 Quality Assurance ( QA) . These are Government procedures used to verify that services being performed by the Contractor are of acceptable standard. The goal of a quality assurance (QA) program is to establish appropriate field and laboratory sampling and analysis procedures for all tested analysts to ensure proper collection preparation, and analysis of representative samples of waste, soil, water, and other media, and evaluate completeness, correctness, and conformance or compliance of a specific data set against method, procedural, or contractual requirements. To achieve accuracy (correctness) and completeness, the owner or operator shall adopt acceptable data quality standards and ensure that all sample collection, preparation and analyses, and data management activities are in accordance with the standards.

2.1.49 Quality Assurance Inspector. The person responsible for evaluating the quality of disposal practices through investigating and enforcing compliance with TCEQ solid waste rules, regulations, policies, and recycling programs. The position receives and investigates complaints regarding the deficiencies attributed to the disposal of refuse or recycling collection practices such as garbage spills, contaminated recycling bins and/or barrels, and drop-off center cleanliness. The position communicates with customers regarding the proper techniques for disposing refuse and recyclables, educates customers on solid waste programs, and assists in developing educational materials regarding departmental programs.

2.1.50 Quality Assurance Evaluator (QAE) or Specialist . This person is an official Government representative concerned with matters pertaining to the contract administration process and quality assurance/quality control. This person acts as technical advisor to the COR, ACOR, and KO in these areas.

2.1.51 Quality Assurance Surveillance Plan (QASP) . This is an organized document written by the Government specifying the surveillance methodology used for surveillance of Contractor performance. This document contains specific methods to perform surveillance of the Contractor. It is a written document used by the Government for QA, containing sampling guides, checklists, and decision tables used by the COR to inspect and annotate the results of this sampling program. The QASP is not part of the contract.

Page 13: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

13

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

2.1.52 Quality C ontrol ( QC) . These are all the necessary measures taken by the Contractor to assure that quality and efficiency of an end product or service shall meet contract requirements.

2.1.53 Real Property Inventory ( RPI) . See Federal Management Regulation 102-71.20 (41 CFR 102-71.20). All facilities and infrastructure sustained by the DPW are identified within this database.

2.1.54 Receptacles. Refuse collection containers.

2.1.55 Recyclable M SW . This is MSW which can be transformed into new products in such a manner that the original product may lose its identity. Another Contractor maintains and services the blue recyclable collection containers i.e., containers and roll offs.

2.1.56 Refuse ( MSW) . This is all garbage, ashes (burnt material), debris, rubbish, and other MSW. Not included are explosive and incendiary waste and contaminated waste from medical and radiological processes. Refuse consists of general household and yard wastes including lawn and flower bed trimmings, grass, grass clippings and grass roots, cardboard boxes, cartons, plastic bags, bundled and tied newspapers, magazines, tree branches, etc.

2.1.57 Regular Working H ours . The Government's regular (normal) working hours.

2.1.58 Response Time . This is the time allowed to the Contractor after initial notification of a work requirement to be physically on the premises at the work site with appropriate tools, equipment, and materials, ready to perform the work required.

2.1.59 Roll -Offs . These are large metal, open-top typically thirty (30) CY refuse collection containers used to collect MSW in areas of heavy MSW generation located predominately at the Installation's motor pool facilities and temporary locations.

2.1.60 R ubbish . This is a variety of unsalvageable MSW such as metal, glass, crockery, floor sweepings, paper, wrapping, refuse collection containers, cartons, and similar articles not used in preparing or dispensing food. No burning is allowed at Ft. Bliss and various Ranges. Rubbish is further subdivided into: combustible (can be burned readily in an incinerator) and non-combustible (cannot be burned in an incinerator).

2.1.61 Rubble. This is small or large volumes of construction material or debris such as discarded asphalt paving or concrete, furniture, large tree limbs and tree trunks, poles, scrap lumber, rocks, dirt, cut pavement or sidewalk debris, bricks, various building component parts, and other similar items.

2.1.62 Salvageable Was te . Items include metals, wood pallets, usable appliances, furniture and equipment, and other salvageable items not accepted by the recycling center. The Defense Logistics Agency (DLA) (formerly Defense Reutilization and Marketing Office (DRMO) accepts salvageable items. For DLA services please coordinate with COR for most current location and Point of contact.

Page 14: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

14

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

2.1.63 Sanitary L andfill . A site where refuse is disposed of using an engineering method in a manner that protects the environment by spreading the MSW in thin layers, compacting it to the smallest practical volume, and covering it with soil by the end of each working day; it meets the criteria of PL 94-580, 90 Stat 2800, 42 USC 6903. Others operate the El Paso City MSW landfill.

2.1.64 Sensitive P roperty . This is property potentially dangerous to the public safety or security if stolen, lost, or misplaced, or that shall be subject to exceptional physical security, protection, control, and accountability. Examples include weapons, ammunition, explosives, controlled substances, radioactive materials, hazardous materials or wastes, or precious metals.

2.1.65 Solid Waste (MSW) . This is garbage, refuse, sludge, and other discarded solid materials resulting from commercial, industrial, residential, and community activities. It does not include HAZMAT, infectious/medical wastes, solids or dissolved materials in domestic sewage, or other significant pollutants in water resources such as silt, dissolved or suspended solids in industrial waste, water effluents, dissolved materials in irrigation return flow, or other common water pollutants. The Resource Conservation and Recovery Act (RCRA) defines solid wastes as "any garbage, refuse, sludge from a waste treatment plant, water supply treatment plant, or air pollution control facility and other discarded material. It also includes solid, liquid, semisolid, or contained gaseous material resulting from industrial, commercial, mining, and agricultural operations and from community activities. It does not include solid or dissolved material in domestic sewage, or solid or dissolved materials in irrigation return flows or industrial discharges.

2.1.66 Solid Waste Collection Operational Area (SWCO A) . This area is located adjacent to the intersection of Jeb Stuart Road and Fred Wilson Road (TE 8). The location is to be used by the Contractor for central MSW collection and disposal operations.

2.1.67 Special Was te . Asbestos waste, FOUO material, and dead animals are considered special waste. It is waste that requires special handling, packaging, coordinating and/or burial. It is waste that is buried and covered at the beginning of the day in specially prepared trenches at the bottom of a refuse pit.

2.1.68 Spillage. Refuse dislodged from refuse collection containers onto other containers, area (ground/enclosures) or refuse dislodged from solid waste collecting equipment during collection, transit, and disposal.

2.1.69 Subcontractor. A business entity that enters into a contract with the prime Contractor. The Government does not have privity of contract with the sub-contractor.

2.1.70 Unit Acquisition C ost . The dollar value assigned by the Government and identified in the contract for GFP and the cost derived from the Contractor’s records for CAP.

2.1.71 Value E ngineering . A proposal solicited or unsolicited by the Contractor detailing a more efficient process that results in some value gain to both the Government and the Contractor.

Page 15: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

15

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

Value, as defined, is the ratio of function to cost. Value can therefore be increased by either improving function or reducing cost.

2.1.72 Weight T ickets . Individual weight tickets denote the date, truck number, and refuse tonnage.

2.1.73 Wide Area Work Flow (WA WF) . A secure, web-based system for electronic invoicing, receipt, and acceptance. WAWF allows Government vendors to submit and track invoices and receipt/acceptance documents over the web and allows Government personnel to process those invoices in a real-time, paperless environment.

2.1.74 Work D ay . The number of hours per day the Contractor provides services IAW with this contract.

2.1.75 Work We ek . Monday through Friday, except federal holidays.

2.2 Acronyms.

AAF Army Air FieldAPM Alternate Project ManagerACOR Alternate Contracting Officer's RepresentativeADR Acceptable Defective RatesANSI American National Standards InstituteAQL Acceptable Quality LevelAR Army RegulationARC Acquisition Resource CenterAT AntiterrorismATO Antiterrorism Officer Management PlanC&D Construction and DemolitionCA Corrective ActionCAP Corrective Action PlanMICA Military Installation Collection Areas CDR Contract Deficiency ReportCFR Code of Federal RegulationsCLIN Contract Line ItemCMR Contract Manpower ReportingCOR Contracting Officer RepresentativeDA Department of the ArmyDFAC Dining FacilitiesDES Directorate of Emergency ServicesDLA Defense Logistics AgencyDOD Department of DefenseDPW Directorate of Public WorksDRMO Defense Reutilization and Marketing OfficeFFP Firm Fixed PriceFOG Fats, Oils, and Grease (for food only; see POL for non-food)

Page 16: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

16

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

FOD Foreign Objects and DebrisFPCON Force Protection ConditionGPS Global Positioning SystemGovernment Services AdministrationHAZMAT Hazardous MaterialsHQDA Headquarters to Department of Army Information AwarenessIAW In Accordance WithIDIQ Indefinite Delivery, Indefinite QuantityiWATCH “I” Watch as in for suspicious activity training JER Joint Ethics RegulationKO Contracting OfficerMSW Municipal Solid WasteMWC Municipal Waste CombustionNLT No Later ThanNM New MexicoOCI Organizational Conflict of InterestOSHA Occupational Safety and Health ActPA Property AdministratorPAM PamphletPIPO Phase In/Phase OutPL Public LawPM Project ManagerPOC Point of ContactPRS Performance Requirements SummaryPPE Personal Protective Equipment (aka shoes/gloves)PRS Performance Requirements SummaryPWS Performance Work StatementQA Quality AssuranceQAE Quality Assurance EvaluatorQAS Quality Assurance SpecialistQASP Quality Assurance Surveillance PlanQC Quality ControlQCP Quality Control ProgramQRP Qualifying Recycling ProgramsRCRA Resource Conservation and Recovery ActRPI Real Property InventorySATOC Single Award Task Order ContractSDS Safety Data SheetSOW Statement of WorkSWCOA Solid Waste Collection Operational AreaSWPPP Storm Water Pollution Prevention PlanTCEQ Texas Commission on Environmental QualityTE Technical ExhibitTX TexasUS United StatesUSC United States CodeWAWF Wide Area Work Flow

Page 17: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

17

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

WHO/ISWA World Health Organization/International Solid Waste Association

Page 18: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

18

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PART 3GOVERNMENT PROPERTY, EQUIPMENT, FACILITIES, AND SERVICES

3.1 General. The Contractor shall not use any government furnished equipment from this requirement to support any other requirements, whether government or non-government. The Contractor shall not place or display advertising of any kind on Government property.

3.2 Services and Materials . The Government will not provide any services or materials for use in this contract.

3.3 Utilities. Utilities are provided free of charge by the Government only as needed to support laydown areas. The contractor shall request permission and a utilities sales agreement in writing to the COR during the phase in period.

3.4 Facilities . The government will provide the following facilities and laydown areas to be used by the Contractor for their operations. The Contractor shall apply for these via the Real Property Office at DPW:

Laydown and storage yards located at A0913. These are fenced in areas that will be assigned to the Contractor, Technical Exhibit 8 A and B- Municipal Solid Waste Collection Stations Laydown Areas.

MICA, Military Installation Collection Areas, Technical Exhibit 8 A and B- Municipal Solid Waste Collection Stations Laydown Areas. There will be two fenced in collection stations available that will be assigned to the Contractor.

3.5 Equipment.

3.5.1 Refuse Collection Containers . The collection containers are all Government owned. These containers are serialized for identification purposes (Technical Exhibit 13- Dumpster Inventory and Current Condition for Ft. Bliss, TX). 5.6.2. The Contractor shall tag, label, or mark GFP if it is a serially managed items. The list below summarizes the Government owned collection containers:

• 6 CY Refuse Collection Containers (containers) – 447 ea.• 8 CY Refuse Collection Containers (containers) – 600 ea.• 30 CY Refuse Collection Containers (roll-offs) – 27 ea.

Note: The inventory of refuse collection containers from FY 2016. The number of containers is subject to change through the period of performance of the contract.

3.5.2 The Contractor is responsible for any loss or damage to the collection containers while they are in their possession. The collection containers are the Contractor's possession when the Contractor is transporting them from one location on the installation to another, loading or unloading them, transporting them to a repair facility off the installation, or storing them in the Contractor's yard. The Contractor shall have a procedure to track all Government collection

Page 19: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

19

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

containers, regardless of their location. In the event of damage or loss, the Contractor will immediately investigate the circumstances and provide a written report with findings to the COR and KO.

3.5.3 The Contractor and COR shall perform a joint inventory of the collection containers during the Phase In period. Each Government collection container will have a number on it for serialization and identification purposes along with labels on the container that say “Property of US Government”.

Page 20: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

20

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PART 4CONTRACTOR FURNISHED ITEMS AND SERVICES

4.1 Contractor Acquired Property ( CAP) Identification . All Contractor equipment shall be readily identifiable. Identification shall include but not be limited to displaying Contractor’s name in a clear and unobstructed location on the equipment. Each vehicle shall be identified with a number which will be clearly painted or otherwise displayed prominently on each side of the vehicle. Motor vehicles entering Fort Bliss Operational Area are required to be properly licensed, insured, and registered with the Installation Access Pass Office.

4.2 CA P V ehicles . The Contractor shall use vehicles specifically designed for refuse collection that have watertight bodies and do not permit loss of refuse. Open-box trucks, with or without canvas cover, shall not be used except for the collection of debris or bulky items. Enclosed, metal, leak-resistant compactor vehicles shall be used for the collection of MSW. Contractor’s self-contained cleaning vehicles shall allow for cleaning and sanitizing of equipment and area. Collection vehicles shall be operated in accordance with activity rules and regulations while in the activity area, and shall be kept closed when moving or when not actually engaged in collecting MSW. Contractor's trucks shall meet all applicable standards established by the Federal Government. These standards include, but are not limited to, Motor Carriers Safety Standards (49 CFR 390-396) and Noise Emission Standards for Motor Carriers Engaged in Interstate Commerce (40 CFR 202) and Federal Motor Vehicle Standards (40 CFR 500-580) and shall comply with all federal, state, and local air pollution standards and regulations. All vehicular equipment shall be kept and maintained in good and safe mechanical condition (no leaks). Vehicle equipment shall be clean and painted. Vehicles shall be washed to maintain a sanitary condition and to be free of nuisances, such as but not limited to, odors and conditions that promote the attraction or propagation of vectors.

4.2.1 No later than 120 calendar days after the initial phase in period, the Contractor shall have collection equipment (vehicles, scales, RFID sensors, web based application) inspected by the COR for conformance with contract requirements. Approval of equipment shall be made by the Contracting Officer prior to commencement of refuse collection. Any additional or replacement equipment to be used in the performance of this contract shall be similarly inspected and approved prior to use. Collection equipment of the following types used for the collection, storage, and transportation of MSW shall meet the standards established by the American National Standards Institute (ANSI Z245.1), Safety Standards for Refuse Collection Equipment) as of the effective date(s) established in ANSI Z245.1.

4.3 Historical Data. The historical number of trucks used by Contractors for solid waste collection within the past 5 years is as follows:

(3) Front loaders (2) Roll Offs (2) Trucks for relocating containers (1) Semi-truck (transporting containers to ranges and temporary camps)

4.4 Waste Management Hardware & Software Requirements. The Contractor shall supply

Page 21: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

21

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

hardware and software for the refuse collection vehicles and Radio Frequency Identification (RFID) for the collection containers.

4.4.1 Refuse Collection Vehicles. Each vehicle must contain a non-load cell, integrated motion-scale capable of recording weights without stopping or waiting. Scale must be able to meet or exceed 90% accuracy of the weight of the containers at the time of pickup. The scales shall:

• Not require a modification to the truck forks• Be calibrated at least annually by a certified technician to maintain a +/- 5% variance • Integrate with an on-board computer system• Be able to send real time information using the on-board computer interface

4.4.1.1 The refuse collection trucks must also be equipped with GPS collaborative service. The vehicles shall also be equipped with a ruggedized military grade on board smart display computer board, and Radio Frequency Identification (RFID). These items must work in a desert and mountain terrain environment. The contractor shall provide a spill kit for each vehicle in order to handle any vehicular leaks such as gasoline, oil, and antifreeze.

4.4.1.2 Safety devices, including, but not limited to the following shall be provided on all collection vehicles: Exterior rear-view mirrors, back-up lights, four-way emergency flashers, easily accessible first aid equipment, easily accessible fire extinguisher, and an audible reverse warning device.

4.4.2 Hardware and software. The system used to monitor refuse containers shall be equipped with a hosted route manager server software set-up that shall provide real time integration between the vehicles and the host. The Contractor shall be responsible for all costs associated with the automation system. The Contractor is not authorized to use the government’s networks. 4.4.3 RFID Tags. The Contractor shall install ultra-high frequency RFID sensors inside all containers to provide fill levels and GPS locations for the DPW containers (6 cubic yard and 8 cubic yard sizes). Government shall have the same access to the network and all data as the Contractor, to include viewing real time and photos taken by RFID sensors camera inside the containers for daily pickups, locations, and weight of trash. The Automated Refuse Collection Program shall note the software type and show how the COR will be able to access it via the web.

4.4.4 No more than two percent (2%) of equipment including vehicles, scales, RFID sensors, software, and other associated hardware can be down per month.

Page 22: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

22

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PART 5 SPECIFIC TASKS

5.1 Waste Management. The Contractor shall deliver MSW collected from the areas specified in this PWS for disposal off the installation, in accordance with Technical Exhibit 5 - TCEQ MSW Chapter 330 Subchapter C. The Contractor shall establish and maintain pickup of containers not less than 80 % full. The pickup schedule and routes shall be optimized to assure pickup of full (80-100%) containers to prevent overfill and spillage. The Contractor shall pick up spillage and bulk items within 15 feet of the containers. If the bulk items weigh over 80 pounds and do not fit on the back of the Contractor’s truck, the COR shall be notified. The Contractor shall not pick-up or transport items that are known to contain weapons, hazardous materials, bio-medical waste (red bag), live ammunition and shells/casings, or compact military food heaters. The Contractor shall notify the COR immediately upon discovery of these items. Food generating facility containers are not governed by the 80-100% capacity requirement, but shall be emptied as needed (not less than one time per week). This also applies to all containers used for putrescible waste. Collection containers located at medical, health and safety related facilities shall be collected in accordance with TB MED 530 “Occupational and Environmental Health Food Sanitation” page 119 section 5-501.115 and 5-501.116. MSW shall not remain in collection vehicles over twenty four (24) hours and shall only be left in a vehicle overnight when this practice does not constitute a fire, health, or safety hazard. MSW will be property of the US Government until it is properly disposed of in accordance with this PWS.

5.1.1 Contractor’s Staging Area. The Contractor will be allowed to use open storage (staging) areas for a laydown yard or Military Installation Collection Areas (MICA) Roll-Off Stations as designated by the COR. Security and fencing, if required for a laydown yard, shall be the Contractor’s responsibility. The Government will provide fencing and a lockable gate for the MICA Roll-Off Stations. New sites may be provided upon the Contractor’s request to the COR. Contractor shall not store any equipment or vehicles used for refuse collection either at the storage yard or any of the two MICAs. The Contractor shall maintain the site to include, but not limited to; grounds maintenance, repairs to the fence and gates, and cleaning any spills inside the two MICAs and storage yard. When the facility (MICAs or Storage Yard) is operating, windblown solid waste must be removed daily from around the site, along fences and access roads, at the gate, and along any public roads connected to the facility’s entrances (at a minimum, 10 feet in either direction from the entrances). The Contractor shall not conduct any maintenance, repair, paint, or mechanic work for Refuse vehicles at either MICA locations. Contractor may work on equipment and may paint at the storage yard at A0913.

5.1.2 Refuse Collection Containers. The Contractor shall maintain all refuse collection containers and areas ensuring they remain free of unpleasant odors, pests, refuse on the floor (spillage) and other nuisances. All refuse collection containers shall be maintained in good working condition such that lids or doors are able to open/close and are not damaged, broken or warped. Locations for cleaning and repair services must be disclosed to the COR and access available to COR for site inspections if located on Ft Bliss. In the event a replacement container is required, the container will become property of the Government after acceptance. Contractor shall provide and place refuse collection container informational labels, TE 7 Dumpster Labels

Page 23: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

23

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

on all refuse collection containers, replacing worn labels as needed. The Contractor shall wash refuse collection in a manner so as not to contaminate the surrounding area or result in environmental pollution. The Contractor shall clean up and remove any matter washed loose from the cleaning operation or liquids used in the washing process. If a refuse container is thought to be unserviceable (unsafe doors/lids, cracks, holes, worn bottoms/sides), the Contractor shall notify the COR for action. The COR will make the final determination to designate a refuse collection container unserviceable. If the container(s) are deemed unserviceable, the Contractor shall prepare (wash/clean) container(s) for turn in.

5.1.3 Inventory and Positioning. The Contractor shall inventory and position all refuse collection containers at collection stations identified by the COR. The Contractor shall not position refuse collection containers closer than standoff distances referenced in Figure A-1, to inhabited facilities. In addition, the refuse collection containers shall be positioned more than 15 meters from a food establishment’s entrance doors and not adjacent to any entry way unless approval is obtained from the COR. The Contractor shall position refuse collection containers to minimize interference with adjacent parking, sidewalks, roadways, overhead utilities, and other overhead obstructions. The refuse collection containers final position shall present the least amount of visual impact. When more than one refuse collection container is positioned at one collection station, the Contractor shall place refuse collection containers as close together as feasible for user convenience and organized appearance. If a refuse collection container is no longer being used at a facility that has been vacated for over two weeks, the Contractor shall inform the COR who will provide removal or termination of services instructions.

5.1.4 Missed/Skipped Collections. Contractor shall not miss or skip more than 0.5% of collections per month. If the COR notifies the Contractor of a missed or skipped collection, the Contractor shall pick up the collection container no later than two (2) hours following notification, even if the time is outside normal duty hours. Once the missed/skipped collection is identified, the Contractor shall provide an explanation to the COR for review within 24-hours. If it is determined that it was solely the fault of the Contractor, the COR will follow up with a Contract Deficiency Report. If it was the fault of the government or customer, it will not count towards the 0.5% limit.

#’s of Personnel in Buildings

Low Occupancy Buildings is <11 Personnel Inhabited Building is ≥11 Personnel PGF or All Billeting is

Figure A 1‐ Standoff Distances ‐ Containers and Roll off‐ Containers

25 m = 82 ft 10 m = 33 ft

Page 24: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

24

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

5.1.5 Salvageable Waste. The Contractor shall pickup any bulk items or material which are salvageable waste (items with obvious value) and inadvertently placed near a collection point. The Contractor shall notify the COR if such materials are placed in/near/around collection containers. Materials may include, but not limited to furniture, appliances, or electronic equipment. If refuse containers are full with recyclable materials only (Technical Exhibit 17- List of Recyclable Items), the Contractor shall contact the COR to make arrangements for pickups. If recyclable materials are mixed with trash, the Contractor shall empty the entire refuse container and dispose of the contents.

5.1.6 Waste Debris Prevention. The Contractor shall take adequate precaution to prevent MSW from blowing away or falling off vehicles during MSW removal services on and off the installation. The Contractor shall clean up any debris that flies off the refuse collection container and/or the vehicle. If the driver cannot get out of the truck to clean debris, the Contractor shall make arrangements to clean up the debris by within 2 hours.

5.1.7 Biggs A AF/Heliport Foreign Object Damage (FOD) Prevention Program requiremen ts . Biggs Army Air Field/Heliport has special considerations for preventing hazards to aircraft (and pilots). Containers in this area must not reach full conditions at any time. AR 385-10 and DA PAM 385-90 define the FOD Prevention Program. The Contractor shall adjust their operations and pick up frequencies/collection plans to meet or exceed the FOD program requirements. The Contractor shall monitor the capacity and relative frequency and adjust as required to prevent overflow. During pickups, spillage ten feet around the container and that debris that fly off the refuse collection container and/or the vehicle shall be picked up immediately.

5.1.8 Special Events . Special events and recovery operations due to natural causes or fabricated causes require additional refuse collection containers at additional locations for the duration of the event. Historically, Fort Bliss has approximately 30-40 special events per year. For the duration of an event, the Contractor may be required to provide additional refuse collection containers from the available Government inventory to meet the temporary demand on short notice. The Contractor shall provide and service refuse collection containers, and remove all special events refuse collection containers after events are complete. Contractor is responsible for removal and relocation of temporary containers at the conclusion of the special event.

5.1.9 Military Exercises. Military exercises may require additional refuse collection containers and/or additional pickups to meet the temporary demand on short notice. A notification will be given two weeks in advance of the start and end dates of a military training exercise with coordinates of the locations for the Contractor to stage the dumpsters, or roll offs requested by the customer. The Contractor shall police, maintain, and service refuse collection containers to include pickup of spillage on and around refuse around containers. Removal or repositioning of these containers will be as directed by the COR after the exercises are complete. If containers contain militarized items, Contractor shall notify COR immediately prior to picking up container. The COR will inform the Contractor the container(s) need to be collected. The Contractor shall monitor these temporary sites and containers and assure they are serviced and spillage is picked up.

Page 25: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

25

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

5.2 Military Installation Collection Areas (MICA). The Contractor shall operate the two existing MICAS located at Building 1250 and A0913 (Technical Exhibit 8 A and B - Municipal Solid Waste Collection Stations Laydown Areas), including roll off containers (30 CY). The two Fort Bliss MICAs are already operating but the fence must be extended to separate the perimeter and install swinging gates to secure both sites. Contractor shall provide an attendant at each location to manage and accept the MSW and reject and report inappropriate waste. These stations shall be manned Monday through Friday from 0730 to 1630. If the attendant needs to assist with route collection/sorting, the station may close for a period of time during hours of operation. This must be a regularly planned evolution as approved by the COR. The hours of operation of the MICA must be posted. The Contractor shall not accept any refuse from outside of Fort Bliss or any construction and demolition (C&D) debris unless approved by the COR. The Contractor shall comply with 30 TAC 330.213.

5.2.1 Allowable Items. The following is a list of items allowed to be deposited at the MICAs:

• Household Trash• Bulky Items (Furniture: chairs, sofas, couches), Appliances (dishwashers, dryers,

refrigerators, freezers)• Tires Without Rims (Contractor shall work with the Fort Bliss Environmental

Contractor to come into the MICAs for them to pick up and dispose of tires)• Yard Waste• Wood-Pallets, 2 by 4s, 4 by 4s, Crates, Cabinets, etc.• Scrap Metal-Bars, filing Cabinets, and barb wire• Recyclable Items (to be deposited in blue containers: paper, cardboard, Plastics 1 – 7,

and metal cans) Note: Fort Bliss Environmental will have their Contractor come and pick up the blue containers or roll offs when they are full.

5.2.2 Unallowable Items. The following is a list of items not allowed to be deposited at the MICAs:

• Class 1 Industrial Waste• PCBs (Polychlorinated Biphenyls) -Items containing electrical transformers,

capacitors, and ballasts• Liquid Waste-any waste determined to contain “free liquids” by Paint Filter Test• Regulated Hazardous Waste• Radioactive Materials• Regulated Asbestos Containing Materials• Chemical Detection Kits• Mattresses• Construction Waste• Chemicals-Cleaning• Commercial waste/debris• Construction and demolition waste/debris (includes household and commercial)• Dirt, rocks, roofing material• Radioactive waste• Industrial or agriculture waste

Page 26: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

26

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

• Explosives/ammunition• Business generated wastes• Commercial hazardous waste• Used Oil & Filters• Auto & Household Batteries• Antifreeze• Paint• Pesticides & other• Household chemicals • Syringes• Fluorescent Bulbs• Cooking Oil• Radios and Stereos • CD Players• PlayStation, Xboxes, and Nintendo• Televisions

5.2.3 The Government will conduct unannounced inspections to both MICA sites and the storage yard. A report of findings will be sent to the Contractor by the KO. From the day the KO issues the report, the Contractor will have three (3) business days to correct and then notify the COR of the corrected action.

5.3 Contractor Personnel

5.3.1 Responsibilities o f the C ontractor . The Contractor shall provide a safe working environment as prescribed by 29 CFR 1910 “Occupational Health and Safety”. The Contractor shall be responsible for all damages to persons and property that occur from any negligence or omissions of Contractor, any of his Subcontractors or any employee, agent or any representative of the Contractor or sub-contractor(s), in connection with the work and service under this contract, without recourse against the Government. The Contractor shall exercise extreme caution to protect building finishes, private property, military property, etc., from damage during the performance of this contract. The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any federal, state, and municipal laws, codes, and regulations applicable to the performance of the work.

5.3.2 Personnel. The Contractor shall staff this effort with trained, competent and capable employee(s) for the discipline they are assigned. The Contractor shall ensure that employees meet all applicable federal, state, local, and installation certification, licensing, medical requirements, and qualifications prior to commencement of work. The Contractor will be notified if personnel is identified as a potential threat to the health, safety, security, general wellbeing, or operational mission of the Army. All Contractors’ personnel shall comply with installation security and access procedures and the Contractor’s Safety Plan. Proof and/or copies of all licenses, certifications and training taken shall be submitted to the COR no later than ten (10) days after period of performance commences unless stated otherwise in the following paragraphs.

Page 27: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

27

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

5.3.3 Key P ersonnel . The Government considers the Project Manager (PM) and their alternates (APMs) key personnel. The name and contact information of the PM and APM shall be identified in writing and submitted to the COR no later than ten (10) calendar days after period of performance commences. Any changes shall be submitted to the COR no later than seven (7) calendar days prior to the scheduled change. The PM or APM shall have full authority to act for the Contractor on all contract matters relating to daily operation of this contract. The PM or APMs shall be available between 0700 and 1630 Monday through Friday by cellular phone within two (2) hours of the COR calling. The Contractor shall provide after duty hours phone numbers for PM and APMs to be used by the Government for urgent requirements such as damage recovery after a weekend emergency. Qualifications for Project Manager are listed below. A total of 5 years combined experience in the below-referenced qualifications is required to be a Project Manager for solid waste management.

Running and inspecting waste disposal sites Managing refuse related teams Monitoring local waste collection services Managing contracts with private waste collection companies Analyzing statistics on local levels of waste Making sure that waste disposal is handled according to the law

aiming to meet waste reduction, landfill diversion and recycling targets

Note: Historical level of key and non-key personnel utilized to successfully execute the MSW contract at Fort Bliss, TX is 15 employees (TE 14 - Number of Employees for Incumbent Contractor Refuse Collection).

5.3.4 Employee Certifications. The Contractor shall obtain all required Texas Commission Environmental Quality Class “A” certifications/or permits for staff as required by TCEQ for Municipal Solid Waste.

5.3.5 Employee Training. The Contractor shall require personnel to attend at least twenty four (24) hours of training specific to MSW removal services with HAZMAT identification and handling from an approved source. Training shall include Material Safety Data Sheets (MSDSs), Safety Data Sheets (SDSs), and proper chemical handling such as petroleum, oils, and lubricants (POLs), fat, oil, and grease (FOG) contaminated refuse common to dining facilities (DFACs), and O&M chemicals such as paints. The Contractor shall provide the COR with the list of employees and certificates of training completed within 2 days of completion. Training must be completed by a certified website or certified agency specializing in HAZMAT and handling of HAZMAT materials.

5.3.6 Motor Vehicle Operators . Personnel whose tasks involve operation of any vehicles shall possess a valid U.S. state driver’s license, and certificates and permits applicable for the type and class of vehicle operated (e.g. Commercial Driver’s License (CDL)).

5.3.7 Authorization t o W ork . Personnel shall be United States Citizens or authorized to work in the United States or possess a valid U.S. Immigration T-151 or I-94, Alien Registration Card.

Page 28: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

28

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

5.3.8 Communication. Contractor shall hire and staff personnel who can communicate with Government representatives where reading, understanding, and discussing environmental, health, and safety warnings are an integral part of an employee’s duties. Contractor’s employee shall be able to understand, read, write, and speak the English language fluently.

5.3.9 Identification of Contractor Emp loyees . The Contractor shall provide each employee an Identification (ID) Badge, which includes at a minimum, the Company Name, Employee Name and a color photo of the employee. ID Badges for Personnel shall also indicate their job title. ID Badges shall be worn and visible at all times the employee is performing work under this contract. Each Contractor shall wear the ID Badge on the front of exterior clothing and above the waist except when safety or health reasons prohibit. The Contractor shall be responsible for collection of ID Badges upon completion of the contract or termination of an employee. A listing of issued identification cards shall be furnished to the KO prior to the contract performance date and updated as needed to reflect Contractor and subcontractor personnel changes. A monthly Employee status Report shall be submitted to the COR along with the invoice submission. This report will identify current staffing numbers, newly hired employee and employees that were let go that month, along with proof that the badge was turned in.

5.3.10 All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties shall identify themselves as Contractor personnel to avoid creating an impression they are Government officials. Contractor personnel shall ensure that all documents or reports produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed.

5.3.11 Employee U niforms . All Contractors’ employees shall wear uniforms or other garments with company logos to readily identify them as Contractors at all times. For example, a standard, vest-like garment of the same color and design with a company logo at front, and a minimum (12 inches x 6 inches) company logo visible from 15 feet, at the back of the vest-like garment.

5.3.12 Personnel H ealth and H ygiene . Contractor employees shall be well groomed and neat in appearance.

5.3.13 Organizational Conflict of Interest . Contractor and subcontractor personnel performing work under this contract may receive, have access to, or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications or work statements, etc.), or perform evaluation services which may create a current or subsequent Organizational Conflict of Interests (OCI). The Contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. The Contractor’s mitigation plan will be determined to be acceptable solely at the discretion of the KO, and in the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent

Page 29: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

29

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

contracted requirements which may be affected by the OCI.

5.3.14 Conflict o f Interest with Employment of Current and Previous Government P ersonnel . The Contractor shall not knowingly employ any person who is a U.S. Government employee if employing that person would create a conflict of interest. Additionally, the Service Provider (SP) shall not knowingly employ any person who is an employee of the Government, either military or civilian, unless such person seeks and receives written approval according to DOD 5500.7-R, Joint Ethics Regulations (JER) by the individual’s commander or director. A copy of the authorization will be provided to the COR. In addition, the Contractor is prohibited from employing Government Quality Assurance Representatives (QAR) whom the Contractor knows or should have known are responsible for monitoring any contracts/subcontracts awarded to the service provider.

5.3.15 Conduct of Employees . Personnel conduct shall not reflect discredit upon the Government. The Contractor shall ensure that personnel present a professional appearance. The Contractor’s employees shall observe and comply with all local policies and procedures concerning fire, safety, environmental protection, sanitation, security, and possession of firearms or other lethal or illegal weapons or substance. The Contractor is responsible for ensuring that any Contractor employees providing services under this contract conduct themselves and perform services in a professional, safe, and responsible manner. The Contractor shall remove from the job site any employee for reasons of misconduct or security. In accordance with Department of Defense (DOD) Directive 5500.7-R, “Joint Ethics Regulation” (http://www.dtic.mil/whs/directives/corres/pdf/550007r.pdf). Contractor employees must avoid being improperly influenced in the execution of their duties under the contract. Particular attention should be paid to acceptance of gifts/ gratuities, and on non- disclosure of sensitive or classified information. The Contractor shall ensure employee conduct complies with 41 U.S. C 423 (http://law.justia.com/codes/us/1994/title41/chap7/sec423/) relative to release of acquisition related information or actions or discussions which may prejudice future competitions. The Contractor shall ensure no Contractor employees conduct political related activities or events on United States of America (USA) Facilities.

5.3.16 Behavior and Conduct. Personnel shall not verbally or physically threaten military, civilian employees, or other Contractors. Such behavior will be reported to Military Police. Hostile work environment and workplace violence is zero tolerance at Fort Bliss.

5.3.17 Supervision o f Contractor Emp loyees . The Government will not exercise any supervision or control over Contractor employees while performing work under this contract.

5.4 Quality Control ( QC) . Contractor shall provide personnel to drive refuse collection routes assuring the RFID sensors are operational and making route and pickup adjustments as necessary. The Contractor shall ensure the RFID sensors are operational and are repaired if necessary. If a container is full with recyclable materials, the Contractor shall contact the COR. In the event that the QRP contractor did not pick up by the following day, the Contractor shall pick it up as MSW. The Contractor is responsible for the delivery of quality services to the Government. The Contractor shall develop, implement, and maintain an effective QC system which includes a written QC Plan (QCP) to ensure services are performed in accordance with the

Page 30: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

30

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PWS.

5.4.1 Quality A ssurance ( QA) . The Government will evaluate the Contractor's performance under this contract in accordance with the QA Surveillance Plan (QASP). The QASP is not shared with the Contractor. Upon notification of substandard service, the Contractor shall have two (2) hours to take corrective action.

5.5 Work Environment

5.5.1 Work Conditions . The work environment may include, but is not limited to, standing, walking, sitting, screening, sorting, and driving for extended periods of time. Duties may include lifting heavy items, opening containers and top level arm/device reaching and sorting for recyclables, operating light to heavy machinery, working in an industrial environment, working in an outdoor environment exposed to the elements, and working in an office environment. The exposure to the different environments and physical demands are position dependent.

5.5.2 National Agency Check & Controlled Access Areas. The Contractor shall comply with assigned facility managers where and when escorts are required. This includes training staff to facilitate such actions as time delays from van searches by security personnel during FPCON exercises.

5.5.3 Inclement We ather . If the Contractor determines weather conditions to be unsafe for continued operations, then they shall contact the COR. Only upon KO approval shall the Contractor suspend collection and disposal operations because of inclement weather. When collection and disposal services are interrupted because of inclement weather, the Contractor shall make up delayed collections no later than twenty-four (24) working hours after resuming operations. If all make up collections cannot be made within twenty-four (24) hours, the Contractor shall resubmit a revised collection plan to the COR for approval. Upon notification by the COR that the activity is ordered to take precautionary measures to prevent damage by destructive weather, the Contractor shall collect all MSW and temporarily relocate commercial and industrial refuse collection containers to positions adjacent to buildings or other immovable structures, and shall provide appropriate tie-downs as directed by the COR. All refuse collection containers shall be returned to normal positions when destructive weather conditions have diminished.

5.5.4 Environmental a nd O SHA . The Contractor shall comply with all local, State, and Federal environmental and occupational safety laws, rules, and regulations. Refer to part seven of the PWS for the laws and regulations. Any apparent conflict between compliance with such local, State, and Federal environmental and occupational safety laws, rules, regulations, and compliance with the requirements of the contract shall be immediately brought to the attention of the KO. The Contractor shall notify the KO in writing in addition to any verbal notification of such conflict. The Contractor shall be liable for all fines, penalties, and costs which result from Contractor violations of, or failure to comply with, all such local State, or Federal laws, rules, and regulations. All unsafe acts or conditions fostered by the Contractor or Contractor personnel may be grounds for the KO to halt any and all Contractor performance until such unsafe conditions are corrected. Upon discovery of a serious hazard such as, but not limited to, fire, or

Page 31: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

31

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

large fuel spill, the Contractor shall notify the KO and COR within 1 hour of any Army property and personnel being damaged.

5.5.5 Conservation of U tilities . The Contractor shall comply with 10 CFR 430 under PART 430 for Energy Conservation Program for Consumer Products and Installation policy and direction during emergency situations including drought. The Contractor shall also comply with the Installation’s Energy Resource Conservation (ERC) Program and instruct its employees in utilities conservation practices to preclude waste.

5.5.6 Green Pr ocureme nt . In order to comply with federally mandated green procurement requirements and DOD and DA policies, Fort Bliss requires the purchase, supply, and use of environmentally preferable products and utility services. Program elements include: recovered material products, energy and water efficient products, alternative fuels and fuel efficiency, bio- based products, non-ozone depleting substances, and environmentally preferable products. These elements are described on the Office of Federal Procurement Policy website (http://www.whitehouse.gov/omb/procurement_index_green). The Contractor shall comply with all applicable federal, DOD, and DA green procurement laws and policies. If compliant products are unavailable or determined to be impracticable based on cost or performance, the Contractor shall contact the KO or COR.

5.6 Security and Force Protection .

5.6.1 AT Level I T raining . All Contractor employees, including Sub-Contractor employees, requiring access to Army installations, facilities, or controlled access areas shall complete Antiterrorism (AT) Level I awareness training within five (5) working days after period of performance commences. The Contractor shall submit certificates of completion for each contract employee and Subcontractor employee to the COR within five (5) working days after completion of training by all employees and Sub-Contractor personnel on a recurring annual basis. Antiterrorism (AT) Level I awareness training is available at: https://JKODirect.jten.mil. If access to a computer is not available, the unit’s Level II Antiterrorism Officer (ATO) will conduct AT Level I training for the Contractor and employees within five (5) working days after period of performance commences and maintain a copy of the attendance roster for one year. Any Contractor hired after contract start will be required to receive AT Level I training within five (5) working days by the ATO. It will also be acceptable for the new hire to take the training on line and present the training certificate to the ATO within three (3) calendar days. The AT Level I training is an annual requirement starting on the date of initial training and re-certification no later than (NLT) the last day of the 12 month period.

5.6.2 General Protection/Security Policy and Procedures . Contractor and all associated Sub-Contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures. The Contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by the Department of Defense (DOD), Headquarters Department of the Army (HQDA) and/or local policy. Should the Force Protection Condition (FPCON) at any

Page 32: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

32

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

individual facility or installation change, the Government may require changes in Contractor security matters or processes.

5.6.3 iWATCH T raining . The Contractor shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). The training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within five (5) working days after period of performance commences and within five (5) working days of new employees’ commencing performance with the results reported to the COR no later than five (5) working days from employment start. Documentation to be used by the COR to satisfy this requirement can be found at https://www.bliss.army.mil/iWATCH.

5.6.4 Operations Security (OPSEC) Awareness Tra ining . DOD Contractors must be aware of OPSEC and understand how OPSEC complements traditional security programs. All Contractor employees requiring access to Army Installations, facilities, or controlled access areas shall complete OPSEC Awareness training. The Contractor shall submit certificates of completion for each Contractor employee to the COR within 15 calendar days f r o m start of Base Year and Option years of contract award or within 15 calendar days of new employees commencing performance to ensure compliance with the terms and conditions of the contract. Training is available at http://cdsetrain.dtic.mil/opsec or by contacting the Installation OPSEC officer through the COR.

5.6.5 Physical Security. The Contractor shall be responsible for safeguarding all Government equipment, information and property provided for Contractor use. The Army Physical Security Program is located at (www.apd.army.mil/). At the close of each work period, Government facilities, equipment and materials shall be secured.

5.6.6 Security of Classified Items, Systems and Informa tion . The Contractor, as a general rule, shall not have access to classified information; however, should Contractor personnel find classified documents in a container, the Contractor shall immediately contact the COR for disposition instructions.

5.6.7 Contractor Employees Background Check. The contractor shall fill out the Fort Bliss TCIC/NCIC Request Form, (Technical Exhibit 9 – TCIC/NCIC Employee Request Form) for all Non-CAC employees. The Contractor shall notify the COR of employees who require access to the installation and have not previously had a background check, within 5 days after period of performance commences. The COR will provide a background check form to the Contractor who in turn shall input the appropriate details per employee and submit the form directly to the Point of Contact at the Directorate of Emergency Services (DES) at (915) 568-2115. Any negative results from the background check will be transmitted from DES to the Contractor who will take action accordingly. The COR will get a copy of the DES report and follow up with the Contractor to assure compliance. It will be up to the Contractor to take appropriate action and directly coordinate with DES for information and/or appeals as needed. If new personnel are hired that information shall be submitted to the DES within 5 days of new hire. It is the Contractors responsibility to inform the Government of these changes.

Page 33: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

33

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

5.6.8 Force Protection Condition (FPCON) impact on work l evels . As determined by the Garrison Commander, the Contractor shall be prepared to cease operations due to an increase in FPCON or other heightened security posture in which the safety and wellbeing of the contracted employees is in question and or if the operations of the installation dictates minimum key essential personnel only. The awarded Contractor shall be prepared to resume operations when the heightened security posture returns to normal operations.

5.6.9 Force Protection /Threat Related A dvisories . Contractor shall identify to the COR a point of contact to receive force protection/ threat related advisories via email from the installation Antiterrorism and OPSEC officers for the duration of the contract. The COR will provide the contractor the POC email information of the Installation Antiterrorism and OPSEC officers.

5.7 Safety. The Contractor shall comply with the below referenced safety standards and all other applicable DOD, Army, Federal, State(s), and Local safety and health requirements. A safety plan is also required. The safety plan requirements can be found in section six of the PWS.

Safety Accident Prevention Standards: 29 CFR 1910 Occupational Safety and Health Standards; 29 CFR 1926 Safety and Health regulations for Construction; Army Corps of Engineers Manual 385-1-

1 Safety and Health Requirements Manual

5.7.1 Reporting of Fire and Safety H azards . The Contractor shall train personnel to recognize fire and safety hazards and encourage personnel in the performance of their duties to report fire and safety hazards and unsafe conditions to their supervisor. The Contractor shall take corrective action to remedy reported fire and safety deficiencies.

5.7.2 Personnel Accident Response. The Contractor employees shall immediately notify their supervisor of any accident requiring emergency medical treatment. The Contractor shall, in turn, notify the KO or COR as soon as possible; however, not later than 30 minutes after the incident. The Contractor is responsible for all medical treatment of its employees.

5.8 Installation A ccess .

5.8.1 Contractor an d Vendor Access . Fort Bliss is a guarded secure military installation. All Contractor personnel, whether operating their privately-owned vehicles or Contractor furnished vehicles shall enter the installation through one of the secure access control points (ACPs) except as described in paragraph 1.10.2 below. Under the present Installation Force Protection Condition (FPCON), vehicle operators and passengers must possess only a valid photo identification card to access the Installation. Vehicle operators must also possess and be ready to show a valid state driver's license, current vehicle registration, and proof of state required minimum liability insurance. As determined by the Installation FPCON, an elevated FPCON may require additional security screening and/or limited Installation access. Contractor employees may apply for a Contractor Access badge at the office located on Chaffee Gate. Contact Contract Access Coordinator, B2616 Chaffee Road, (915) 569-6159 for further

Page 34: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

34

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

instructions.

5.8.2 Commercial D elivery Vehicles . All commercial delivery vehicles and equipment must enter the Installation through the Chaffee ACP which is open 24 hours a day, seven days a week, Federal holidays exempted. Gate hours are subject to change. Commercial vehicles are those vehicles over one ton used for a commercial purpose, including: semi-trucks with trailers, UPS trucks, U-Haul trucks operated by Contractors and used for commercial purpose, tow-trucks responding on-post to a request for assistance, and construction vehicles. Non Commercial vehicles include: half-ton pickups with boat, U-Haul truck operated by soldiers who are moving as part of a permanent change of station, or recreational vehicles operated by soldiers or civilians visiting post. There will be no commercial delivery vehicles allowed on the Installation on Saturdays, Sundays and Federal holidays. All other Contractor, vendor, and commercial delivery vehicles may enter through any of the Installation's ACPs during their regular operating hours.

5.9 Records a nd Files . The Contractor shall establish and maintain updated and accurate records of the following: Government property (in accordance with the Property Administration Guidebook), truck scales per facility/location (load data), and weight receipts from landfill drop offs. The Contractor’s records shall be maintained detailing all costs (capital, operating, and maintenance) associated with the collection system and shall provide records for solid waste weights by facility/location. These records shall be used for scheduling, maintenance, and replacement, for budgeting, and for system evaluation and comparison. The collection system shall be reviewed on a regular basis to assure that environmentally, economical, and efficient service is provided. Records/files shall at a minimum have the following information where applicable:

Equipment Name, part #, NSN Vehicle/Truck Plate Number and serial number Truck scale readings (weights) per truck and facility/location Truck scale/GPS calibrations (if manufactured required) for accuracy Off-post landfill weight receipts Equipment quantity received, issued, on hand Unit acquisition cost Unique Item Identifier Unit of Measure Accountable contract # Location Disposition Posting reference or date of transaction Date placed in service Vehicle maintenance/repair logs

Page 35: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

35

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PART 6DELIVERABLES AND PLANS

6.1 General Requirements. The plans and deliverables listed below may be combined into an initial package submitted to the COR no later than seven (7) calendar days from commencement of the period of performance, unless noted otherwise (example: recurring reports). If the Government contacts the Contractor regarding any questions or discrepancies found while reviewing the deliverables, the Contractor shall respond within 24 hours. Any changes to the deliverables made during the course of the contract shall be submitted to the COR no later than seven (7) calendar days prior to the changes taking place. Delays due to inclement weather and mission shall be annotated within monthly and updated deliverables. Deliverables shall be formatted in MS Office applications and sent by email to the COR (see Technical Exhibit 2 - Deliverables Schedule). Data in regards to weight, routes, frequencies, dates, times, pickups, and locations of containers shall not be manipulated.

6.2 Monthly Tonnage Report. The Contractor shall utilize scales on collection vehicles, RFID sensors installed inside containers, and software that relays data (to include the weight of the contents of refuse containers collected, each truck’s route, position in the route of weight changes, and the total accumulated monthly tonnage collected per facility/location). All of this information shall be archived, available to the COR via an internet-accessible waste management system, and provided to the COR at the end of each month, or upon request from the COR.

6.3 Landfill Weight Tickets. The Contractor shall provide daily off-post landfill weight slips which report the amount of refuse disposed. This landfill report shall be reconciled with the truck weight reports. The Daily Landfill weight slips shall be provided to the COR in an electronic format every Friday. At the end of each month, the Contractor shall provide a report to the COR indicating where collected refuse was diverted and approximately how much was disposed. The invoice and detailed report with summarized totals per facility number and customer shall be submitted monthly to the COR. There is “Zero Tolerance” for the Contractor to turn in late reports. The COR will notify the KO of late reports and list it in the monthly COR report (see Technical Exhibit 16 - MSW Reports from Contractor).

6.4 Collection Plans. For the first 120 days after the 30 day phase in period ends, the Contractor shall submit a pickup schedule reflecting the schedule used during the phase in period. This 120 day pickup schedule shall be provided to the COR not later than 7 calendar days prior to the end of the phase in period. This plan shall eliminate all empty container pickups and reflect pickup of containers that are between 80-100% full. Contractor shall provide a monthly Optimization and collection report including container/building number, percentage (%) full, weight, pickup date and time. If any make-up collections cannot be made within the required twenty-four (24) hours, the Contractor shall resubmit a revised collection plan to the COR.

6.5 Disposal P lan . The Contractor shall submit a Disposal Plan to the COR no later than seven (7) calendar days after the period of performance commences. The Contractor’s plan shall include copies of disposal permits.

Page 36: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

36

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

6.6 Cleaning Plan . No later than ten (10) calendar days after period of performance commences, the Contractor shall provide the COR a plan and schedule for cleaning refuse collection containers and refuse collection vehicles. The Government may locate a facility for Contractor to perform cleaning and sanitizing of containers. If no location is established, the Contractor can use a self-contained cleaning and sanitizing vehicle. If no location or self-cleaning vehicle is possible, Contractor’s alternate cleaning method shall be submitted to the COR. If cleaning and sanitizing cannot be performed in place or in an approved Government facility, the contractor shall provide location and access to the Government for offsite inspections.

6.7 Operational Plan . The Contractor shall submit their Operational Plan detailing communications between the personnel obtaining data, analyzing the data, and deciding on a plan of action to solve the various MSW handling, storage, collection, transfer, and transport challenges in accordance with TM 5-634 “Solid Waste Management” Chapter 4. The plan shall be submitted to the COR no later than seven (7) calendar days after period of performance commences.

6.8 Automation Plan. The Contractor shall develop and submit an Automation Plan to the COR no later than seven (7) calendar days after period of performance commences. The plan shall note the proposed software to be used and provide instructions for the COR to access data via the web. The plan shall detail the Contractor’s operating procedure regarding coordination of the work between the QC Manager, the truck drivers, and the government. The plan shall provide a sample of the report that will be delivered to the COR. The Contractor shall revise, modify, and resubmit the plan annually for approval.

6.9 Traffic Plan . The Contractor shall provide a plan addressing how they will mitigate traffic flow interference while performing services within the core working hours of 0730 and 1630. The Contractor shall be aware of daily military Physical Training (PT) exercises and prevent delays and disruption in related facilities. The Contractor shall not place the emptied refuse collection containers on sidewalks, in streets, in front of mail boxes, or in any manner which shall interfere with motor vehicle traffic, pedestrian traffic, or mail delivery. The Contractor shall also alert the COR when refuse collection containers are placed 25 meters of an occupied facility. The plan shall be submitted to the COR no later than seven (7) calendar days after period of performance commences.

6.10 Spillage Plan. The Contractor shall provide a plan to prevent spillage from collection trucks and to promptly clean up all material as a result of such spillage. This plan shall be submitted to the COR no later than ten (10) calendar days after period of performance commences. Handling leaky refuse collection containers resulting from contaminated drainage and the cleaning equipment shall be included in the plan. The Contractor shall include plans to repair damages caused by its employees, whether accidental or intentional. This plan shall include the notification of COR.

6.11 Missed/Delayed Pickup P lan . The Contractor shall submit a plan to communicate with the COR when facilities no longer need refuse collection service, when unlocked access caused missed pickups or delays, or any other event disrupting the routine schedule. This plan shall be

Page 37: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

37

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

submitted to the COR no later than ten (10) calendar days after period of performance commences.

6.12 Invoicing Plan/Report. The Contractor shall submit a plan for invoicing, to include a completed monthly report detailing temporary and permanent MSW removal services beyond landfill operations. This plan shall be submitted to the COR no later than ten (10) calendar days after period of performance commences. The Invoicing plan shall include supporting documentation such as landfill weight tickets, automation plan report, missed pickup reports, container movement report, temporary pickups report, and container cleaning report and repair reports. The Contractor’s monthly invoice submittal shall include a log of operations detailing all maintenance and repairs on trucks, collection equipment, and collection containers. Additionally, the Contractor shall maintain a complete container inventory; inventory shall include continuous update of container location noting the number and container size. The log of operations and updated inventory list shall be submitted on a monthly basis to the COR as part of the invoice within ten (10) working days after the end of the invoice period.

6.13 Storm Water Pollution Prevention Plan (SWPPP) . The Contractor shall submit a Storm Water Pollution Prevention Plan (SWPPP) to the COR no later than seven (7) calendar days after period of performance commences. The plan shall address how the Contractor will accomplish the following:

Ensure good housekeeping practices at MICA Roll-Off Collection Stations Conduct periodic maintenance for necessary repairs along the fence and

inside of installation Conduct comprehensive site evaluations (self-inspections) as needed Conduct quarterly visual storm water runoff observations Coordinate annual employee training programs Conduct onsite preventive maintenance inspections Update material inventories Attend SWPPP meetings within DPW as they occur

6.14 Contractor M anpower Reporting ( CMR) . The Contractor shall report all contract labor hours (including Subcontractor) required to perform services specified within this contract. The Contractor is required to complete all required data fields using the https://contractormanpower.army.pentagon.mil website under Fort Bliss. Reporting period will for labor executed during each Fiscal Year (1 October – 30 September). All data shall be reported by 31 October of the following Fiscal Year.

6.15 Container Location Report. No later than 90 days after period of performance commences, the Contractor shall provide a report to the COR identifying all containers that do not meet the required standoff distances as noted in Figure A-1. The report shall note building number, container number, current locations and distances from the buildings and shall include recommendations for proper placements. The COR will analyze the report and provide a determination of movement action for the containers. Subsequent reports shall be submitted as requested by the COR.

Page 38: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

38

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

6.16 Quality Control Plan ( QCP) . The QCP is the means by which the Contractor assures that the work complies with the requirements of the contract. The QCP shall implement standardized procedure/methodology for managing, monitoring and documenting contract. The QCP shall address continuous process improvement; screening methods; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; Corrective Action (CA) procedures to include procedures for addressing Government-discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; and procedures for collecting and addressing customer feedback/complaints. The QCP also shall, at a minimum, address:

Information on setting up collection and frequency routes for efficiency Timely service, type of inspections (periodic, unscheduled, etc.) The Contractor's planned guidance to its employees in accomplishing responsive work How deficiencies in service shall be detected internally prior to any surveillance by the

COR How deficiencies shall be handled if COR reports of poor performance are received How the Contractor intends to keep abreast of the need for alterations in collections or

refuse collection containers for the highest service efficiency How the Contractor plans on making any recommendations for change.

6.17 Corrective Action Plan. If a Contract Deficiency Report (CDR) is drafted, the Contractor shall develop a Corrective Action (CA) Plan which identifies the root cause, CA per root cause, CA per specific non-conformance, and CA to the root cause to prevent recurrence and a timeline for completion. The Contractor shall then develop and implement procedures to identify, prevent, and ensure non-recurrence of cited deficiencies.

6.18 Phase-In Plan. The Contractor shall submit a phase in plan for use during the Phase-In period. The plan shall specify a training program and a date for transferring responsibilities for each division of work described in the PWS. The plan shall be submitted to the COR no later than 17 calendar days after the period of performance commences. The plan shall include no change in schedule for the first one-hundred and twenty (120) days.

6.19 Safety Plan. The Contractor shall establish and maintain a safety plan. The contractor’s final safety plan shall be submitted no later than 10 calendar days after period of performance commences. The following information is provided for use in developing the Safety Plan:

The American National Standards Institute (ANSI) published SafetyStandards for Mobile Refuse Collection and Compaction Equipment, which addresses safe operation and construction of the equipment and includes recommendations for riders and pedestrian safety (ANSI 2014). The link to this document can found at https://ia600708.us.archive.org/34/items/gov.law.ansi.z245.1.1992/ansi.z245.1.1992.html.

The National Waste and Recycling Association (NWRA) 1 has developed comprehensive national safety practices for workers engaged in solid waste collection.

Refuse drivers shall comply with Refuse Collection Truck Operator (Class Code 3580)

Page 39: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

39

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

which can found at this link https://www.per.lacity.org/eeo/RefuseCollectionTruckOperator.

If a refuse truck or container catches fire, the necessary steps in controlling the situation can be found at the following link https://www.osha.gov/dte/grant_materials/fy09/sh-18796-09/fireprotection.pdf.

Contractor shall follow OSHA Standards found at this link https://www.osha.gov/SLTC/weldingcuttingbrazing/standards.html regarding fire prevention and welder PPE in repairing Refuse containers.

Contractor shall follow OSHA Standards found at this link https://www.osha.gov/SLTC/cleaningindustry/standards.html for cleaning and sanitizing Refuse containers for workers to be safe while performing this task.

Contractor shall follow OSHA Standards found at this link for painting Refuse containers https://www.osha.gov/pls/oshaweb/owadisp.show_document?p_table=STANDARDS&p_id=10227.

6.20 Container Condition Report. The Contractor shall evaluate the condition of the collection containers at the beginning of every month and provide this information in a report to the COR at the end of each month. The report shall include the size, container number, location, condition rating, number of times cleaned, number of times painted, number of times repaired, number of containers moved, total number of serviceable collection containers, and number of collection containers in need of repair. The report shall also include the criteria evaluated to determine the condition rating.

6.21 Spill Report. The Contractor shall immediately respond and clean up materials spilled during collection and transportation of MSW. The Contractor shall notify KO/COR within one hour of the spills and log the incident in Technical Exhibit 11 - Spill Log. The Contractor shall submit the Spill Log to the COR at the end of each week. Reportable quantities can be found at the following TCEQ link:

http://texreg.sos.state.tx.us/public/readtac$ext.TacPage?sl=R&app=9&p_dir=&p_rloc=&p_tloc=&p_ploc=&pg=1&p_tac=&ti=30&pt=1&ch=327&rl=4.

6.22 Property Control P lan . The Contractor shall provide a Property Control Plan for administering Government property. The plan shall be submitted to the COR within 30 days after period of performance commences.

Page 40: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

40

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PART 7APPLICABLE PUBLICATIONS

The Contractor shall abide by all applicable regulations, publications, manuals, and local policies and procedures, to include those detailed below:

NUMBER AR 11-2AR 25-2AR 190-5AR 190-13AR 200-1AR 310-50AR 350-1AR 381-12AR 385-10AR 420-1AR 525-13AR 600-20AR 600-6329 CFR 191029 CFR 192632 CFR 147.2440 CFR 25841 CFR 102-71.20

DATEDJan 10Oct 07May 06Feb 11Dec 07Jan 05Aug 14Oct 10May 08Feb 08Sep 08Nov 14May 07Jun 74Apr 79Jul 11Jul 12Jan 01

DESCRIPTIONArmy Programs Management Control Information AssuranceMotor Vehicles Traffic Supervision Army Physical Security Environmental ProtectionAuthorized Abbreviations and Brevity Code Army Training and Leadership Development Threat Awareness and Reporting Program Army Safety ProgramArmy Facilities Management AntiterrorismArmy Command Policy Army Health Promotion General Industry's OSHASafety and Health Regulations for Construction National Agency CheckCriteria for Municipal Solid Waste Landfill Real Property Definitions

DA PAM 385-40 Mar 15 Army Accident Investigations and ReportingDA PAM 420-47 Jun 78 Solid Waste Management

DoD 5200.8-R Apr 07 Physical Security ProgramDoD 5500.7-R Nov 07 Joint Ethics RegulationsDoD 8570.1-R Dec 05 Information AssuranceEO 13693 Mar 15 Planning for Federal Sustainability in the Next Decade

TCEQ

TM 5-634

Aug 90 Municipal Solid Waste Management Regulations of the TX Dept. of HealthSolid Waste Management

Page 41: Microsoft Word - Performance Work Statement 2015_08_18 Government... · Web viewperformance work statement (pws) municipal solid waste management. services . fort. bliss, tx. 41

41

PERFORMANCE WORK STATEMENT (PWS)MUNICIPAL SOLID WASTE MANAGEMENT

SERVICES FORT BLISS, TX

PART 8TECHNICAL EXHIBIT LIST

Technical Exhibit 1 – Performance Requirements Summary (PRS)

Technical Exhibit 2 – Deliverables Schedule

Technical Exhibit 3 – List of Facilities to Currently Receive Services

Technical Exhibit 4 –Installation Mapping

Technical Exhibit 5 –TCEQ, Municipal Solid Waste Chapter 330, Subchapter C

Technical Exhibit 6 – TCEQ Notice of Intent MICA Station Form 20429

Technical Exhibit 7- Dumpster Labels

Technical Exhibit 8 A and B- Municipal Solid Waste Collection Stations Laydown Areas

Technical Exhibit 9 – TCIC/NCIC Employee Request Form

Technical Exhibit 10 – Army Facilities Management

Technical Exhibit 11- Spill Log

Technical Exhibit 12 – Current Refuse Collection Schedule

Technical Exhibit 13- Dumpster Inventory and Current Condition for Ft. Bliss, TX

Technical Exhibit 14-Incumbent Contractor Total Personnel and Equipment for picking up MSW at Ft. Bliss and Various Ranges

Technical Exhibit 15- Historical Tonnage Collected at Ft. Bliss and Various Ranges MSW

Technical Exhibit 16- MSW Reports from Contractor

Technical Exhibit 17- List of Recyclable Items

Technical Exhibit 18- Reservation Land Use