United States - Vertical Machining Centers (VMCs) at Tobyhanna Army Depot(TYAD) in Tobyhanna, PA 18466

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
20 May 2019
Opportunity publication date
07 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 06, 2019 2:27 pm

1.1 This Requirement is for the turn-key design, supply, delivery, off-loading, transporting, locating, installation, cleaning, assembly, set-up and training for Two (2) ea. (each) identical Computer Numerical Controlled (CNC) Vertical Machining Centers (VMCs) at Tobyhanna Army Depot (TYAD) in Tobyhanna, PA 18466. The Contractor shall supply all materials, supplies, freight, delivery, tools, equipment, consumables, labor, and supervision for the turn-key design, supply, delivery, off-loading, transporting, locating, installation, cleaning, assembly, set-up and training for the machines. The Contractor shall supply only new machines and new associated equipment. Used and refurbished machines and used and refurbished equipment are unacceptable and will not be considered. All repair and replacement parts for the machines and associated equipment shall be new. All repair and replacement parts shall be available for purchase and supplied from within the continental United States.

See the attached DRAFT Statement of Work for requirements. This is only DRAFT and is subject to change without any notice. The actual Statement of Work will be released with the solicitation when issued.
It shall be the responsibility of the Contractor to verify all machine and worksite dimensions and ensure the machines and ancillary pieces fit within the available floor space at the project installation worksite in Bldg. 1C Bay 2. The Contractor shall be responsible to verify overhead clearance dimensions for the machines and ancillary pieces at the project installation worksite in Bldg. 1C Bay 2.
TYAD currently uses CREO 3.0 Computer-Aided Manufacturing (CAM) software for the programming of all on-site VMCs. The Contractor shall ensure the Contractor-proposed and the Contractor-installed VMCs shall be CNC programmable using CREO 3.0 Computer- Aided Manufacturing (CAM) software. It shall be the responsibility of the Contractor to develop and supply the appropriate post-processor to achieve the necessary CNC programming compatibility. The Contractor's post-processor shall be given to Automation Support Branch personnel by the Contractor for loading onto the Government network.
A site visit will be scheduled and it is advised that interested Contractors attend. The site visit is for the purpose of interested Contractors to consider the layout and floor space of the project area and to enable the viewing of the delivery, utility and installation sites. The site visit shall be used by the Contractors to identify structures or conditions that may impede, obstruct or prevent completion of the work. It shall be the responsibility of the Contractor to identify obstructions and impediments to the project and to make appropriate accommodations for correction and modification to mitigate the problem. If a corrective measure conflicts with other requirements listed in the SOW or is outside the work area the Contractor shall identify these issues in the proposal submittal to the Government. Answers not contained in the SOW to all questions that are raised during the site visit shall be submitted in writing. Should the Contractor fail to identify an obstruction and hindrance to the project that is identifiable from a site visit the Contractor shall provide a solution to the problem that is to the satisfaction of the Government and at no additional cost to the Government. It shall be the responsibility of the Contractor for all dimensioning of the system including all auxiliary pieces and materials. It shall be the responsibility of the Contractor to supply his personal protective equipment (PPE) for the site visit. At a minimum, the PPE needed is protective eyewear and protective footwear. A Contractor in non-compliance with the PPE requirement will not be permitted on the site visit.

TYAD currently uses TYAD Distributed Numerical Control (DNC) software for machine code programming file transfer of all on-site VMCs. The Contractor shall ensure the Contractor-proposed and the Contractor-installed VMCs shall be compatible with TYAD DNC. It shall be the responsibility of the Contractor to develop and supply any necessary hardware and/or software to support this.
REFERENCE DRAFT STATEMENT OF WORK FOR CYBER REQUIREMENTS
Without exception, all IT equipment shall comply with any, and all, applicable security technical implementation guides (STIGs) and security requirement guides (SRGs) as published by the Defense Information Systems Agency (DISA). This includes STIGs and SRGs regarding physical security. In addition, all IT equipment will comply with relevant Department of Defense (DOD) guidance, and mandates regarding hardware lifecycle upgrades. Without exception, all hardware must come from sources approved by the DOD, and abide by all current restrictions.
 
This acquisition is being conducted under Full and Open Competition. NAICS
code is 333517, Size Standard is 500 employees, and in accordance with FAR
Part 12 Acquisition of Commercial Items and FAR 13.5 SIMPLIFIED PROCEDURES
For Certain Commercial Items. The solicitation Request for Proposal
W25G1V-19-R-0024 will be issued on or about 24 May 2019. Actual issue
and due dates shall be established in the solicitation. The RFP will be available
for download on the FEDERAL BUSINESS OPPORTUNITIES PAGE. Vendors
wishing an electronic copy may copy download the RFP on or after date at the
following internet address: https://www.fbo.gov/
The items under the solicitation are subject to the Free Trade Agreements. Defense
Federal Acquisition Regulation 252.225-7036 - Buy American act - Free Trade
Agreements applies to this acquisition
At Keyword/Solicitation Number, insert W25G1V-19-R-0024 and click SEARCH.
The solicitation will be issued electronically only. No paper or disc copies will be
issued. It is incumbent upon interested sources to periodically access the internet
site through closing to obtain any amendments which may be issued.
All amendments must be acknowledged in the proposal. All proposals submitted
shall require a technical proposal clearly describing the Contractor's proposed
equipment and capability to provide the requirements of the solicitation and
statement of work. In addition, recent and relevant past performance for same or
similar requirements which demonstrate capability and successful performance on previous contracts similar in size and scope of this requirement performed within the past three years will be required with proposal submitted.
Any resultant contract shall be a Firm Fixed-Price, one (1) award. In order to be eligible for award, all prospective offerors must be registered in System
for Award Management (SAM) and not show any Active Exclusions or Subject to Offset, and found to be responsible in accordance with FAR 9.1 - Responsibility of Prospective of Prospective Contractors.
Point of contact is Raymond J. Molitoris, Senior Contract Specialist,raymond.j.molitoris.civ@ mail.mil, (570) 615-7579. This notice does not
obligate the Government to award a contract.

Statement of Work for Computer Numerical Controlled (CNC) Vertical Machining Centers (VMCs) for Tobyhanna Army Depot
1.0 General Scope
1.1 This Statement of Work (SOW) is for the turn-key design, supply, delivery, off-loading, transporting, locating, installation, cleaning, assembly, set-up and training for 2 ea. (each) identical Computer Numerical Controlled (CNC) Vertical Machining Centers (VMCs) at Tobyhanna Army Depot (TYAD) in Tobyhanna, PA 18466. The Contractor shall supply all materials, supplies, freight, delivery, tools, equipment, consumables, labor, and supervision for the turn-key design, supply, delivery, off-loading, transporting, locating, installation, cleaning, assembly, set-up and training for the machines. The Contractor shall supply only new machines and new associated equipment. Used and refurbished machines and used and refurbished equipment are unacceptable and will not be considered. All repair and replacement parts for the machines and associated equipment shall be new. All repair and replacement parts shall be available for purchase and supplied from within the continental United States.
1.2 The Contractor shall provide machine operation and machine maintenance training for Government personnel. Training shall be conducted by the Contractor's qualified training representative and shall be conducted on-site at the machine location in Bldg. 1C Bay 2 at TYAD. This training shall focus on basic operations, programming, preventive maintenance, general maintenance, cleaning and housekeeping, and features familiarization. Instruction shall also include the maintenance that needs to be done by machine operators on a daily basis. All materials used during training shall become the property of TYAD.
1.3 Power available for the machines is 480V/3 Phase/60 Hz. For machines that are not designed and constructed to use 480V/3 Phase/60 Hz the Contractor shall supply, install and connect the necessary transformers that permit the use of 480V/3 Phase/60 Hz by the machines.
1.4 The Bldg. 1C Bay 4 cargo door is the closest and most easily accessible door to the project installation worksite in Bldg. 1C Bay 2. The Contractor shall verify cargo door access dimensions. The Contractor shall be responsible to ensure that all material fits through this opening. All material handling equipment that is used by the Contractor, likewise, shall fit through this clearance WHILE MOVING AND HANDLING all material that is being delivered.
1.5 It shall be the responsibility of the Contractor to verify all machine and worksite dimensions and ensure the machines and ancillary pieces fit within the available floor space at the project installation worksite in Bldg. 1C Bay 2. The Contractor shall be responsible to verify overhead clearance dimensions for the machines and ancillary pieces at the project installation worksite in Bldg. 1C Bay 2.
1.6 The Contractor shall ensure the Contractor-proposed and the Contractor-installed VMCs shall be CNC programmable using Mastercam 2019 Computer- Aided Manufacturing (CAM) software. It shall be the responsibility of the Contractor to develop and supply the appropriate post-processor to achieve the necessary CNC programming compatibility. The Contractor's post-processor shall be given to Automation Support Branch personnel by the Contractor for loading onto the Government network.
1.7 A site visit will be scheduled and it is advised that interested Contractors attend. The site visit is for the purpose of interested Contractors to consider the layout and floor space of the project area and to enable the viewing of the delivery, utility and installation sites. The site visit shall be used by the Contractors to identify structures or conditions that may impede, obstruct or prevent completion of the work. It shall be the responsibility of the Contractor to identify obstructions and impediments to the project and to make appropriate accommodations for correction and modification to mitigate the problem. If a corrective measure conflicts with other requirements listed in the SOW or is outside the work area the Contractor shall identify these issues in the proposal submittal to the Government. Answers not contained in the SOW to all questions that are raised during the site visit shall be submitted in writing. Should the Contractor fail to identify an obstruction and hindrance to the project that is identifiable from a site visit the Contractor shall provide a solution to the problem that is to the satisfaction of the Government and at no additional cost to the Government. It shall be the responsibility of the Contractor for all dimensioning of the system including all auxiliary pieces and materials. It shall be the responsibility of the Contractor to supply his personal protective equipment (PPE) for the site visit. At a minimum, the PPE needed is protective eyewear and protective footwear. A Contractor in non-compliance with the PPE requirement will not be permitted on the site visit.
1.8 Following installation completion and prior to Final Acceptance the Contractor shall supply to the Contracting Officer's Representative (COR) a computer-aided design and drafting (CADD) as-built drawing of the installed machines in Bldg. 1C Bay 2. The drawing shall be furnished in PDF and .dwg to the CPOC and shall be provided in hardcopy, ANSI D paper sized 22"x34", in triplicate.
1.9 The Vendor, and all sub-contractors, must abide by all applicable regulations, publications, manuals, and local policies and procedures. This includes, but is not limited to; AR 25-1 as well as STIGs and SRGs as published on https://iase.disa.mil.
1.10 Upon solicitation, the Vendor will submit a written implementation plan for review and acceptance by the TYAD CCB. This plan will include, but is not limited to, detailed information of all IT equipment, components, software, firmware, and data to be delivered to TYAD. This plan, and the associated list of components will be verified by TYAD personnel to ensure the promised assets have not been tampered with prior to system delivery at TYAD. The same component list will be used to verify that no assets are tampered with during the install phase, after delivery, but prior to acceptance by TYAD. The component list will continue to be used to verify system integrity, and track changes made, after acceptance by TYAD.
1.11 TYAD currently uses TYAD Distributed Numerical Control (DNC) software for machine code programming file transfer of all on-site VMCs. The Contractor shall ensure the Contractor-proposed and the Contractor-installed VMCs shall be compatible with TYAD DNC. It shall be the responsibility of the Contractor to develop and supply any necessary hardware and/or software to support this.
1.12 All data delivered to TYAD shall be provided with FIPS 140-2 compliant cryptographic hashes to enable TYAD to verify the integrity of the received files. The provided hashes shall not reside solely on the same physical media as the associated data, and must not be initially provided after receipt of the data by TYAD. Data received by TYAD which does not match the associated cryptographic hashes shall not be considered valid, and will not be accepted.
2.0 Definitions & Acronyms
2.1 Acronyms
AO Approving Official
AR Army Regulation
APMS Army Portfolio Management System
ARCYBER United States Army Cyber Command
ASB Automation Support Branch
ATO Authority to Operate
CCB Configuration Control Board
CD Compact Disc
CMVP Cryptographic Module Validation Program
COR Contracting Officer Representative
COTR Contracting Officer's Technical Representative
CPLD Complex Programmable Logic Device
CSR Certificate Signing Request
DISA Defense Information Systems Agency
DOD United States Depart of Defense
ELTY Electronic Tobyhanna Army Depot Form
eMASS Enterprise Mission Assurance Support Service
EULA End User License Agreement
FIPS Federal Information Processing Standard
FPGA Field Programmable Gate Array
GIG Government Information Grid
HBSS Host Based Security System
IAVA Information Assurance Vulnerability Alert
IAVB Information Assurance Vulnerability Bulletin
ICAN Internal Campus Area Network
IMD Information Management Division
IRB Industrial Review Board
IS Information System
IT Information Technology
NETCOM United States Army Network Enterprise Technology Command
NIST National Institute of Standards and Technology
OEM Original Equipment Manufacturer
PKI Public Key Infrastructure
PLC Programmable Logic Controller
RMF Risk Management Framework
SD Secure Digital
SME Subject Matter Expert
SOW Statement of Work
SRG Security Requirements Guide
STIG Security Technical Implementation Guide
TRC Technical Review Cell
USB Universal Serial Bus
USCYBERCOM United States Cyber Command
2.2 Definitions
This section contains explanations of terms used in this document. They are taken from, and not to supersede, those definitions given in Army Regulation (AR) 25-1. All terms used in this document are in accordance with AR 25-1. This section shall be considered the authoritative source for definitions of terms not contained within AR 25-1 and/or its supporting documents.
2.2.1 Automation Support Branch
The Automation Support Branch (ASB), under the Mission Support Division, under the Directorate of Production Engineering, is the single point of contact for all mission-related IT equipment at TYAD. The ASB develops, protects, and maintains specialty IT equipment, both networked and standalone, in support of unique workloads across TYAD.
2.2.2 Configuration Control Board
The Configuration Control Board (CCB) is the local approving authority, composed of Supervisory personnel, for all actions regarding IT equipment at TYAD. Receiving an ATO for an IT equipment, from NETCOM, does not automatically guarantee that the system can be utilized at TYAD. The IT equipment must also obtain approval from the TYAD CCB, before it may be used with Army ISs at TYAD. The CCB is the local entity responsible for approving the STIGs and SRGs deemed applicable by the TRC, before the ATO accreditation package is submitted to NETCOM for approval.
2.2.3 Cryptographic Hash
A mathematical value, created using a one-way cryptographic algorithm, assigned to data and later used to test that the associated data has not changed. It is sometimes referred to as a "cryptographic checksum".
2.2.4 Government
Any federal civilian, or military personnel employed by the United States Department of Defense (DOD), United States Army (Army), and/or Tobyhanna Army Depot (TYAD).
2.2.5 Information Management Division
Part of the Directorate of Installation Services, the Information Management Division (IMD) is responsible for the development, protection, and maintenance of the TYAD-ICAN. The IMD operates all critical infrastructure upon which TYAD's IT equipment operate.
2.2.6 Information System
Information System (IS) is defined as the organized collection, processing, transmission, and dissemination of information in accordance with defined procedures, whether automated or manual. For the purposes of Army Portfolio Management System (APMS), the terms "application" and "information system" are both IT investments describing a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information (see JP 1-02).The application of IT to solve a business or operational (tactical) problem creates an information system.
2.2.7 Information Technology
Information technology (IT) is any equipment or interconnected system or subsystem of equipment that is used in the automatic acquisition, storage, manipulation, management, movement, control, display, switching, interchange, transmission, or reception of data or information by the executive agency. For purposes of the preceding sentence, equipment is used by an executive agency if the equipment is used directly or is used by a contractor under a contract with the executive agency, which 1) requires the use of such equipment; or 2) requires the use, to a significant extent, of such equipment in the performance of a service or the furnishing of a product. The term "information technology" also includes computers, ancillary equipment, software, firmware, and similar procedures, services (including support services), and related resources. The term "information technology" does not include any equipment that is acquired by a Federal contractor incidental to a Federal contract. (Reference 40 USC Subtitle III (Clinger-Cohen Act of 1996).)
2.2.8 Technical Review Cell
Composed of technical experts from both the ASB, and IMD, the Technical Review Cell (TRC) conducts the preliminary review of all actions, related to IT equipment at TYAD, prior to either ATO submission, or CCB approval. The TRC is responsible for determining which security technical implementation guides (STIGs), and security requirements guides (SRGs) are applicable to a given system, based on the direction given by NETCOM, and higher headquarters.
2.2.9 Vendor
Any non-Government personnel, whether the original equipment manufacturer (OEM), reseller, or third-party personnel involved in the procurement, installation, and/or maintenance of the IT equipment.

3.0 Minimum Specifications, Characteristics and Features for the Machines
3.1 X-axis travel shall be 35 inches, minimum.
3.2 Y-axis travel shall be 20 inches, minimum.
3.3 Z-axis travel shall be 20 inches, minimum.
3.4 Spindle nose-to-table maximum distance shall be between 25 inches and 30 inches.
3.5 Spindle nose-to-table distance shall be 4 inches, minimum.
3.6 Table length shall be 43 inches, minimum.
3.7 Table width shall be 18 inches, minimum.
3.8 Tables shall be furnished with 5 ea. (each) T-Slots, minimum, evenly spaced across the table.
3.9 Tables shall have a weight capacity of 1,700 pounds, minimum.
3.10 Spindle taper shall be CAT40.
3.11 The spindle shall be designed to permit a continuous spindle speed range from 0 to 8,000 rpm, minimum.
3.12 The spindle shall be 20 horsepower, minimum.
3.13 The spindle shall be direct drive.
3.14 The spindle shall have a bearing lubrication system.
3.15 The automatic tool changer (ATC) shall be CT40 with 30+1capacity, minimum.
3.16 The tool changer shall be capable of holding individual tooling of up to 12 pounds ea., minimum.
3.17 The machines shall be equipped with an 8 inch, minimum, color LCD monitor.
3.18 The machines shall be equipped with a flood coolant delivery system and coolant sump with a capacity of 55 gallons, minimum. The Contractor shall furnish and shall install all filters and pumps for the flood coolant delivery system.
3.19 The machines shall be equipped with a through-spindle coolant delivery system that provides up to 300 psi, minimum, coolant to the cutting tool. The Contractor shall furnish and shall install all filters and pumps for the through-spindle coolant delivery system.
3.20 The machines shall be equipped with a 2 Mbyte, minimum, on-board solid state memory that permits the storing, running and editing of large programs.
3.21 The machines shall be equipped with an integrated control cabinet air conditioning system.
3.22 The machines shall be equipped with door and window interlocks. The machine spindle shall automatically cease operation while the machine doors and windows remain in an open position. The spindle shall resume operation only upon closing of all doors and windows.
3.23 The machines shall be equipped with an integrated coolant mist collection system that clears the coolant mist generated during the machining process from the enclosed machining area.
3.24 The coolant mist collection system shall be activated and powered by the machine.
3.25 The machines shall be equipped with high-intensity lighting that can be adjusted by the machine operator to illuminate the entire machining area.
3.26 The high-intensity lights shall be integrated to turn ON when the machine doors open and turn OFF when the machine doors close.
3.27 The high-intensity lights shall permit manual turning ON and turning OFF by the machine operator.
3.28 The machines shall provide a system capable of granular access permissions. Granular access permissions are used to grant system privileges, allowing you to construct site-specific roles with privileges to match your requirements. Required system privileges capable of this should include but are not limited to: running machine code programs, editing machine code programs, editing machine parameters, and administrative machine functions. The system must accommodate the following roles at a minimum: Operator, Setup Technician, and Administrator.
3.29 The machines shall be equipped with an air blast system to permit the removal of chips during dry machining operations.
3.30 The machines shall be equipped with an automatic chip auger system for removal of chips from the machining area.
3.31 The machines shall be designed to permit rigid tapping.
3.32 The machines shall come equipped with probes that can measure material location relative to the table and that can make determination of tool length.
3.33 The primary method of sending and receiving files shall be over serial RS-232 communication. Other methods can exist but cannot be used in place of RS-232.
3.34 The machines shall at minimum be proven to receive files from Tobyhanna's DNC system. The system sends files over serial RS-232 from a Tobyhanna provided workstation.
3.35 The machines shall meet all requirements outlined in Section 4.0.
4.0 Cyber Requirements

4.1 Hardware Requirements
Without exception, all IT equipment shall comply with any, and all, applicable security technical implementation guides (STIGs) and security requirement guides (SRGs) as published by the Defense Information Systems Agency (DISA). This includes STIGs and SRGs regarding physical security. In addition, all IT equipment will comply with relevant Department of Defense (DOD) guidance, and mandates regarding hardware lifecycle upgrades. Without exception, all hardware must come from sources approved by the DOD, and abide by all current restrictions.
4.1.1 Communication Interfaces
All IT equipment must utilize at least an RS-232 serial communication interface. Additional communication interfaces, such as Ethernet, USB, or RS-485, are acceptable, but cannot be in lieu of an RS-232. USB connections are to function as a peripheral device only, such as a printer. USB Mass Storage Devices are strictly prohibited. Full system functionality must be provided via all communication methods present in the IT equipment. All communication interfaces must be enabled, and available for use by the Government, upon delivery of the IT equipment to the Government. This is to ensure continuity of operations should a communication interface become either inoperable, or prohibited for security, or technical reasons.
4.1.2 Cryptographic Devices
Any, and all, hardware implementing cryptographic functionality must utilize a Federal Information Processing Standard (FIPS) 140-2 Level 1, or better, compliant device, certified by the National Institute of Standards and Technology (NIST) Cryptographic Module Validation Program (CMVP).
4.1.3 Workstations and Servers
Only standardized, Government owned, managed, and maintained computing hardware shall be utilized.
4.1.4 Removable Storage Media
The use of removable storage media, including, but not limited to, Universal Serial Bus (USB) flash drives, CompactFlash cards, and Secure Digital (SD) cards is prohibited, except by authorized Government personnel. Neither the Vendor, nor their sub-contractors, shall utilize such devices, and will provide data via optical media, such as a compact disc (CD).
4.1.5 Memory Contents
In the event of main, and backup power failure, the IT equipment shall not utilize volatile memory to store information including, but not limited to, parameters, configurations, or passwords. Upon restoration of power, the IT equipment must return to a state such that the Government can continue to use the IT equipment without requiring service by either the Vendor, or any of their sub-contractors.
4.1.6 Smart Card Readers
DOD personnel utilize a smartcard, called a Common Access Card (CAC) to access IT equipment. All user identification, and authentication, is to be accomplished with a FIPS 201 compliant smartcard reader.
4.1.7 Testing Hardware
The Vendor, and all of their sub-contractors, shall provide additional hardware, and licenses to simulate all system functionality in a laboratory environment. These assets are to be used for testing purposes only, and will not be deployed for production use. In order to ensure that security updates, and configurations do not interfere with IT equipment in production use, the Government requires the ability to test a representative system in a controlled, laboratory environment.
4.1.8 Registration and Licensing
Sensitive information shall not be provided by the Government to the Vendor, or any sub-contractors. This information includes, but is not limited to; computer hostnames, IP addresses, usernames, or passwords. All products shall be registered to:
Commander
Tobyhanna Army Depot
11 Hap Arnold Boulevard
Tobyhanna, PA 18466
Unless approved by the TYAD CCB, physical security tokens are restricted to server use only, and prohibited in end-user IT equipment. No licensing terms between the Vendor, or any sub-contractors, may supersede any requirements from either TYAD, or higher DOD headquarters.
4.2 Software Requirements
Without exception, all IT equipment shall comply with any, and all, applicable STIGs, and SRGs developed by DISA, as well as relevant Army guidance, and mandates. Any, and all software, firmware, or operating system intended to be used on, with, or in support of any IT equipment is required to have a current, and valid, ATO, approval from the TYAD CCB, a unique name to identify the product, and employ a version numbering system to enable tracking of outdated software. All data delivered to TYAD will be provided with FIPS 140-2 compliant cryptographic hashes to enable TYAD to verify the integrity of the received files. The provided hashes shall not reside solely on the same physical media as the associated data. Without exception, all software, firmware, and data must come from sources approved by the DOD, and abide by all current restrictions.
4.2.1 Operating Systems
All IT equipment shall utilize only operating systems, approved by the Army, and configured according to applicable STIGs, SRGs, Army, and local TYAD guidance, and mandates. All operating system installations must be protected by the DOD's Host Based Security System (HBSS) software suite.
4.2.2 Install Location
Unless authorized by the TYAD CCB, all software, firmware, and data provided the Vendor, and all sub-contractors, must be installed within, and provide full system functionality while running from, standard locations appropriate for the particular operating system on which it is installed (e.g., Program Files, Program Files (x86), etc.)
4.2.3 Account Credentials
The IT equipment must integrate with TYAD's Active Directory infrastructure in order to utilize the existing public key infrastructure (PKI), operated by the Army, for user, service, and machine accounts. In addition, the Government must have the ability to change and/or disable, any, and all, built-in administrative, user, and service accounts in the system, including those in embedded sub-systems (e.g., microcontrollers, FPGAs, PLCs, CPLDs, etc.).
4.2.4 Cryptographic Functionality
All cryptographic functions must be FIPS 140-2 Level 1 compliant, or better, and utilize an implementation certified by the NIST CMVP.
4.2.5 Encryption Certificates
For cryptographic functionality, requiring use of a certificate, the system must be able to generate a certificate signing request (CSR) for submission to a DOD Certificate Authority. The CSR must be in a FIPS 140-2 Public Key Cryptography Standards (PKCS) #10 format of at least 2048 bits.
4.2.6 Connections to Outside Systems
All data shall remain within the bounds of the DOD Global Information Grid (GIG). Connections to outside entities for purposes including, but not limited to, performance metric reporting, or remote support are prohibited.
4.2.7 Registration and Licensing
Sensitive information shall not be provided by the Government to the Vendor, or any sub-contractors. This information includes, but is not limited to; computer hostnames, IP addresses, usernames, or passwords. All products shall be registered to:
Commander
Tobyhanna Army Depot
11 Hap Arnold Boulevard
Tobyhanna, PA 18466
Unless approved by the TYAD CCB, physical security tokens are restricted to server use only, and prohibited in end-user IT equipment. No licensing terms between the Vendor, or any sub-contractors, may supersede any requirements from either TYAD, or higher DOD headquarters.
5.0 Site Preparation
5.1 Within 10 working days after receipt of order (ARO) the Contractor shall coordinate with the COR for a post-award pre-installation meeting to be scheduled at TYAD and attended by the Contractor at TYAD. No video conferencing and no teleconferencing with the Contractor is acceptable; the Contractor shall be personally present at the meeting. It is at this meeting the Contractor shall furnish a project timeline. It is suggested the Contractor's sub-contractor personnel attend the post-award pre-installation meeting.
5.2 Government personnel will remove all machines from the project installation worksite.
5.3 The floor at the project installation worksite in Bldg. 1C Bay 2 is, on average, 6 inch non-reinforced concrete. If the existing on-site floor does not meet the manufacturer's floor specifications to accommodate the installation of the machines, the Contractor shall be responsible for the turn-key installation of the manufacturer's specified foundations for the machines.
5.4 For the turn-key installation of the manufacturer's specified machine foundations the Contractor shall be responsible for supplying all equipment, tools, materials, supervision and labor. The Contractor shall saw-cut the existing concrete floor at the required locations in Bldg. 1C Bay 2. The Contractor shall remove the saw-cut concrete pieces and excavate to the required depths. The Contractor shall supply and install the manufacturer's specified steel reinforcements; pour and level the concrete. The Contractor shall clean the work site prior to the Contractor departing for evenings, weekends, and holidays. The Contractor shall perform the saw-cutting and excavation work between the hours of 5:00 PM Friday and 6:00 PM Sunday. The Contractor may perform concrete installation and finishing during normal 1st-shift duty hours, Monday-Thursday from 7:30 AM to 4:00 PM.

5.5 The Contractor shall supply and have delivered to TYAD a refuse receptacle for rubbish and debris collection and for rubbish and debris removal from TYAD. Location for placement of the Contractor's refuse receptacle will be provided by the Government to the Contractor in advance of Contractor work initiation. The Contractor shall remove the refuse receptacle within 5 working days following completion of all contractual work.

5.6 It shall be the responsibility of the Contractor to contact the TYAD Fire Department to obtain a Hot Work Permit prior to the Contractor performing welding, torch cutting, metal cutting and grinding, soldering, and the performance of all activities in which an open flame and burning are needed.
5.7 The Contractor shall be responsible to supply all necessary PPE for all Contractor personnel.
6.0 Delivery, Assembly, and Installation
6.1 The Contractor shall use only electric-powered equipment inside all Government buildings. For all Contractor-supplied electrical equipment that require battery recharging it shall be the responsibility of the Contractor to supply battery-charging equipment. Connection of the Contractor-supplied battery-charging equipment to TYAD power shall be the responsibility of the Contractor. A location for the battery-charging equipment will be provided by the Government to the Contractor.
6.2 It shall be the responsibility of the Contractor to deliver, off-load, transport, place, and properly position the new machines within Bldg.1C Bay 2 at the designated floor locations at TYAD. The Contractor shall be responsible to provide all personnel and equipment necessary to deliver, off-load, transport, place, and properly position the new machines at the designated floor locations in Bldg. 1C Bay 2. Only electric-powered material handling equipment shall be used by the Contractor inside all Government buildings. Delivery date and time shall be coordinated by the Contractor with the COR a minimum 14 calendar days in advance of the anticipated delivery at TYAD. The Contractor shall be able to provide delivery of the machines on a Saturday. Delivery shall include all accessory and assembly pieces and materials. A partial delivery is not acceptable.
6.3 Within 7 calendar days after delivery of the machines the Contractor shall arrive on-site to begin machine assemblies and installations.
6.4 The Contractor shall be responsible to remove all packaging, packing and crating material from the machines, the accessory pieces and the assembly pieces and remove all of the packaging, packing and crating materials from TYAD. It shall be the responsibility of the Contractor to completely and thoroughly clean the machines, accessory pieces and assembly pieces.
6.5 The Contractor shall be responsible to supply a refuse receptacle. Location for placement of the Contractor's refuse receptacle will be provided by the Government to the Contractor in advance of work initiation. The Contractor shall remove the refuse receptacle within 5 working days following completion of all contractual work.
6.6 For machines that have manufacturer's specifications for machine grounding, it shall be the full responsibility of the Contractor to ground the machines per manufacturer's specifications. The Contractor shall furnish all materials, tools and labor to ground the machines per manufacturer's specifications.
6.7 The Contractor shall anchor the machines to the floor, per manufacturer's specifications.
The Contractor shall supply all materials, tools, labor and equipment to anchor the machines to the floor per manufacturer's specifications.

6.8 The Contractor shall be responsible to level the machines, per the manufacturer's specification. The Contractor shall furnish all equipment, tools, materials and personnel to level the machines per manufacturer's specifications.
6.9 The Contractor shall thoroughly clean the work site prior to daily departure and prior to weekend and holiday departures.
6.10 The Contractor may perform assembly and installation work during normal 1st-shift duty hours, Monday-Thursday from 7:30 AM to 4:00 PM.
6.11 The Contractor shall furnish all paints, fluids, greases and lubricants required by the manufacturer for the machines. The Contractor shall have all paints, fluids, greases and lubricants delivered with the machines. The Contractor shall fill the machines to the manufacturer's recommended fluid levels and use all paints, greases and lubricants in accordance with the manufacturers' instructions. The Contractor shall furnish Safety Data Sheets (SDSs) for all paints, fluids, greases and lubricants to the COR 30 days, minimum, in advance of the delivery of the machines. The Contractor shall remove from TYAD all empty, fully-filled, and partially-filled paint, fluid, grease and lubricant containers. Machining cutting fluid coolant will be supplied by TYAD.
6.12 The Contractor shall be responsible to connect the machines and auxiliary pieces to all utilities. Utilities will be provided by TYAD to within 30 feet of the machines. The machines shall utilize 480V/3 Phase/60 Hz. For machines that are not designed and constructed to use 480V/3 Phase/60 Hz, the Contractor shall supply, install and connect the necessary transformers that permit the machines to fully utilize 480V/3 Phase/60 Hz. The Contractor shall ensure a minimum of 3 feet of clearance around the installed equipment, electrical assemblies, subassemblies, and wiring. The Contractor shall ensure all wiring is in accordance with NEC and OSHA standards. The Contractor shall ensure the installed machines and equipment are in accordance with NEC and OSHA standards.
6.13 The Contractor shall note the installation site is located in an industrial area populated by industrial equipment and personnel.
6.14 The Contractor shall be responsible to supply all PPE for all Contractor and sub-contractor personnel.
6.15 The Contractor shall be responsible to ensure the machines are operating within manufacturer's specifications prior to beginning the machine operator personnel training and the machine maintenance personnel training.
6.16 Following receipt of the machines and ancillary pieces at TYAD, the Contractor shall complete assembly; complete installation; complete operator and maintenance personnel training; and present all manuals, data and documentation to the COR within 60 calendar days.
6.17 The Period of Performance (PoP) for the contract will be 180 calendar days after receipt of order (ARO) by the Contractor.

7.0 Training
7.1 The Contractor shall provide training for machine operator personnel. This training shall focus on basic machine operation and features familiarization. Instruction shall also include maintenance that needs to be done by machine operators on a daily basis. Machine operator personnel training shall be a minimum of 16 hours, but shall not exceed 32 hours and shall be conducted on-site at the machines in Bldg. 1C Bay 2 at TYAD. Machine operator instruction shall be for up to 5 ea. machine operator personnel. All materials used during training shall become the property of TYAD.
7.2 The Contractor shall provide training for machine maintenance personnel. Machine maintenance training shall include preventive maintenance (PM) and general machine maintenance including the lock-out/tag-out procedures to take the machines to zero mechanical state and restore them to full operational capability. Machine maintenance personnel training shall be a minimum of 16 hours, but shall not exceed 32 hours and shall be conducted on-site at the machines in Bldg. 1C Bay 2 at TYAD. Machine maintenance instruction shall be for up to 3 ea. machine maintenance personnel. All materials used during training shall become the property of TYAD.
7.3 Machine operator personnel training and machine maintenance personnel training shall commence only after the machines and all auxiliary pieces of equipment are operating within manufacturer's specifications and shall be conducted on-site at TYAD at the machines by the Contractor or the Contractor's qualified training instructor.
7.4 All Contractor-furnished training shall be conducted in English and all training materials shall be written in English.
8.0 Documentation
8.1 Digital Documentation
The Vendor, and all sub-contractors, shall provide a complete set of instruction manuals containing all information necessary to operate, maintain, administer, and reinstall software and hardware contained within the system. This information shall also provide step-by-step instructions to facilitate a complete restoration of the system, to the state in which it was initially accepted by TYAD, in the event of a fatal system error. If any software, firmware, or data has been customized for use by the Government, the Vendor, and all sub-contractors shall provide the associated source code, firmware, build environment, and build instructions to the Government. If any software, firmware, or data, governed by an open source license has been provided for use by the Government, the Vendor, and all sub-contractors shall provide the associated source code, firmware, build environment, and build instructions to the Government. The cryptographic hashes of any products built using the information provided by the Vendor, and all sub-contractors, must match the cryptographic hashes of the compiled data provided to the Government. The Vendor, and all sub-contractors, shall also provide a backup copy of all configuration settings in effect at the time of successful demonstration of system functionality. The Vendor, and all sub-contractors, shall provide at least a digital copy of this information, in a file format to be approved by the TYAD CCB.
8.2 Physical Documentation
8.2.1 The Contractor shall furnish in hardcopy three (3) each of the following manuals: 1) Operation and Maintenance (O&M) manual; 2) Maintenance Parts manual that shall include a full parts list for the Vertical Machining Centers-the parts list shall include part number, nomenclature, and quantity for each listed part. The Contractor's furnished manuals shall include a comprehensive preventive maintenance (PM) schedule that also indicates the work that is to be performed as part of the scheduled PM and shall detail the lock-out/tag-out procedures that are required to bring the Vertical Machining Centers to a zero mechanical state for maintenance and servicing. Procedures for returning the Vertical Machining Centers to full operational capability shall also be provided.
8.2.2 The Contractor-furnished O&M manuals shall contain a complete set of mechanical drawings and diagrams; a complete set of electrical drawings and diagrams including electrical schematics; logic circuitry descriptions; spare parts list; and operator and maintenance instructions for operating and maintaining the machines. The O&M manuals shall contain complete detailed instructions and schedules for machine PM.
8.2.3 Following installation completion and prior to Final Acceptance the Contractor shall supply to the COR a computer-aided design and drafting (CADD) as-built drawing of the installed machines in Bldg. 1C Bay 2. The drawing shall be furnished to the COR in PDF and .dwg and shall be provided in hardcopy, ANSI D paper size 22"x34", in triplicate.
8.2.4 All Contractor-furnished manuals, data and documentation shall be written in English.
9.0 General Acceptance
The following criteria must be met before any IT equipment can be accepted, and put into use, by TYAD. Upon acceptance, all assets provided to TYAD by the Vendor, and all sub-contractors, shall become the sole property of the Government. All data delivered to TYAD shall be provided with FIPS 140-2 compliant cryptographic hashes to enable TYAD to verify the integrity of the received files. The provided hashes shall not reside solely on the same physical media as the associated data, and must not be initially provided after receipt of the data by TYAD. Data received by TYAD which does not match the associated cryptographic hashes shall not be considered valid, and will not be accepted.
9.1 Proof of Functionality
The IS must obtain written confirmation, from the Contracting Office Representative (COR), of successful demonstration of full system functionality. The demonstration must occur at TYAD, in the presence of either the COR, or the Contracting Office Technical Representative (COTR) and at least one TYAD subject matter expert (SME). The COTR cannot serve as the only SME, at least one SME shall be from the Cost Center where the asset is to be utilized. Full system functionality demonstrations shall only be performed on the fully installed IT equipment. The written confirmation, from the COR, will contain an itemized list of checks performed during the demonstration. Each check will detail the steps taken, inputs/commands given, and results received. The TYAD COR/COTR and TYAD SMEs shall sign and date the verified component list, as detailed in Section 1.10, as well as the completed system functionality demonstration checklist. End-user license agreements (EULA) and similar documents will be signed by the TYAD COR/COTR and TYAD SMEs, after signing both the verified component list, and completed system functionality demonstration checklist. If the COTR is present for the full system functionality demonstration test, and signs on behalf of the COR, then the COR must sign and date the same documents, upon receipt from the COTR.
9.2 Proof of Documentation
The COR will provide a signed and dated memo once all documentation outlined in Section 8.0 has been delivered to and verified by TYAD.
9.3 Proof of Authority to Operate
IT products, such as software to be installed on Army computing resources, must undergo the Risk Management Framework (RMF) Assess Only process. Systems fitting the description of an IS, such as those provided by a Vendor with software, firmware, or operating system not controlled by the Army, are required to undergo the RMF Assess and Authorize process. Both an IT product, and an IS must be registered in the Enterprise Mission Assurance Support Service (eMASS). Proof of an Authority to Operate (ATO) is only valid once the relevant entry in eMASS receives a signature from the Approving Official (AO). Without an AO signature, no ATO exists, and the IT/IS cannot be accepted.
9.4 Proof of TYAD TRC Approval
The IS must obtain TYAD TRC approval. This process typically occurs in parallel with the ATO approval process. The COR will provide a signed and dated memo to the Vendor upon TRC approval.
9.5 Proof of TYAD CCB Approval
The IS must obtain TYAD CCB approval, which will also signify ATO approval. TYAD TRC approval is required before consideration by the TYAD CCB. The COR will provide a signed and dated memo to the Vendor upon CCB approval.
10.0 Final Acceptance
Final Acceptance will occur upon ACCEPTANCE by the COR in Wide Area Workflow (WAWF) of the Contractor's submitted invoice. Final Acceptance will be granted only after General Acceptance has been given to the Contractor and all terms and conditions of the contract have been completed by the Contractor to the satisfaction of the COR. Should the Vendor be unable to provide a solution, acceptable to TYAD and within the period of performance, the Vendor is responsible for removing all assets installed as part of this SOW at the Vendor's expense.
11.0 Warranty
11.1 Traditional Support Requirements
11.1.1 The Contractor shall warrant the CNC VMCs, all ancillary components, all installation parts and all workmanship for a period of one (1) calendar year following Final Acceptance by the COR. During this warranty period all parts costs, labor costs, transportation and shipping costs, travel costs, tool costs and per diem for all Contractor personnel shall be the responsibility of the Contractor. The Contractor field repair technician shall arrive on-site within 72 hours after being contacted by TYAD personnel to make warranty repairs during the warranty period. The Contractor shall supply to the COR Contact Telephone Numbers and Points of Contact (POCs) for use by TYAD personnel for warranty, operations and maintenance questions and support.
11.1.2 The Contractor shall provide and perform an annual contractual Preventive Maintenance (PM) for the CNC VMCs to be included as part of the warranty provided and without additional cost to the Government during the warranty period. The Contractor shall perform the contractual PM within 12 months, but no sooner than 11 months after Final Acceptance. As a part of this contractual PM the Contractor shall provide to the COR a complete itemized listing of what was performed as part of the PM and the Contractor shall provide an itemized parts list with names, part numbers and quantities of the parts that have been replaced. Date for the contractual PM shall be coordinated by the Contractor with the COR. All replacement parts needed for the contractual PM shall be provided by the Contractor at no charge to the Government and installed by the Contractor at no charge to the Government.
11.1.3 The Vendor, and all of their sub-contractors, shall address all safety-related issues, as identified by the TYAD Safety Office, for the duration of the support contract. Delivery of all materials required to perform mitigation and/or remediation of safety hazards must be completed within the timelines set by the TYAD Safety Office.
11.2 Cyber Support Requirements
All IT equipment are required to have a valid support contract for at least the software, and firmware. While a support contract is in effect, the following requirements, and all those listed in applicable STIGs, and SRGs from DISA, as well as relevant DOD guidance, and mandates shall apply. The information contained within the Acceptance section of this document shall also apply for the duration of the support contract.
11.2.1 Response Time
The Government will receive a response from either the Vendor, or one of their sub-contractors, no later than 24 hours after the Government initiated a service request with either the Vendor, or one of their sub-contractors.
11.2.2 Replacement Hardware
Any, and all, replacement hardware shall be new, or functionally, and aesthetically, equivalent to new, in performance, and appearance.
11.2.3 Software Updates
Software support will include software updates and enhancements on covered software products. Covered software products is defined as any software, or firmware provided, by the Vendor, to the Government.
11.2.4 Operating System Compatibility
The IT equipment must remain compatible with future updated operating systems in accordance with DOD migration schedules. Delivery, to the Government, of all materials required to perform upgrades for compatibility must be completed within the timelines set by DISA, NETCOM, U.S. Army Cyber Command (ARCYBER), U.S. Cyber Command (USCYBERCOM), and any additional DOD organizations tasked with the security of the GIG.
11.2.5 Security Updates
The Vendor, and all of their sub-contractors, shall address all security-related issues for the duration of the support contract. Delivery, to the Government, of all materials required to perform mitigation, and/or remediation of Information Assurance Vulnerability Alerts and Bulletins (IAVAs and IAVBs) must be completed within the timelines set by DISA, NETCOM, ARCYBER, USCYBERCOM, and any additional DOD organizations tasked with the security of the GIG.
12.0 Safety
12.1 The machine shall meet all requirements set forth in OSHA General Industry Standards, current edition. All energy control sources shall have the capability of being locked-out and tagged-out. The Contractor's manuals shall detail the lock-out/tag-out procedures that are required to bring the machines to a zero mechanical state for maintenance and servicing. Procedures for returning the machines to full operational capability shall also be provided.
12.2 Prior to soldering, welding, torch cutting, and all forms of burning and use of open flame the Contractor shall be responsible to obtain a Hot Work Permit from the TYAD Fire Department. The Contractor shall use safety screens that offer the required level of protection for the type of work being performed and to provide protection for all personnel in the surrounding area.
12.3 See below the Contractor Safety Standards for TYAD for additional information and requirements.
13.0 Environmental
13.1 The Contractor shall use only electric-powered vehicles and electric-powered equipment inside all Government buildings.
13.2 The Contractor shall furnish SDSs to the COR for all hazardous consumables furnished by the Contractor and used by the Contractor. All SDSs for hazardous consumables shall be furnished to the COR 30 calendar days prior to the hazardous consumables being brought on-post.
13.3 See below the Standard Specifications for Projects Under the National Environmental Policy Act for additional information and requirements.

14.0 DEPOT ACCESS FOR THE CONTRACTOR

14.1 A background check and approval from Tobyhanna Army Depot (TYAD) Security Branch is required for all contractor and subcontractor personnel prior to on-site access at TYAD. All persons seeking entrance to TYAD shall submit to and comply with all security standards and requirements in force at the time such persons are seeking entry. All contractors, regardless of resident status or citizenship, will be subject to vehicle search and intense in-processing by TYAD security personnel prior to being granted access to TYAD. This security screening process may be time consuming and access may be delayed or denied. The contractor shall ensure ELTY Form 648-C is completed for all contractor and subcontractor personnel requiring depot access to include warranty services. The TYAD point of contact (POC) will provide ELTY Form 648-C, "Request Access to Tobyhanna Army Depot" to the contractor/vendor at least ten days prior to the expected visit date for completion. The contractor/vendor shall return the completed ELTY Form 648-C to the TYAD POC in a timely manner so the same may be submitted to Security for processing no later than seven days prior to the visit. All of the required fields on the form shall be complete and accurate by the contractor/vendor for timely processing. This requirement is inclusive of on-site supervisory or managerial personnel and sub-contractor personnel that the Contractor anticipates will be performing work or visiting on-site. This security screening does not relieve the contractor of any responsibilities to conduct thorough pre-employment background checks and drug screening. Contractor workers will not be granted access to the work site until security screening is completed and access is approved. Any contractor personnel on-site who fail screening will not be permitted further access to TYAD. See "Access and General Protection/Security Policy and Procedures".
14.2 Access and 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 (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by TYAD Security Branch. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA, and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes.
14.3 Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by the government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations.
14.4 Submit the completed ELTY Forms 648-C form(s) to the COR or POC.

15.0 SECURITY TRAINING REQUIREMENTS FOR THE CONTRACTOR
15.1 Antiterrorism (AT) Level I Training. All contractor employees, to include subcontractor employees, requiring access to Army installations, facilities, and controlled access areas shall complete AT Level I awareness training prior to contract report date. This training is required for any additional or new contractor employees, who start after that period. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR/POC within 10 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html for their training. Completion of contractor employee training will be documented on ELTY form 583, TYAD On-Post Training Record, or contractor equivalent. As applicable, contractor employees must complete annual AT awareness training as it pertains the length of the contract.

15.2 iWATCH Army Training. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH Army Program. This will consist of utilizing the tools and media products on the informational iWATCH Army website to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR/POC. The iWATCH training is available at the following website: https://myarmyonesource.com select Family Programs and Services, in the drop down boxes select: Go To, iWATCH Army -"See Something, Say Something". The contractor shall notify the COR/POC within 10 calendar days of review of the information on the website for any new employees or subcontractor personnel to assure the ELTY form 583 or contractor equivalent is properly documented. Completion of contractor employee training will be documented on ELTY form 583, TYAD On-Post Training Record or contractor equivalent.
15.3 Operations Security (OPSEC) Training. Per AR 530-1, Operations Security, contractor employees must complete Level I OPSEC training prior to the contract report date and for any additional or new contractor employees, who start after that period. The training is available at the following website: http://cdsetrain.dtic.mil/opsec/index.htm The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR/POC within 10 calendar days after completion of training. Completion of contractor employee training will be documented on ELTY form 583, TYAD On-Post Training Record or contractor equivalent.
15.4 All security training certificates shall be provided to the Contracting Officer's Representative (COR)/Point of Contact (POC) and the Contract Specialist/Purchasing Agent.
 

16.0 Additional Requirements
16.1 Removal of Contractor Materials. The Contractor shall remove from the work site prior to the acceptance of work by the Government, all materials not identified to remain in place, including excess paints, building materials, and equipment purchased by the Contractor for the execution of this project.
16.2 Storage of Materials and Equipment. Government furnished storage facilities are not available to the Contractor in the vicinity of the work site. The Contractor shall provide suitable storage facilities as required, located as approved by the COR, if the Contractor intends to leave materials and equipment in the work area overnight or on weekends. The security of the Contractor's property or his personnel's property shall be the full responsibility of the Contractor. The Government will accept no liability in case of loss due to fire or theft.
16.3 Availability of Utility Services. The Government will furnish water and power in the quantity not to exceed the amount necessary for the normal execution of the work, at the nearest available outlet. The Contractor shall make all piping and wiring connections thereto and shall extend the services to the site of the work. On completion of the work, the Contractor shall remove all such temporary connections and any removed or damaged portions of the Government services at the points of connection shall be repaired or replaced.
16.3.1 Other Utilities: The Contractor shall make arrangements to obtain all utilities not furnished by the Government, at the Contractor's expense.
16.3.2 The Government will not provide refuse facilities. The Contractor will be required to dispose of all garbage and other waste materials generated by his work at a licensed off-site landfill.
16.4 A TYAD Local 648-C form for all personnel to include sub-contractors working under this contract shall be completed and submitted within 7 workings days prior to requiring access to TYAD in order to allow sufficient time to process security information. The Local 648-C form is required to be completed for all background checks. No contractor personnel or contractor's subcontractor personnel will be permitted access to TYAD unless prior written approval is received from the TYAD Security Office.

17.0 Proposal Submittals
17.1 Submitted proposals shall address individually all elements in Section 1.0, 3.0, 4.0, 5.0, 6.0, 7.0, and 8.0. Contractors shall use brief descriptive and explanatory narratives in addressing all elements as to the manner in which the Contractor intends to comply with the element. A single statement of Contractor compliance will not be accepted in lieu of a brief explanatory narrative and may disqualify the Contractor from contract award consideration. A parroting of the element and the Contractor's compliance to the element will not be accepted. Proposals that do not address all elements in the noted Sections with a brief narrative may not be reviewed and may not be given contract award consideration.
17.2 The submitted proposals shall provide all necessary data and documentation as required by Section 4.0.
17.3 The submitted proposals shall indicate power requirement including the full load amperes the machines require for operation.
17.4 The submitted proposals shall include product data sheets of the proposed CNC VMCs.
 
 
 
 

CONTRACTOR SAFETY STANDARDS FOR TYAD

June 2018
Below are the contractor requirements for any work done on Tobyhanna Army Depot (TYAD). It is the responsibility of the contractor to enforce the below requirements. Failure to enforce safety requirements on the depot can result in termination of the contract.
Important Phone Numbers
Emergency: 911
Security: 570-615-7550
Fire Department - (Non-Emergency): 570-615-7300
Safety: 570-615-7027
Changes in this document for June 2018:
The contractor is solely responsible for jobsite safety S10.0.
Update on the red card program in S 10.0.5.
Update on confined space S 10.6.3.
Subcontractors are the responsibility of the prime contractors, S 10.10.4.
S.10.0 THE CONTRACTOR IS SOLELY RESPONSIBLE AND LIABLE FOR JOB-SITE SAFETY.
Review of the project plans and other documents by the Tobyhanna Safety Office does not constitute an acceptance of Federal responsibility or liability for the adequacy of the safety measures identified for the job or for the Contractor's compliance with OSHA rules and regulations. The Contractor remains solely responsible and liable for job-site safety at all times during the term of the contract.
Contractors shall comply with the following:

1. Tobyhanna Army depot has restrictions on the use of fossil fuels in all buildings. The contractor must follow the TYAD fossil fuel memorandum of understanding.
2 All direct construction supervision including subcontractors must have completed the OSHA 10 hour safety course for construction. These certificates must be submitted with the site safety plan BEFORE construction starts.
3. Red card program - Tobyhanna Army Depot utilizes a program to allow employees to stop an action which is considered unsafe. Employees carry small red cards that can be thrown down when the employee sees an action they consider unsafe. Work ceases until TYAD management can decide if it is safe or not. Contractors are required to comply with this. If a Tobyhanna employee presents his red card to a contractor, the contractor must stop working until the COR and the safety office can determine if there is a safety hazard or not.
S 10.1 CODE COMPLIANCE

Tobyhanna Army Depot requires full contractor compliance with all safety regulations and standards. The Contractor is responsible for maintaining, monitoring and enforcing all rules, regulations and codes, by ALL personnel working for the contractor including all subcontractors. These codes include:
Title 29 Code of Federal Regulations-1910 (OSHA General Industry Standards),
Title 29 Code of Federal Regulations-1926 (Construction Industry Standards),
National Fire Protection Association Codes,
Uniform Facilities Code,
Other codes as required to maintain safety standards.
S.10.2 JOB HAZARD ANALYSIS (JHA)
Prior to the start of work, the contractor shall prepare a JHA for each phase of work that will be done under the contract. A phase is any operations involving a certain type of work. Examples include demolition, excavation, masonry work, concrete pouring, roofing, and electrical wiring. Work done by each subcontractor is also a phase. The JHA will:
1. List the activity being performed and identify the sequence of work steps
2. List the hazards associated with each step, and the procedures and training required to eliminate or reduce the risk to an acceptable level.
S.10.3 SAFETY PLAN

Contractors will submit a written Contractor Safety Plan prior to beginning construction. The plan must follow the guidelines in OSHA 1926.
1. Who will implement the plan, including who is responsible for safety and accident prevention.
2. A means for coordinating and controlling subcontractors and suppliers.
3. Safety training.
4. Who will investigate accidents.
5. Emergency response.
6. Job site cleanup and safe access.
7. Public safety requirements such as signs and barricades.
S.10.4 FALL PROTECTION

1. Personnel performing any work on elevated surfaces, six (6) feet or more above a lower level, shall comply with 29 CFR §§ 1926.500 through 1926.503.

2. There are no certified anchorage points or permanent guardrail systems on any TYAD roof. Most roofs of the depot are more than 20 feet high.
3. Contractors and their employees must be protected from falling off the edge of the roof, regardless of how briefly the employees are at the edge of the roof.
 
S.10.5 ELECTRICAL SAFETY

Follow the current Tobyhanna Army Depot standard. This standard is based on NFPA 70E.
S.10.6 DEPOT REQUIRED PERMITS/APPROVALS
Permits are required for:
1. Excavation: Contractors must utilize the PA 1 Call system and coordinate with contracting officer representative (COR) for excavations prior to any groundbreaking including digging, drilling and stake driving. See appendix L for permitting details.
2. Trenching: Contractors must obtain approval from the TYAD Safety and Occupational Health Office (SOHO) before any trenching deeper than 5 feet. The contractor must have a trenching plan and the appropriate safety equipment. The contractor is to request approval from the (SOHO) by e-mail through the contracting officer representative.
3. Confined space: Contractors must obtain approval from the TYAD Safety and Occupational Health Office (SOHO) before entering any confined space. The contractor must have a confined space plan and the appropriate safety equipment. The contractor is to request approval from the (SOHO) by e-mail through the contracting officer representative.
4. Burning/fire: Hot work permits must be obtained daily from the Fire Department.
5. Cranes: Use of cranes on the depot: See S.10.13
6. Army Radiation Permits: Non-Army agencies (including other military Services, vendors, and civilian contractors) require an Army Radiation Permit (ARP) to use, store, or possess ionizing radiation sources on TYAD (see 32 CFR 655). Non-Army applicants will apply by letter with supporting documentation to the Depot Commander. The letter should be submitted so that the Depot Commander receives the application at least 30 days before the requested start date of the permit. The ARP application will specify start and stop dates for the ARP and describe the intended use of the radioactive material.
For sealed sources of radiation, i.e. Moisture Soil Density Gauges, the application must include a valid Nuclear Regulatory Commission (NRC) Radioactive Materials License that allows the applicant to use the source as specified in the ARP application, current leak test certificates, operator training records and calibration certificates for any equipment that may be utilized at TYAD.
For machine produced ionizing radiation sources, i.e. X-ray Equipment, the application must include the appropriate state authorization that allows the applicant to use the source as specified in the ARP application along with operator training records and calibration certificates for any equipment that may be utilized at TYAD.
ARPs will not be issued for more than 12 months at a time.
S.10.7 CONFINED SPACES

1. All Confined Spaces at TYAD are considered as Permit-Required Confined Spaces.
2. Contractors must fully comply with all OSHA regulations for Confined Space Operations, including on-site use and availability of a Confined Space Entry Permit / Checklist.
3. The contractor must request access from the TYAD SOHO before entering any confined space area. The contractor is to request approval from the SOHO through the Contracting Officer Representative (COR). The Contractor or COR
will also notify the Fire and Emergency Services Branch of the Confined Space Entry.
4. Upon completion, the contractor will notify the SOHO and discuss whether any new hazards were added to the Confined Space, and will submit the completed Confined Space Entry Permit / Checklist.
S.10.8 LOCKOUT/TAGOUT PROCEDURE

1. The Contractor shall perform this work in accordance with 29 CFR § 1910.147, The Control of Hazardous Energy.
2. The Contractor shall notify the COR that a lockout/tagout system is going to be used.
3. The contractor is to request the COR to notify them if TYAD is using any lockouts/tag outs in the construction area.
4. The Contractor shall locate and identify all isolating devices.
5. The Contractor shall shut down the equipment normally.

6. The Contractor shall isolate all energy using appropriate methodology.
7. After all work is complete, the Contractor shall remove the energy isolating device and restore the equipment to service.
8. The Contractor shall notify the COR that energy is again restored.
S.10.9 PROTECTION TO THE DRINKING WATER SYSTEM
The contractor will not perform any work on the depot potable water system until prior approval is obtained from the Environmental Branch and the certified operator through the Directorate, Installation Services COR.
S.10.10 PROTECTION OF PERSONNEL
At no time is any depot employee to be put at risk to illness or injury.
No construction actions are exempt from this requirement.
1. Where pedestrian and driver safety is endangered, use appropriate traffic barricades. Use anchor barricades to prevent displacement by wind. Notify the COR prior to beginning such work.
2. Where demolition is required, continuously evaluate the condition of the structure being demolished and take action to protect personnel working around the project site. No structural element will be left standing without sufficient support to prevent collapse.
3. Personal Protective Equipment for visitors: three complete sets of personal protective equipment shall be available to visitors for entry to the regulated area. Visitors shall be provided with training equivalent to that provided to Contractor employees in the use of Personal Protective Equipment and the site safety and health requirements.
4. Subcontractors are the responsibility of the prime contractor and must follow the same regulations the prime contractor does.
S.10.11 FIRE AND EMERGENCY SERVICES
Hot Work Permits will be issued by Fire Department upon request. HWP requests must be made at least thirty (30) minutes prior to the expected start time by contacting the fire department.
1. Contractors are required to have fully charged and operable contractor provided fire extinguisher(s) that are appropriate for the type of possible fire. Fire extinguisher shall be immediately available for inspection by the fire department upon an inspection of the work site and remain at the work site. At a minimum, a ten (10) pound class 4A: 60B: C multi-purpose dry-chemical fire extinguisher or equivalent shall be provided. Contractors shall provide an appropriate number of fire extinguishers.
2. A fire watch must be in place during the hot work and for 30 minutes after the HWP operation. Upon completion of the thirty (30) minute, post hot work fire watch, the contractor shall contact the fire department to report the work is complete.
The fire department will be notified when flammable or hazardous materials are used.
3. Use of a plasma torch will require special approval by the fire department.
4. Any fire, even one that is extinguished, must be reported to the fire department.
5. Ambulance services are provided at a cost to contractors. The contracted ambulance service provider will transport to the nearest hospital. Advanced Life Support, helicopter transport, etc. is all at the contractor's expense.
6. The fire department will respond to all fire, ambulance, hazmat and confined space incidents.
S.10.12 IF AN INCIDENT HAPPENS
1. Any serious injury or medical emergency:
a. Dial 911 and give accurate location and nature of emergency. Make sure to tell the operator that you are calling from Tobyhanna Army Depot.

b. Send someone to the nearest exit to assist responders.
c. Treat victims to the best of your ability.
d. Call the work order desk at 570-615-7805 if there is any blood or body fluids that must be cleaned up.
2. In the event of the smell of natural gas:
a. Call dial 911.
b. Have all personnel evacuate the area if the smell is significant.
c. Assist the fire company to determine the leak as appropriate.
3. In the case of a fire:
a. If the fire is small, use a fire extinguisher and call 911.
b. Otherwise, dial 911 and pull the fire alarm.
c. Evacuate the building.
S.10.13 CRANE LIFT OPERATIONS AT TOBYHANNA ARMY DEPOT
A Lift Plan for Crane Operations will be submitted to the SOHO at least five business days prior to a lift operation. It shall include:
1. A description of the operation to be performed, specific personnel assignments (Lift Director, Safety Coordinator, Operator, rigger, etc.) and signaling and any other details pertaining to activities during the lift.
2. A drawn Site Plan with specifications including work zone, support equipment locations, evacuation area, traffic control, electrical power line clearances (if applicable), lift path, surface conditions at crane location, etc.
3. Training/Certifications (scans) for crane operator and other lift-team members included in the lift operation.
4. Equipment nomenclature and a certificate of comprehensive annual inspection records, including any deficiencies and corrective action.
5. Load chart for crane, with target capacities specific to the crane/boom configuration and lift details clearly marked.
6. Lift calculations, including rigging components and configuration.
7. Weather conditions are always part of the ongoing safety assessment and may result in rescheduling of the lift.
8. Only approved operators are allowed to operate or move the crane for any reason.

A Production Lift Plan pertains to repetitive lifts within a work project and may be outlined with one lift plan depicting the nomenclature and general capacities of the equipment to be utilized. Besides the eight items above, the plan will also include how often the crane will be used and how traffic and personnel safety will be handled.
S.10.14 APPLICATION OF ANY ODOR PRODUCING MATERIAL
Any application of any paint, epoxy, adhesive or anything else that produces an offensive odor must be coordinated with the COR or POC before starting. This is particularly true of the construction work in a building occupied by Tobyhanna employees.
IN ANY CONFLICT BETWEEN STANDARDS, THE STRICTER OF THE TWO SHALL APPLY. IF UNSURE CONTACT THE TYAD SOHO AT 570-615-7027
 
Standard Specifications for Projects Under the
National Environmental Policy Act
in Accordance with 32 CFR 651
Proponent ELTY-ISR-E

****Spill Response Procedures 1-2-****
1. Stop work
2. Call 911
3. Evacuate Area
*********Damaged Asbestos?*********
Call Environmental Branch (EB) at 615-7098
*******Environmental Questions?******
Call EB 615-7098
 

1. Air Pollution Control
The contractor must control fugitive emissions, including dust, during the course of their contract. The contractor must obtain approval from the Environmental Branch (EB) prior to exhausting equipment to the outside. The contractor must not allow any pollutant or particulate matter to be released to the atmosphere at levels that are visible from outside of Tobyhanna Army Depot (TYAD). The contractor must not perform work that will release pollutants or particulate matter to the atmosphere when the wind speed exceeds ten miles per hour and will result in adverse effects to the surrounding areas. TYAD will monitor the wind speed; it is the contractor's responsibility to obtain wind speed information through the Contracting Officer Representative (COR).
2. Asbestos
The contractor must ensure that all materials used in the performance of this contract are asbestos-free.
Unless specified in the contract, the contractor must not disturb any existing Asbestos-Containing Material (ACM) in the performance of this contract. If ACM, or suspect ACM might be disturbed in performance of this contract, the contractor must avoid coming in contact with the material and immediately notify the COR and the Contract Administrator in writing. The COR must coordinate with EB to have the material tested to determine if there is ACM. If the material is determined to be ACM and the contractor cannot avoid disturbing the material, the COR will notify the Contracting Officer. The Contracting Officer will direct a change pursuant to the contract clauses entitled "Changes" and "Differing Site Conditions." If ACM, or suspect ACM has been disturbed, the contractor must immediately notify the COR and call the EB. The contractor will shut down and not move any equipment or supplies near the damaged ACM. The contractor will evacuate all non-contaminated contractor personnel from the immediate vicinity. Any contractor personnel thought to be contaminated with asbestos must remain in the area until the EB responds. If the damaged material is determined to be ACM and there is potential for further damage, the Contracting Officer will direct a change pursuant to the clauses of the contract clauses entitled "Changes" and "Differing Site Conditions."
Asbestos abatement required under the contract as originally awarded must be in accordance with United Facilities Guide Specification 02 83 14 00 10 and as otherwise required in the contract. Asbestos abatement not required under the contract as originally awarded, can be incorporated into the existing contract via contract modification, or by the Government taking responsibility for the asbestos abatement. The method of acquiring the abatement is at the discretion of the Government. The contractor must have an asbestos abatement work plan that has been approved by EB prior to beginning any asbestos abatement work.
3. Backflow
The contractor shall have a backflow prevention device installed on all contractor equipment that is connected to Tobyhanna Army Depot's (TYAD) water distribution system. The contractor shall have a water meter installed to monitor water consumption during all phases of the contract. Water use will be reported monthly to the Environmental Branch.
4. Burning
The contractor must not burn refuse and debris anywhere on TYAD.
5. Buy Recycled-Content Materials
The Contractor must comply with Resource Conservation and Recovery Act (RCRA) Section 6002 (42 U.S.C. 6962, Federal Procurement) in the acquisition of materials with recycled content to meet the standards of Executive Order 13693, Planning for Federal Sustainability in the Next Decade; March 19, 2015. Specific designated items in this contract for which recycled content standards have been established have been set forth in the specification (e.g., insulation, roofing materials, carpet, carpet pad, paint, floor tiles, shower and restroom dividers). Recovered Material Certification: As required by the RCRA, the contractor must certify that the percentage of recovered materials to be used in the performance of the contract will be at least the amount required by the applicable contract specifications (see Federal Acquisition Regulation (FAR) Provision 52.223-4, Recovered Material Certification). Prior to application for final payment, the contractor must provide a report in accordance with FAR Clause 52.223-9, Estimate of Percentage of Recovered Material Content for Environmental Protection Agency (EPA) Designated Items, to the Contracting Office. Compliance with this program does not relieve the contractor from meeting all other specification requirements.
6. Cultural Resources
The contractor must not adversely affect any property listed on the National Register of Historic Places (NRHP) or properties eligible for inclusion on the NRHP without consultation and approval from the EB through the COR. If there is a discovery of any historic properties, including archeological sites and graveyards, work will cease immediately until requirements of National Historic Preservation Act, as amended, have been met. All archaeological artifacts found at TYAD or TYAD-controlled properties are U. S. Government property until a determination is made otherwise.
7. Demolition Notification
If a project involves the demolition of any load-bearing structural members, whether or not asbestos is present, 25 days prior to the demolition, the Commonwealth of Pennsylvania Asbestos Abatement and Demolition/Renovation Notification Form 2700-FM-BAQ0021 must be submitted to EB as specified in the Unified Facilities Guide Specification 02 82 13.00 10. The contractor may obtain a copy of the form from the EB.
8. Drinking Water
The contractor must not perform any work on the TYAD potable water system prior to obtaining approval from the EB and the Installation Planning and Maintenance Division certified operator through the COR. If a permit is required due to construction or proposed chemical feed changes, it will be the responsibility of the contractor to obtain all permits associated with the project. Permit applications will first be reviewed and approved by the Environmental Branch before being submitted to regulatory authorities. Any piping or additions added to the TYAD water system must be disinfected following American Water Works Association circular C651-14 "Disinfecting Water Mains." Construction will be kept outside of drinking water wellhead protection zones when feasible. All new buildings and remodeled buildings will be equipped with a water meter that can easily be read from the exterior of the building.
9. Endangered Species
The contractor is responsible for meeting requirements of the Endangered Species Act of 1973. The contractor must not disturb any endangered species, their habitat or offspring during the implementation of this contract.
10. Emergency/Spills
All emergencies and spills must be reported to the TYAD Fire Department by calling 911 from a TYAD phone or (570) 615-7300. If a 911 call is placed on a cell phone, the call will go to the Monroe County Emergency Office. Notify the Monroe County Emergency Office that you are at TYAD and the call will be forwarded to TYADs Fire Department. The contractor must ensure all personnel working on site are trained in the proper procedure according to 29 CFR 1910.120 (if applicable) to initiate a spill response to handle the hazardous substances they are working with. The contractor will take the necessary actions to prevent and contain spills of hazardous materials.
11. Energy Efficiency
The Energy Policy Act of 2005 section 109 and the Energy Independence and Security Act of 2007 require all new construction at federal facilities to be 30% better than ASHRAE 90.1. Energy Policy Act of 2005 section 104 and the Energy Independence and Security Act of 2007 require all new equipment to be Energy Star qualified when available. This is applicable to heating, ventilation and air conditioning equipment, plumbing, building materials, lighting, commercial food service equipment and appliances.

12. Environmental Automation and Control Systems
The contractor will not alter, modify, remove or tamper with any environmental automation or control system unless previous arrangement have been made with EB. This includes sensors, programmable logic controllers, equipment housing, power supplies, meters or other hardware/sensor technology.
13. Erosion and Sedimentation Control
The contractor shall protect streams, lakes and wetlands from sediment discharges caused by the contractor's activities. The contractor shall also provide (where applicable) an erosion and sedimentation control plan in compliance with state and local laws and regulations, to the COR for approval prior to executing any soil-disturbing activities. The contractor must submit a National Pollutant Discharge Elimination System Permit to the Pennsylvania Department of Environmental Protection (PADEP) prior to any construction activity that encompasses more than one acre. All permits must be reviewed and approved by the EB prior to being sent to any regulatory authority. The contractor shall not disturb any wetlands. Contractor will remove all silt fencing and other temporary control measures once the site is stabilized. Contractor will remove all spoils from TYAD unless a previously approved disposal site has been established. The contract COR will be responsible for management and control of the spoils disposal site.
14. Fluorescent and Mercury-Bearing Lamps
The contractor is to collect, containerize, manage and recycle fluorescent and mercury-bearing lamps in accordance with 40 CFR 273, Standards for Universal Waste Management. A copy of the manifest/Bill of Lading must be given to the EB through the COR five days in advance of shipment by the contractor so that it can be reviewed for accuracy and completeness. The contractor must install low mercury bulbs when available.
15. Hazardous Materials Stored and Labeled
The contractor must ensure all hazardous materials (HM) at the work site are properly stored and labeled. The contractor must not leave any HM behind at the completion of the job for any reason. HM must not be stored outside without adequate secondary containment and shelter.
16. Hazardous Waste
The contractor must ensure that all hazardous wastes (HW) at the work site are properly stored and labeled in a pre-approved location designated by the EB. The contractor must provide copies of any shipping documents for HW/Universal Waste/Toxic Substances Control Act waste. If the TYAD EPA number is being used for shipping purposes, only EB is authorized to sign a manifest and the manifest (or copy) must be supplied prior to the day of shipment for review. The EB will keep originals. If HW or waste requiring special handling (e.g., asbestos) is being turned over to the government for disposal, the contactor must notify the EB through the COR when the waste is ready to be moved.
17. ISO 14001
TYAD is an ISO 14001 certified facility. All contractor and subcontractor employees on site must comply with TYAD Regulation 200-5, "Environmental Management System (EMS)." The contractor may obtain these regulations through the project COR.

18. Limit of Disturbance
The contractor must confine the limit of disturbance of the project to the smallest area possible.
19. Mercury-Bearing Equipment
The contractor must not install any equipment, switches, or devices (including thermostats) that contain mercury or lead.
20. Safety Data Sheets (SDSs)
The contractor must submit SDSs for all hazardous materials proposed for use, including paints, solvents, adhesives, etc., to the EB through the COR five working days prior to material being brought on post. The contractor must keep a copy of all SDSs required for the project at the jobsite.
21. Migratory Bird Protection
The contractor is responsible for meeting requirements of the Migratory Bird Treaty Act of 1918 (as amended). The contractor must not disturb any migratory bird, their nesting area or offspring during the implementation of this contract.
22. National Pollutant Discharge Elimination System (NPDES) Permits
The contractor must not perform any work on existing NPDES structures or treatment units unless previously approved in writing by the Installation Planning and Maintenance Division certified operators and the Environmental Branch. This includes work within the sewage treatment plant, sewage lift stations, sewage conveyance pipes, Industrial Operations Facility pretreatment plant, and storm water sewer systems. If a permit is required, it will be the responsibility of the contractor to obtain all permits prior to work being performed. All permit application packages must first be reviewed by the Environmental Branch prior to being sent to any regulatory authority.
23. Net Zero Water
The contractor will minimize the use of potable water during the construction project. Water used during the construction project will be monitored and measured using portable water meters if possible. Installed restroom equipment will consist of high-efficiency fixtures that use reduced volumes of water. Employ strategies that in aggregate use 20% less water than the water use baseline calculated for the building after meeting the Energy Policy Act of 1992 fixture performance requirements. Automatic hands-free flushometers will not be used. Water-free urinals will not be used. Flushometers will be the piston variety that fail in the closed position. New building construction and renovations will include installation of a water meter that is capable of being read from the outside of the building.
24. Noise
The contractor must not allow the noise level to exceed 65 decibels at any point outside TYAD property. If noise levels exceed 65 decibels, a plan must be prepared by the contractor to mitigate the noise levels and submit to the EB for approval through the COR. The contractor will monitor the fence line to confirm this limit.
25. Ozone Depleting Substances (ODS)
The contractor must be responsible for ensuring that all personnel who perform maintenance and repair activities on refrigeration equipment have been trained and certified by an EPA-approved Section 608 program. The contractor must not use Class I or Class II ODS or install equipment that contains Class I or II ODS.

26. Paints
The contractor must not use paints containing zinc chromate or strontium chromate pigments and paints containing lead in excess of 0.06 percent by weight of the total nonvolatile content (calculated as lead metal).
27. Pest Management
At no time during the execution of this contract must the contractor provide a food source or harborage for any pests. The contractor must coordinate through the COR to the EB prior to application any pesticide usage. Pesticides are required to be approved by the EB. The contractor must report all usage of pesticides through the COR to the EB. After completion of the contract, the contractor must ensure there is no passage for pests to enter facilities or structures related to work performed by the contractor.
28. Polychlorinated Biphenyls (PCBs)
The contractor must not bring items containing PCBs onto TYAD. Light ballasts that are clearly marked "Contains no PCBs," or that are marked with a manufacture date after 1978 must be disposed of by the contractor as construction demolition debris. Any light ballast that is not marked as containing no PCBs that has a manufacture date prior to 1978, or that cannot be determined whether it contains PCBs, must be disposed of by the contractor at an approved and licensed facility for PCBs. The contractor must submit a shipping manifest and certificate of disposal of the PCB-containing items to the EB through the COR.
29. Recycling
The contractor must comply with TYADs general recycling plan for recyclable materials such as aluminum, steel, cardboard, paper, plastic and wood. The contractor should contact the EB for additional information on the recycling of materials through the COR. The COR will coordinate with EB to have the contractor recycle metals, cardboard, etc., through TYADs recycling program. All Construction and Demolition (C&D) material transferred from a construction project into the TYAD recycling program must be segregated and material type and weights submitted to the project COR for consolidation. Any material entering the TYAD recycling program that is not documented and properly reported will be absorbed into the TYAD recycling program and not count towards the C&D requirement of the project. Clean wood shall be recycled by the contractor off TYAD property.
30. Refuse and Construction Demolition Debris Removal and Disposal
During the performance of all construction, renovation and demolition projects, a minimum of 60 percent of all non-hazardous construction demolition debris shall be diverted from the landfill for reuse or recycling. The contractor shall provide written certification to the COR of the type and tonnage of debris reused or recycled from the contract. All refuse and the construction demolition debris not recovered for reuse or recycling shall be disposed of at a PADEP permitted and Monroe County Municipal Waste Management Authority authorized facility. The contractor shall comply with the Monroe County Solid Waste Management Plan and PA Act 90, including all licensing requirements. Monroe County has specific landfills that is must be transported to per Monroe County guidance which is available on the county website (http://www.thewasteauthority.com) and any contractors can call the Monroe County Municipal Waste Management Authority at (570) 643-6100. The contractor shall provide a disposal certificate or landfill weight slip to the COR for all solid waste disposed of during the performance of this contract. The COR will then provide copies of the disposal certificate or landfill weight slips with the quarterly consolidated C&D report from The Installation Planning and Maintenance Division to EB.
31. Removal Materials
The contractor must remove from the site prior to the acceptance of work by the Government, all materials not identified to remain in place, including excess paints, building materials and equipment purchased by the contractor for the execution of this project.
32. Site Preservation and Restoration
The contractor must ensure that the land resources associated under this contract be preserved in their present condition, or be restored to a like condition after completion of construction. This post construction appearance will appear to be natural and not detract from the appearance of the project.
33. Trees and Shrubs Protection
The contractor must be responsible for the protection of all trees and shrubs on site. The contractor must not allow any heavy equipment, vehicular traffic or stockpiling of materials within ten feet from the drip line of any tree. The contractor must not allow any toxic materials to be stored within 100 feet (35.5 meters) of the drip line of any tree. The contractor must not nail protective devices, signs, utility boxes or other objects to trees to be retained on the site.
34. Unexploded Ordnance (UXO)
All work that is done in the UXO area must include the support and clearance by a UXO technician. In addition, all personnel entering the UXO area must have UXO recognition training. The COR will escort the contractor to the EB for UXO recognition training. The COR will provide a map of the UXO area to the contractor.
35. Water Quality
The performed in such a manner that pollution will not be created in streams, surface waters or underground water located within, or adjacent to the project area. The contractor shall not spill, emit, dump or otherwise discharge any hazardous, toxic, harmful or unauthorized pollutant, substance or material, including petroleum products, cleaning agents or paints, onto the ground, into the air or into any waters or nearby storm drain. The contractor shall execute any preventative measures required to prevent any hazardous, toxic or harmful material stored or used on the project site from entering any storm water drain. Nothing shall be allowed to spill, emit, dump or otherwise discharge contractor shall not pollute streams, lakes or reservoirs. All work under this contract shall be any hazardous, toxic or harmful material or pollutant into any sink, toilet, drain, utility or receptacle without written permission from the EB through the COR. The contractor shall protect streams, lakes and wetlands from sediment discharges caused by his activities.

Opportunity closing date
20 May 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Army ACC - APG (W25G1V) Tobyhanna United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?