TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document...

53
Mission Support Alliance Request for Proposal Date Issued: 03/26/15 This request for proposal (RFP) is issued under the authority of the Department of Energy prime contract DE-AC06-09RL14728. This RFP is issued by: Mission Support Alliance, LLC P.O. Box 650 Richland, WA 99352 Contracting Officer: Robert Joshlin PO Box 650, Mail Stop: H7-10 Richland, WA 99352 509-376-5215 [email protected] Proposals are to be prepared in accordance with the instructions and conditions set forth herein. Proposals are to be received by the close of business (4:00 P.M., PST) on April 27, 2015 to the address shown above, attention to the Contracting Officer identified above. All questions are to be directed to the Contracting Officer identified above. “Hanford procedures prohibit all contact with Hanford Employees where issues of this Request for Proposal are concerned. All correspondence and communication concerning this RFP is limited to the Contracting Officer or those individuals listed in Section “G” Contract Administration, 1.1 Authorized Personnel 1

Transcript of TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document...

Page 1: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

Date Issued: 03/26/15

This request for proposal (RFP) is issued under the authority of the Department of Energy prime contract DE-AC06-09RL14728.

This RFP is issued by:Mission Support Alliance, LLCP.O. Box 650Richland, WA 99352

Contracting Officer:Robert JoshlinPO Box 650, Mail Stop: H7-10

Richland, WA 99352 509-376-5215 [email protected]

Proposals are to be prepared in accordance with the instructions and conditions set forth herein. Proposals are to be received by the close of business (4:00 P.M., PST) on April 27, 2015 to the address shown above, attention to the Contracting Officer identified above.

All questions are to be directed to the Contracting Officer identified above. “Hanford procedures prohibit all contact with Hanford Employees where issues of this Request for Proposal are concerned. All correspondence and communication concerning this RFP is limited to the Contracting Officer or those individuals listed in Section “G” Contract Administration, 1.1 Authorized Personnel

All proposals are subject to the terms and conditions set forth herein. Any exceptions, deviations or omissions may be grounds for rejection of proposals submitted

1

Page 2: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

Table of Contents

A.0 Section A Solicitation..........................................................................................................4A.1 North American Industry Classification System (NAICS) Code and Size

Standard...................................................................................................................A.2 Information Required for Technical Evaluation......................................................A.3 Proposal Submittal...................................................................................................A.4 Financial Capability Determination.........................................................................A.5 Basis of Award.........................................................................................................A.6 Proposal Preparation................................................................................................Proposal Content Required..................................................................................................Evaluation Factors and Criteria...........................................................................................A.7 Past Performance Information.................................................................................A.8 Conflict of Interest Disclosure and Representation.................................................A.9 Instructions for the Preparation of Proposals...........................................................

B.0 QA / Inspection Requirements - N/A..................................................................................7C.0 Description/Statement of Work...........................................................................................81.0 INTRODUCTION / BACKGROUND..............................................................................10D.0 Transportation Instructions - N/A......................................................................................22E.0 Price Schedule...................................................................................................................23F.0 Delivery/Performance........................................................................................................24

F.1 Term of Subcontract..............................................................................................G.0 Subcontract Administration...............................................................................................24

G.1 Document Transmittals..........................................................................................G.2 Estimated Billing...................................................................................................G.3 Authorized Personnel.............................................................................................G.4 Electronic Mail Capability.....................................................................................G.5 Subcontractor Invoices for Subcontracts...............................................................G.6 Terms of Payment..................................................................................................

H.0 Special Requirements........................................................................................................27H.1 Audit Rights - Established Catalog or Market Price Warranty..............................H.2 Reimbursement of Travel Expenses......................................................................H.3 Facility Closure Notice - Holiday and Work Schedules........................................H.4 Key Personnel........................................................................................................H.5 Inspection of Services – Fixed Price......................................................................H.6 Designation of Technical Representative..............................................................H.7 Subcontract Options...............................................................................................H.8 Work Hours Reporting...........................................................................................H.9 Fiscal Year End Delivery/Completion Requirements............................................

I.0 Terms and Conditions........................................................................................................33I.1 Limitation of Liability – Services..........................................................................I.2 General Provisions – Fixed Price...........................................................................I.3 General Provisions – Commercial.........................................................................I.4 Special Provisions – On-Site (Formerly SP-5)......................................................

2

Page 3: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

J.0 List of Attachments - N/A.................................................................................................35K.0 Signatures – N/A................................................................................................................35L.0 Representations and Certifications....................................................................................35

Subcontractor Acknowledgement of Federal Online Representations and Certifications..........................................................................................................

3

Page 4: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

A.0 Section A Solicitation

A.1 North American Industry Classification System (NAICS) Code and Size Standard(A01) Rev 002 3/1/2011The Buyer has determined that North American Industry Classification System (NAICS) Code 541611 applies to this acquisition. Therefore, the size standard for determining whether an Offeror is a small business in regard to this acquisition is $15M.If this solicitation is designated as a small business set-aside, the Offeror certifies that they are a small business by submitting a proposal or an offer to this solicitation.

A.2 Information Required for Technical Evaluation(A33) Rev. 0 01/27/2010For evaluation purposes concerning the Offeror’s technical capabilities, the following data must be furnished with the proposal:

A.3 Proposal Submittal(A37) Rev. 0 03/14/20111. Proposals are to be received by the close of business (4:00 P.M., PST) on the date specified in the Solicitation.2. Other Proposal MethodsProposals, upon approval by Contract Specialist, may be submitted by E-mail (preferred), telephone, fax, mail, or hand delivered. The original proposal form and certifications must be sent to the Contract Specialist when requested as confirmation.3. Late ProposalsA proposal is considered late if it is received at the office designated in the solicitation after the exact time and date specified for receipt and will not be considered unless:a. It was sent by registered or certified mail no later than the fifth calendar day prior to the date specified for receipt of offers (e.g., an offer submitted in response to a Solicitation requiring receipt of offers by the 20th of the month must have been mailed by the 15th or earlier); orb. It was sent by mail, telephone, or fax, if authorized by the Contract Specialist, and it is determined that the late receipt was due solely to mishandling upon receipt; orc. It is the only proposal received.4. Proposal ChangesAny modification of a proposal, including the Contract Specialist’s request for “Best and Final Offer,” is subject to the same conditions as in the “Late Proposals” section above.5. Withdrawal of ProposalsProposals may be withdrawn by written or electronic notice to the Buyer at any time prior to award. A Subcontractor, or its authorized representative, may withdraw proposals in person, provided their identity is made known and they sign a receipt for the proposal.

4

Page 5: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

A.4 Financial Capability Determination(A39) Rev. 0 03/14/2011Prior to Award, the Buyer reserves the right to request any or all Offerors to submit data which will be used to make a determination of financial capability to perform on any resultant Subcontract. Such data may include, however not be limited to, current annual reports, lines of credit with financial institutions and suppliers, and/or any other such data as may be required to make a determination of the Subcontractor’s financial capabilities.

A.5 Basis of Award (A86) Rev.1 2/28/2013 Award may be made to the Offeror submitting the best proposal in which both cost/price and other specifically defined factors will be the basis of award. See evaluation criteria under A.6 Proposal Preparation. MSA reserves the right to award a superior proposal at a higher price.

A.6 Proposal Preparation (A94) Rev. 0 4/19/2010Organize the proposal as outlined in the following paragraph entitled “Proposal Content.” Prepare the proposal simply and economically and provide a straightforward and concise presentation of the information requested in the RFP. Emphasize completeness and clarity. Do not submit elaborate brochures or other presentations that are neither required nor desired by the MSA. For additional instruction please see Special Provisions (SP-17) – Instructions for the Preparation of Proposals attached to this RFP.

Offerors shall submit an original and two copies (or as otherwise specified by Buyer) of the complete proposal package.

Proposal Content Required

Proposals shall include the following elements and be organized in the manner listed below. Each volume of the proposal should be separate and complete.

1. Volume 1 Technical Proposal - The vendor’s technical proposal shall address all technical evaluation factors below and all Statement of Work performance elements required to complete the work.

2. Volume 2 Price Proposal - The price proposal shall include all technical and price elements required to complete the requirements of the statement of work. Omit all cost of pricing details from the technical proposal.

5

Page 6: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

Note: The vendor’s technical and price proposal must successfully meet all technical specifications and fair and reasonable pricing before participating in the Lead Auditor Interview. Those proposals not meeting these standards will not be considered and excluded from competition. 3. Lead Auditor Personal Interview - In an effort to determine the adequacy of

the Lead Auditor proposed by the Contractor, MSA will schedule and conduct an interview by telephone with the proposed Lead Auditor. During this interview, Contractors, at their own expense, may chose to allow proposed Lead Auditors to interview in person at MSA’s office in Richland, WA.

Evaluation Factors and Criteria

MSA will evaluate the Technical Proposal, Price Proposal, and Lead Auditor considering the following evaluation factors and criteria.

4. Technical Evaluation factors considered during the proposal evaluation

a. Vendor’s lines of inquiry

b. Vendor’s audit protocol

c. Vendor’s standard terms and conditions (policies) for EMS registrations

d. Proposed Lead Auditor qualifications and certifications

e. Vendor’s Government contract experience

f. Vendor’s past performance experience auditing to the ISO 14001 standard

Note: All technical evaluation factors combined are more important that cost or price.

5. Price EvaluationVendors pricing must meet fair and reasonable standards. A fair and reasonable determination will be made by an MSA cost price analyst.

6. Lead Auditor Interview

6

Page 7: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

MSA will request more detailed information relating to the proposed candidate’s resume and experience working within industry, focusing on any experience auditing within a government setting. MSA will also inquire into experiences auditing to the ISO 14001 standard and the proposed Lead Auditor’s audit style.

A.7 Past Performance Information(A97) Rev. 0 1/27/2011Offeror’s must have business experience for the work being contemplated with US Federal government agencies or their prime contractors. If any Offeror is partnering with another firm in the response to this solicitation, the Offeror must have a minimum of at least the same time period of experience with the partnership relationship.As part of the solicitation response, the Offeror shall furnish at least two (2) references for previous and/or current projects that reflect the criteria noted above. References shall include the current and up-to-date information listed below for each specific reference. Note: Information gained elsewhere by the Buyer can also be used as part of the evaluation.• Client Name and Address• Client Technical Point of Contact and phone number• Contract Number• Brief Description of Work Scope• Contract Type• Period of Performance• Original Contract Value $<<insert value>>• Final Contract Value $<<insert value>>If these latter two amounts are different, provide a brief explanation for the difference.

A.8 Conflict of Interest Disclosure and Representation(A102) Rev. 1 5/01/2014It is the Buyer’s policy to avoid situations, which place a Subcontractor in a position wherein it may not be able to compete on an equal basis for Buyer-controlled work with other qualified contractors. To address this matter, the Subcontractor is to consider the relevant circumstances surrounding this effort to determine if there are any past, present or future interests (financial, contractual, organizational or personal) that could be viewed as a conflict of interest. The Subcontractor is to insert the following statement into any proposal response to MSA:

Subcontractor hereby certifies that [ ] there is not or [ ] there is a potential conflict of interest. If there are any real or potential concerns, they shall be disclosed and highlighted in the Subcontractor’s proposal. Any such disclosure may result in the need for additional discussions relative to the Subcontractor’s continued participation in this effort.

A.9 Instructions for the Preparation of Proposals(A104) Rev. 0 7/17/2014

7

Page 8: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

For specific instructions on how to respond to a Request for Proposal (RFP), please refer to Instructions for the Preparation of Proposals.

B.0 QA / Inspection Requirements - N/A

C.0 Description/Statement of Work

Statement of Work

Title: Mission Support Alliance (MSA) Environmental Management System (EMS) Auditing and Registration Services

Revision Number: 0

Date: 02/18/2015

Statement of Work forMission Support Alliance (MSA) Environmental Management System

(EMS) Auditing and Registration Services

Revision 0

02/18/2015

Prepared by: Steven L Vaughn

APPROVALS PRINT NAME SIGNATURE

BTR* Steven L. Vaughn

* Approval for Technical Content

8

Page 9: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

SUPPLEMENTAL TECHNICAL APPROVAL PAGE

FOR SOW TITLE:

Sign

atur

e

Req

uire

d

No

Sign

atur

e

ORGANIZATION PRINT NAME SIGNATURE

X End-User / Requestor Steven L Vaughn

XEnd User / Requesting Manager

(Project of Functional Director)Lana R Strickling

X Environmental* Ann F Shattuck

Radiation Protection

Industrial Safety and Health

Fire Protection

Chemical Management

Emergency Preparedness

Quality Assurance Engineer

Design Authority/System Engineer

Project Operations Center

9

Page 10: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

1.0 INTRODUCTION / BACKGROUND

The subcontractor is required to provide accredited registration services as set forth herein. The Mission Support Alliance (MSA) Environmental Management System (EMS) Coordinator shall act as the Buyer’s Technical Representative (BTR) and these terms may be used interchangeably.

2.0 OBJECTIVE

Provide third-party auditing of MSA’s EMS to verify MSA is in conformance with the ISO 14001:2004 (E) standard and provide certificate of conformance.

3.0 DESCRIPTION OF WORK – SPECIFIC

The Contractor shall complete the following tasks:

Conduct a registration audit of MSA activities at MSA facilities at the Hanford Site to confirm that it continues to implement and maintain a corporate-wide EMS in accordance with the requirements of the ISO 14001 standard.

Upon completion of the audit, prepare and submit a final written report that meets the specifications contained in ISO 19011 which details the results of the verification or registration audit, including any major or minor non-conformances or opportunities for improvement. The final report shall document whether the Lead Auditor recommends that the EMS be registered.

Upon completion of a successful registration audit, file ISO 14001 registration documents in accordance with ANSI-National Accreditation Board (ANAB) requirements and issue ISO 14001 certificate to Mission Support Alliance.

Upon successful registration of the EMS, conduct periodic (annual) surveillance audits at the applicable MSA facilities to verify the continued conformance of the EMS to the requirements of the ISO 14001 standard, for a total duration of a three-year registration period.

MSA defines the scope of its EMS as all operational, infrastructure, and integration support provided by MSA to the U.S. Department of Energy (DOE) and its contractors at the DOE Hanford Site. MSA activities, products, and services include, but are not limited to, the following functional areas and services provided:

Functional Areas include: Environmental, Safety, Health & Training; Public Works; Site Services & Interface Management; Emergency Services; Information Management; Business Operations; and Portfolio Management.

10

Page 11: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

Services Provided: Analytical Services Laboratory; Asset Control; Central Recycling Services; Computing and Network Services; Carpenters and Masons; Courier Services;

Cranes and Rigging; Custodial Services; Electrical Utilities Services; Emergency Management; Engineering; Energy Management; Environmental Support Services; External Affairs; Facility Maintenance; Facilities Management and Moves; Finance and Accounting; Fire & Emergency Response; Fire Protection Systems Inspection & Maintenance; Fleet Services; Heavy Equipment Operations; Information Security; Information Systems and Security; Integrated Management Systems; Interface Management; Land Management Services; Legal; Mail Services; Motor Carrier Services; Multi-Media Services; Operations and Maintenance; Pager Services; Painting Services; Personnel Security; Physical Security Systems; Program Controls; Property and Land Management; Property Systems, Acquisition & Materials Management; Radio Services; Radiological Site Services; Railroad Services; Records Management; Refrigerated Equipment Services; Reproduction Services; Quality Assurance Services; Roads and Grounds; Sanitary Waste Management and Disposal; Sewer Systems; Site Forms Management; Supply Chain, Procurement; Telephone Services; Volpentest HAMMER Training and Education Center; Warehouse Operations; Water Systems; and Weed and Pest Control.

4.0 REQUIREMENTS

All work shall be performed in strict accordance with the following requirements and any documents, which by this reference are made a part of the Statement of Work.

General

For any work performed on the Hanford Site or any MSA controlled facility, the provisions of the On Site Services Special Provisions, SP-5, will apply to Subcontractor personnel.

To, reduce the variability currently associated with the protocols and methods employed by registrars when conducting ISO 14001 audits, the registrar that is chosen to provide the services outlined in this request for proposal shall be asked to agree to the following audit requirements

4.1 Requirements for Conducting the Registration Audit

1. Registrar agrees to coordinate and conduct audit-planning activities directly with the MSA EMS Coordinator.

2. Registrar agrees to execute a confidentiality agreement with MSA.

3. Registrar agrees that the audit criteria are (1) the requirements in the ISO 14001:2004(E) standard, and (2) MSA’s self-imposed EMS Program Requirements. No other references, guidelines or documents (including any accreditation guidelines or requirements) shall be used to ascertain conformance of the EMS to ISO 14001.

11

Page 12: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

4. Registrar agrees to participate with the MSA EMS Coordinator in a discussion of the elements and requirements of ISO 14001 to establish the congruence of understanding and interpretation, if requested.

5. Registrar agrees to provide the lines of inquiry and audit protocol that will be used to conduct the audit, including the number of auditors and days required for completion of the audit with the proposal. Registrar shall submit a copy of their standard terms and conditions (policies) for EMS registrations.

6. Registrar agrees to obtain prior agreement with the MSA EMS Coordinator for its retention of audit information, notes, or reports in its files to satisfy ANAB requirements.

7. Registrar agrees to submit all notes and other information produced during the registration and surveillance audits to MSA for its own disposition. These materials shall be turned over to MSA as soon as the Registrar has no further need to reference them, but not later than six months after the completion of the audit unless otherwise arranged and agreed between MSA EMS Coordinator and Registrar.

8. Registrar agrees that any information in the possession of MSA that is protected by attorney client privilege or is classified shall not be accessible to the auditors and shall neither be considered during any audit nor prejudice any evaluation of the facilities’ conformance to the requirements of ISO 14001.

9. If major or critical non-conformances are found either in the course of or upon completion of an audit, the registrar shall communicate its observations verbally to the MSA EMS Coordinator. The MSA EMS Coordinator shall decide at that point whether or not a written report is still required and inform the Registrar of its decision. (If a written report is requested, the Registrar can use the notes for preparing the report and then submit those notes to the MSA EMS Coordinator with the report.)

10. Registrar agrees that the sole purpose of the EMS verification or registration audit is to ascertain that conformance to the requirements of ISO 14001 has been achieved. As such, the registration audit is not a regulatory compliance audit. Therefore, the Registrar shall follow the following guidelines relative to regulatory compliance matters:

Regulatory compliance data shall be considered only as it pertains to the evaluation of the soundness of the environmental management system and specifically of the management programs designed to achieve and/or maintain compliance. If those programs are working as intended and progress is being made towards achieving the environmental objectives and targets in the EMS, then the system shall be evaluated as sound and the existence of any non-compliances shall not be deemed to be non-conformances in the EMS.

12

Page 13: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

Any notes made during the registration audit shall not reflect the specifics of any non-compliances that may exist. For purposes of the EMS audit, it is sufficient to annotate that a certain environmental management program may not be working as it should or that progress is not being made as expected in the EMS towards reaching the objectives and targets.

If during the course of the audit, the auditor comes upon a situation or condition that he/she suspects may be subject to an environmental regulatory requirement and this has not been recognized or addressed in the EMS, the auditor shall verbally inform the EMS Coordinator. The EMS Coordinator shall evaluate the situation and determine what actions are necessary. The resolution of that situation may then be evaluated and used by the Contractor in completing the EMS registration audit.

11. The Registrar shall not report its audit observations regarding regulatory compliance issues to any third party. Once that information is conveyed to the EMS Coordinator, it shall be MSA’s responsibility to take any necessary action as provided by law.

12. In many cases MSA maintains documentation in electronic format. When and where possible, it is desired that the audit of the EMS related documentation be conducted using documents in electronic format.

13. During the verification of records and documents, the Registrar shall work with the MSA EMS Coordinator and other personnel as necessary to avoid compromising any information that is classified or protected by the attorney client privilege.

4.2 Engineering Requirements

NA

APPLICABLE ENGINEERING CODES AND STANDARDS

Number Title

1. NA

2.

3.

4.

13

Page 14: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

4.3 Environment, Safety, & Health (ES&H) Requirements

The Subcontractor shall exercise a degree of care commensurate with the work and the associated hazards. The Subcontractor shall ensure that management of ES&H functions and activities is an integral and visible part of the Subcontractor’s work planning and execution processes. The Subcontractor shall flow down ES&H requirements to the lowest tier Subcontractor performing work on the Hanford site commensurate with the risk and complexity of the work.

Subcontractors and its lower-tier subcontractors shall be responsible to complete an Employee Job Task Analysis (EJTA) in accordance with MSC-PRO-11058 for any of the following situations:

For any subcontractor employee who will be on the Hanford Site for more than 30 days in a year.

For any subcontractor employee who may potentially be exposed to hazards (e.g. radiological, beryllium, hazardous wastes, noise) while performing in accordance with the subcontract statement of work.

For any subcontractor employee enrolled in a medical or exposure monitoring program required by 10 CFR 851, and/or any other applicable federal, state or local regulation or other obligation.

If any of the above conditions are met, the subcontractor and its lower-tier subcontractor employee are to have a current approved EJTA prior to that employee beginning work on the Hanford Site.

Buyer’s Safety and Health Procedures are available on the internet at http://www.hanford.gov/pmm/page.cfm/Construction. The documents on this site are kept current and are available for Subcontractors and lower-tier Subcontractor use.

APPLICABLE ES&H REQUIREMENTS

Number Title

1. MSC-MP-003 Integrated ES&H Management System Description

2.

3.

4.

14

Page 15: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

4.4 Quality Assurance (QA) Requirements

The work activities for this statement of work shall be performed in accordance with the following MSA Quality Assurance Program and Procedures:

APPLICABLE QUALITY ASSURANCE STANDARDS

Number Title

1. NA

2.

3.

4.

4.5 Government Property

The Subcontractor will be responsible for managing the Government-owned property as required in the Subcontract Provisions:

Computers with monitor

Workspace and supplies

PERSONNEL REQUIREMENTS

5.1 Training and Qualifications

Subcontractor shall ensure that its personnel meet and maintain the appropriate training, qualification and certification requirements.

The following types of training qualifications are required:

Hanford General Employee Training

Other training if specified by the Buyer’s Technical Representative (BTR).

Required Qualifications :

A certified lead auditor with experience in ISO 14001 certification to EMS qualifications is required.

5.2 Security and Badging Requirements

For any on site work, see Special Provisions – On Site Services for details.

15

Page 16: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

Subcontractor employees will be required to submit to vehicle searches and not personally carry or transport certain prohibited articles.

5.3 Work Location / Potential Access Requirements

Access to certain areas including specific locations may require Radiological Worker training. MSA proposes that these areas be viewed from the periphery, if necessary.

5.4 Site Access and Work Hours

Hanford personnel at the Hanford Site work a standard 4/10 schedule. The standard work week consist of ten (10) hours of work between 6:00 am and 4:30 pm, with one-half hour designated as an unpaid period for lunch, Monday through Thursday.

Work performed outside normal operating hours shall be coordinated and/or approved through the BTR and/or the Contract Specialist prior to performing the work.

6.0 MEETINGS

Subcontractor shall participate in all meetings as required by the Buyer’s Technical Representative (BTR).

7.0 DELIVERABLES AND PERFORMANCE SCHEDULE REQUIREMENTS

7.1 Deliverables

The services requested herein are intended to maintain the registration of the Mission Support Alliance EMS, which applies to the functions and services identified in Section 3.0 above. It is intended that the Registrar audit activities shall be accomplished through a sequence of steps, as described below, with ISO 14001 registration maintained through July 31, 2017:

March 2015: Audit planning activities, including definition of scope, schedule, and audit team assignment.

(July 2015): Surveillance Audit activity, including a sampling assessment of the Mission Support Alliance EMS to determine if it is maintained and continues to conform with the ISO 14001 Standard and verification of closure of any corrective actions to non-conformances identified during the previous audit. The Lead Auditor shall inform MSA management during the closing meeting of its registration recommendation. A written report detailing any major and minor non-conformance(s) and opportunities for improvement identified shall be submitted to the MSA EMS Coordinator at the conclusion of the onsite activities or if a report cannot be prepared during the visit, a summary identifying the major and minor non-conformance(s) and opportunities for improvement identified shall be provided informally to the MSA EMS Coordinator at the conclusion of the onsite activities. A written report detailing the major and minor nonconformance(s)

16

Page 17: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

and opportunities for improvement identified shall be submitted to the MSA EMS Coordinator within 10 working days following conclusion of on-site activities.

(July 2016): Surveillance Audit activity, including a sampling assessment of the Mission Support Alliance EMS to determine if it is maintained and continues to conform with the ISO 14001 Standard and verification of closure of any corrective actions to non-conformances identified during the previous audit. The Lead Auditor shall inform MSA management during the closing meeting of its registration recommendation. A written report detailing any major and minor non-conformance(s) and opportunities for improvement identified shall be submitted to the MSA EMS Coordinator at the conclusion of the onsite activities or if a report cannot be prepared during the visit, a summary identifying the major and minor non-conformance(s) and opportunities for improvement identified shall be provided informally to the MSA EMS Coordinator at the conclusion of the onsite activities. A written report detailing the major and minor nonconformance(s) and opportunities for improvement identified shall be submitted to the MSA EMS Coordinator within 10 working days following conclusion of on-site activities.

(July 2017): Reassessment Audit, including assessment of the entire Mission Support Alliance EMS to determine if it is maintained and continues to conform with all elements of the ISO 14001 Standard and verification of closure of any corrective actions to non-conformances identified during the previous surveillance audit. The Lead Auditor shall inform the MSA management during the closing meeting of its registration recommendation. A written report detailing any major and minor non-conformance(s) and opportunities for improvement identified shall be submitted to the MSA EMS Coordinator at the conclusion of the onsite activities or if a report cannot be prepared during the visit, a summary identifying the major and minor non-conformance(s) and opportunities for improvement identified shall be provided informally to the MSA EMS Coordinator at the conclusion of the onsite activities. A written report detailing the major and minor non-conformance(s) and opportunities for improvement identified shall be submitted to the MSA EMS Coordinator within 10 working days following conclusion of on-site activities.

(September 2017): Audit closure activities, including development of corrective action(s) by the MSA EMS Coordinator for any open non-conformances identified in the final audit report. For the registration audit, activities will include a final determination on registration by the Registrar's management, receipt of the registration certificate prior to expiration of the existing certificate.

The MSA EMS Coordinator will initiate audit services by the Registrar via a task order. The Registrar shall assign a single point of contact for the MSA EMS Coordinator to coordinate requests for services.

17

Page 18: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

7.2 Schedule

Start Date: July 01, 2015

Completion Date: September 30, 2017

8.0 SPECIAL REQUIREMENTS

Mission Support Alliance shall provide the following, as needed:

Escorts and on-site transportation, when and as needed Personnel dosimetry, when and as needed Meeting room for opening and closing meeting Caucus room for auditors Daily debrief meeting room Work space Telephone Computer Internet access [one], printer [one] and network access to electronic document

management systems, etc. Necessary and reasonable duplicating services Site access training and badging. Six hours per auditor should be allowed for training and

badging.

Site-specific requirements and/or restrictions may include one or more of the following:

Must be US citizen Environment, safety, health and security training, coordinated by the MSA EMS

Coordinator Must provide personal information for security badging purposes prior to visit Prohibitions for firearms, explosives, alcohol, tobacco, controlled substances Vehicle and personal searches Prohibited from entry into certain controlled areas and radiological controlled areas unless

proper training and permissions are received

Electrical Components: NA

Submittals: NA

Configuration Management: NA

Reporting Administration

18

Page 19: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

Subcontractor shall meet MSA EMS Coordinator once during each visit to the Hanford site to discuss a safety topic.

Meetings

General purpose of meetings is for the coordination, control, and direction of the Work. In addition to meetings addressed by this Section, Subcontractor may be required by other Sections and other Subcontract documents to conduct special-purpose meetings, including entrance and exit meetings, audit interviews, daily debrief, and various safety meetings and briefings.

MSA will issue meeting notices and prepare an agenda and minutes for each meeting addressed in this Section. When applicable, minutes will identify action items, assigned actionees, and due dates.

KICKOFF MEETING - Before start of the Work, MSA will conduct a conference at a time and Hanford Site location agreed to by Subcontractor and MSA. Invited attendees will include MSA, Subcontractor, key lower tier subcontractors and others having an interest in the Work. Purpose of the conference is the coordination of Work start up and familiarization of project participants with the Work and worksite.

PROGRESS MEETINGS –During each visit to Hanford, MSA will conduct a progress meeting at time and Hanford Site location determined by MSA. Invited attendees will include MSA, Subcontractor and key subcontractors. At the progress meeting, Subcontractor shall submit a written report showing actual man-hours expended versus planned and scheduled progress versus actual progress giving details of Work completed in relation to the approved schedule, together with a two (2) week "look ahead" which provides details of how the Work will be completed.

The purpose of the meetings is the exchange of Work-related information.

Schedule

A schedule of travel to the Hanford Site shall be based on Section 7.0 requirements. The Subcontractor shall provide firm travel plans to the MSA EMS Coordinator 60 calendar days prior to each major visit. Travel to address non-conformances and other issues involving on-going Mission Support Alliance registration can be scheduled at the convenience of the Registrar and MSA EMS Coordinator.

The Subcontractor shall provide a list of interviews to be scheduled and processes/activities to be witnessed to the MSA EMS Coordinator 10 business days prior to each audit.

Reports

PROGRESS REPORT PREPARATION – The subcontractor shall provide input into MSA EMS Coordinator developed progress reports.

19

Page 20: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

ATTACHMENT ASUBMITTAL REGISTER

Submittal Register Definitions

1. Numerical submittal sequence number: Example: 1, 2, 3, 4, … (or organized by topics and project assigned coding structure).

2. Number of Copies and electronic and/or hard copy: Example: E (Electronic only), 6 (Six Hard Copies), or Hard, 1: E, 1 (One Hard Copy, and Electronic).

3. Format: Describes the type of submittal required:

DWG An AutoCAD drawing using the Hanford standard formatting

(See MSC-14660, Off-Site Vendor Directions of the Preparation and Control of Engineering Drawings).

MFC Microsoft Format Compatible application (Word, Excel, Access, PowerPoint)

P3 A Primavera Project Planner schedule

GEN General or Open Format/Media

PDF Adobe Acrobat (Portable Document Format)

4. Submittal Type:

APW = Approval Required Prior to Work (Buyer must approve the Subcontractor’s submittal prior to the Subcontractor being authorized to proceed with any activity/work associated with the submittal).

AP = Approval Required (Buyer must approve the Subcontractor’s submittal, however, work associated with the submittal may proceed prior to Buyer approval).

FIO = For Information Only (the submittal is not subject to review and/or approval).

5. Vendor Information: Mark Yes if document(s) are VI, otherwise leave blank.

6. Description / Document Title: Title or general description of the document.

7. Submittal Date: Actual date or number of Calendar Days before or after a milestone that a submittal is due from the Subcontractor: Example: June 1, 2005 or CD + 60 [60 days after Conceptual Design Complete]

20

Page 21: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

A Date of Award

CD Conceptual Design Complete

PD Preliminary Design Complete

FD Final Design Complete

M Mobilization

SC Start of Construction

EC End of Construction

8. Buyer Review Time (Work Days): Example: 3 Days

9. Subcontract Reference: Cross reference to the Subcontract requirement that defines this submittal: Example: SOW 3.1.2.

21

Page 22: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal

Submittal Register:

The Subcontractor shall meet the required schedule and provide the documents specified in accordance with the following submittals.

Subcontract Number and Name: Revision:

1.

No.

2.

No. of Copies*

(See End

Note)

3.

Format

4.

Type

5.

Vendor Information – Mark Yes

if VI, Otherwise

Leave Blank

6.

Description / Document Title

7.

Submittal Date

(Calendar Days)

8.

Buyer Review Time (Work Days)

9.

Subcontract Paragraph or Requirement

Reference

1 0 Electronic, MSOffice Financial Labor Hours – Previous Visit Following

Visit 5 days8.0 Progress Meetings

*For electronic submittals, the number of hard copies can be negotiated with the Contract Specialist and approved by the BTR.

D.0 Transportation Instructions - N/A

22

Page 23: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Mission Support Alliance Request for Proposal E.0 Price Schedule

Item Personnel Rate/Hr Hours TotalLead Auditor 0Support Auditor 1 0Support Auditor 2 0Support Auditor 3 0Support Auditor 4 0Support Auditor 5 0Other 0Lead Auditor 0Support Auditor 1 0Support Auditor 2 0Support Auditor 3 0Support Auditor 4 0Support Auditor 5 0Training/Badging* 0Travel Time 0Other 0Lead Auditor 0Support Auditor 1 0Support Auditor 2 0Support Auditor 3 0Support Auditor 4 0Support Auditor 5 0Training/Badging* 0Travel Time 0Other 0Lead Auditor 0Support Auditor 1 0Support Auditor 2 0Support Auditor 3 0Support Auditor 4 0Support Auditor 5 0Training/Badging* 0Travel Time 0Other 0Lead Auditor 0Support Auditor 1 0Support Auditor 2 0Support Auditor 3 0Support Auditor 4 0Support Auditor 5 0Training/Badging* 0Travel Time 0Other 0

Additional Time Required on Site** 0Lead Auditor 8 0Support Auditor 1 8 0Lead Auditor 16 0Support Auditor 1 16 0Training/Badging* 0Travel Time 0Other 0

Accreditation Fee - InitialAccreditation Fee - Year 2Accreditation Fee - Year 3Other Fees*** - InitialOther Fees*** - Year 1Other Fees*** - Year 2Travel expenses

TOTAL 0* Safety training is required annually for each badged visitor. Assume 6 hours per auditor for safety training and badging.** Any additional costs beyond a fifth Support Auditor for Phase I and Phase II audits and 1st and 2nd Annual Surveillances. Provide an explanation of rate and hours separately.*** Provide a description of other fees.

Corrective Action - Site Visit

Registrar Costing Sheet

Corrective Action - Off-Site Review

Base Year (FY15) - Off-site Document Review

Base Year (FY 15) - Registration audit - Stage I

Base Year 1 (FY15) - Registration audit - Stage II

Option Year 1 (FY16) - 1st Annual Surveillance

Option Year 2 (FY17) - 2nd Annual Surveillance

Note: The Contractor shall not assess and collect Washington State sales or use tax from the Buyer for materials with respect to this Contract. This contract is subject to requirements on taxes found in Clause General Provisions for Contracted Labor, 14.0 Taxes.

23

Page 24: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit ServicesF.0 Delivery/Performance

F.1 Term of Subcontract

(F08) Rev. 0 3/14/2011

The term of this Subcontract shall commence on the date of award and shall end on 09/30/2015 unless extended by the parties or terminated by other provisions of this Subcontract.

G.0 Subcontract Administration

G.1 Document Transmittals

(G01) Rev. 0 3/14/2011

The Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work under this Subcontract. The transmittal shall contain (1) a unique identification number, (2) a brief identification of the document(s) including revisions, (3) the date of the transmittal, (4) purpose of the transmittal, including required action (if any) (5) signature of Subcontractor representative, and (6) means or provisions for receipt acknowledgement by the Buyer.

G.2 Estimated Billing

(G02) Rev. 0 3/14/2011

It is mandatory for continued acceptable performance that the Subcontractor provides monthly, to Mission Support Alliance Accounts Payable, the best estimate of the total billable cost (invoiced plus invoiceable) from inception of the Subcontract through the current calendar month end. This information must be provided in writing by email (preferred), fax, or mail by the 15th of each month. This data must be provided for each Subcontract release until all payments are received and the Subcontract is complete.

Email: [email protected]: (509) 373-6264

Mailing Address:Mission Support Alliance, LLC.Attn: Accruals MSIN G1-80P.O. Box 650Richland, WA 99352

24

Page 25: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit ServicesThe Monthly Subcontract-to-Date Cost Estimate Form can be obtained at: http://www.hanford.gov/pmm/page.cfm/AP

G.3 Authorized Personnel

(G03) Rev. 0 1/28/2010

Only the following named individuals are authorized to make changes to this Subcontract or Purchase Order:

Contract Specialist, Robert Joshlin, 509-376-5215, [email protected]

Lead Contract Specialist, Brian Mair, 509-376-4692, [email protected]

G.4 Electronic Mail Capability

(G11) Rev. 0 3/14/2011

The Subcontractor shall have internet access and maintain electronic mail capability for the duration of the Subcontract. The Subcontractor email account shall be able to send and receive attached documents of up to 1/2 megabyte in size. Correspondence concerning this Subcontract will be conducted via email in current versions of Microsoft Office applications, ASCII text, RTF, PDF, ZIP, and other commonly used file formats.

G.5 Subcontractor Invoices for Subcontracts

(G044) Rev. 0 2/27/2012

The following process shall be used on invoices submitted to Mission Support Alliance. Unauthorized deviations from these instructions may result in delayed payment or returned invoices.

Invoice Submittal Requirements:

Submittal of an invoice constitutes Subcontractor’s certification that materials, work, and/or services have been delivered, and invoice rates are in accordance with the Subcontract provisions.

Invoices for services may not be submitted more than once per calendar month unless otherwise authorized in the Subcontract.

25

Page 26: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit Services The total amount due for the billing period must be clearly identified on all

invoices (this amount should be set apart from any cumulative amounts or subtotals included on the invoice).

The Subcontractor shall indicate the labor rate, number of hours, and period of performance being billed on each invoice, when applicable.

Invoiced rates, travel, or other direct charges must be specifically defined in the Subcontract to be allowable for reimbursement.

Travel expenses (if authorized) must be itemized and supported with receipts in accordance with the requirements set forth under the clause titled, “Reimbursement of Travel Expenses,” or as otherwise stated within the Subcontract.

All invoices shall be submitted electronically to Accounts Payable ([email protected]) unless otherwise stated by the Contract Specialist. Please do not submit hard copies unless requested by Buyer.

Each Subcontract and releases must be invoiced separately.

The Subcontractor name, invoice number, and the Subcontract and release numbers must be shown in the subject line of the e-mail message used to submit an electronic invoice. The suggested format for the subject line is: Subcontractor Name, Invoice XXXXX, and Subcontract XXXXX-X (i.e. 47825 - Release 20).

Each invoice must have a unique invoice number.

Each invoice should include the name and telephone number of a company representative available to respond to invoice questions.

Remittance will only be made to the remittance address on file for the Subcontractor. Invoices from third parties or with different remittance instructions or addresses will not be processed.

Questions or requests for exceptions should be addressed to the Contract Specialist.

Before payments can be made via Electronic Funds Transfer (EFT), an “Authorization for Electronic Funds Transfer of Invoice Payments” form must be completed and returned to Buyer. The form is located at: http://www.hanford.gov/pmm/files.cfm/eft.pdf. NOTE: The original form with signature and date shall be mailed to the address at the bottom of the form. Copies of the form that have been e-mailed or faxed will not be accepted.

26

Page 27: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit Services

G.6 Terms of Payment

(G047) Rev. 0 7/14/2014

Payment terms are net 30 days, unless otherwise agreed upon in writing, upon satisfactory receipt of goods or provision of services and receipt of an accurate invoice.  

H.0 Special Requirements

H.1 Audit Rights - Established Catalog or Market Price Warranty

(H13) Rev. 0 3/14/2011

Award of this Subcontract is predicated on Subcontractor’s warranty that its proposed price is based on its established catalog or market price. Therefore, the Buyer or an authorized representative has the right to examine the records of the Subcontractor as necessary to assure that the prices charged for the items under this Subcontract are as warranted.

H.2 Reimbursement of Travel Expenses

(H21) Rev. 2 01/14/2013

General Reimbursement Policy

1. Travel expenses will be reimbursed only when authorized in advance by the designated Contract Specialist for this Subcontract. Expenses must be in accordance with the Federal Travel Regulations (FTR), this clause, and any other Subcontract provisions agreed upon prior to traveling. Reimbursement for travel under this Subcontract is strictly limited to costs incurred for lodging, meals, and incidental expenses deemed reasonable, allowable, and allocable under the FTRs and this Subcontract. Costs may be based on per diem, actual expenses or a combination of both provided that costs shall be considered to reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the FTR. Links to the FTRs and current per-diem rates can be found on the GSA web site (www.gsa.gov).

2. At all times, the Subcontractor is expected to take reasonable steps to minimize the amount of travel expenses (i.e. booking all travel as far in advance as possible).

Time Limitations

1. Domestic Extended Personnel Assignments

27

Page 28: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit Services(a) Domestic extended personnel assignments are defined as any assignment of subcontractor personnel to a domestic location different than their normal duty station for a period expected to exceed 30 consecutive calendar days.

(b) For personnel on approved domestic assignments, Subcontractors will be reimbursed the lessor of temporary relocation costs (FTR 302-3.4 – 302-3.429) or a reduced per diem as described in subparagraphs (c) and (d) below.

(c) Lodging -For the first 60 days and last 30 days of the assignment, the Subcontractor will be reimbursed costs associated with lodging at the lesser of actual cost or 100% of the Federal per diem rate at the assignment location. The intervening days will be reimbursed at the lesser of actual cost or 55% of Federal per diem rate for lodging.

(d) Meals and Incidentals - For the first 30 days and last 30 days of the assignment, MSA will reimburse costs associated with meals and incidental expenses (M&IE) at the lesser of actual cost or 100% of the Federal per diem rate at the assignment location. The intervening days will be reimbursed at the lesser of actual cost or 55% of Federal per diem rate for M&IE.

(e) Trips Home – One trip home, to the primary residence, after each four consecutive weeks of assignment at the Hanford Site is reimbursed when preapproved by MSA subject to the following:

(1) While traveling and at home, no per-diem expenses are reimbursable and no labor time will be billed to MSA.

(2) Coach airfare will be via the most direct route in accordance with FTR guidelines. The Subcontractor is expected to book travel at least two (2) weeks in advance in order to secure the cheapest airfare.

(3) Trips home are neither “bankable,” transferable nor cumulative.

2. Longer Term Assignment (three hundred sixty-six (366) days and over) : For any assignment exceeding 365 days, the Subcontractor will not be reimbursed any costs associated with lodging, meals and incidentals or trips home. If an assignment has breaks within a three year period, the calculation of the total length of the assignment will be as follows: If the break between the assignments is less than 12 months, MSA will consider the assignment continuous for the purposes of the three year clock. If the break is greater than 12 months, the assignments will be considered as separate assignments for purposes of the three year clock.

3. Intermittent Travel

(a) For Subcontractor personnel on intermittent travel directly required by MSA to the same domestic location for less than 30 consecutive calendar days, the

28

Page 29: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit ServicesSubcontractor will be reimbursed as set forth in the General Reimbursement Policy above, unless the provisions of subparagraph 3 (c) below apply.

(b) If any intermittent travel assignment includes trips that are in excess of 30 consecutive calendar days to the same domestic location, then the rules on Domestic Extended Personnel Assignment per B.1 and B.2 above will apply. If the Subcontractor believes it is not practical or cost effective to obtain long term lodging, the Subcontractor may request a specific preapproval to waive this restriction. Until such approval has been granted, costs for travel will be treated as set forth in B.1 and B.2 above.

(c) If there is a Subcontract requirement for recurrent intermittent travel of less than 30 consecutive days per trip to the same domestic location over a period of 6 months or more, a cost analysis will be mutually performed to determine if the use of long-term lodging would be more cost effective. If it is determined that the use of long-term lodging is more cost effective, the travel costs shall be reimbursed in accordance with the requirements of Paragraph B.1 above.

4. Previous Contractual Arrangements – for all Subcontractors under per diem arrangements prior to October 23, 2012, existing assignments will be transitioned to the new policy after given ninety (90) days notice. In the case of assignments with less than 90 days term remaining before renewal, the existing reimbursement scheme will carry forward into the renewal period until the 90 day notice period has elapsed.

5. Subcontract Renewals - upon renewal of a MSA Subcontract with the same Subcontractor, individuals of that Subcontractor working to the same work scope, unless there has been a break of more than 12 months, the per diem limitations set forth herein will continue to apply based on the initial Subcontract award date that started the effort.

Invoicing for Travel Expenses

Subcontractor’s submittal of an invoice to the Buyer that includes travel expenses signifies certification to the above. Failure to comply with these provisions may cause any request for reimbursement to be denied.

Expense reimbursement requests must be submitted in a timely manner, identify the name of the traveler, destination, purpose of the travel and days worked under the Subcontract, as well as any required pre-approval documentation.

Invoices for travel expenses must include original or legible copies of receipts to support:

1. Actual airfare or other public conveyance expenses

2. Car rental expenses for each rental day - car rental must be for compact or intermediate size

29

Page 30: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit Services3. Lodging, meals, and incidental expenses – not to exceed the Federal per diem guidelines for the area.

Further information about travel is posted on the Mission Support Alliance travel website.

H.3 Facility Closure Notice - Holiday and Work Schedules

(H22) Rev. 1 10/22/2014

NOTICE: Daily work schedules and facility operations are NOT consistent on the Hanford Site. Many organizations and facilities observe Friday closures.

Accordingly, BEFORE scheduling deliveries or site work, the Subcontractor shall make specific schedule arrangements with the Contract Specialist, BTR, Facility Manager, Delivery Warehouse Manager, Building Manager, or other cognizant Mission Support Alliance organization.

The Buyer will not be liable for the cost of any delays, demurrage, layovers, extra travel days, etc., which result from Subcontractor’s failure to obtain a specific delivery or work schedule in advance.

H.4 Key Personnel

(H23) Rev. 0 3/14/2011

Subcontractor agrees those individuals determined to be key individuals will not be reassigned without the written agreement of the Buyer. If any of these individuals are unavailable for assignment for work under this Subcontract, the Subcontractor, with written approval from the Buyer, shall replace such individual with an individual equal in abilities and qualifications.

The following named individuals have been determined to be key personnel assigned to the performance of this Subcontract:

H.5 Inspection of Services – Fixed Price

(H37) Rev. 0 3/14/2011

1. Definitions. “Services,” as used in this clause, includes services performed and when applicable, materials furnished or utilized in the performance of services.

30

Page 31: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit Services2. Subcontractor shall provide and maintain an internal quality control/inspection system covering the services performed under this Subcontract that is acceptable to the Buyer. However, Buyer acceptance does not relieve the Subcontractor in any way for full performance responsibility.

3. Complete records of all inspections performed by Subcontractor on work related to the requirements of this Subcontract shall be maintained and made available to the Buyer during Subcontract performance, and for as long afterwards as is required by the DEAR clause 970.5204-9 (modified) of the General Provisions of this Subcontract.

4. The Buyer reserves the right to inspect and test all services called for by the Subcontract, to the extent practicable, at all times and places during the term of the Subcontract. This right shall extend to any of Subcontractor’s sub-tier subcontractors whose work applies directly to this Subcontract. Subcontractor shall make such provisions as necessary in its contracts and sub-tier subcontracts to ensure the preservation of this right. The Buyer shall perform inspections and tests in a manner that will not unduly delay the work.

5. If the Buyer performs inspections or tests on Subcontractor’s premises or those of Subcontractor’s sub-tier subcontractor(s), Subcontractor shall furnish, and shall require its sub-tier subcontractors and suppliers to furnish without additional charge, all reasonable facilities and assistance for the safe and convenient performance of such inspections or tests.

6. If any of the services provided by Subcontractor do not conform to Subcontract requirements, the Buyer may require Subcontractor to perform the services again in conformity with Subcontract requirements with no increase in Subcontract price. When defects in services cannot be corrected by re-performance, the Buyer may: (1) require Subcontractor to take necessary action to ensure that future performance conforms to contractual requirements and (2) reduce the Subcontract price to reflect the reduced value of the services performed.

7. If Subcontractor again fails to promptly perform the services or to take necessary action to ensure that future performance is in conformity with contractual requirements, the Buyer may: (1) by Subcontract or otherwise, perform the services and charge Subcontractor any cost incurred by the Buyer that is directly related to the performance of such service or (2) terminate this Subcontract for default in accordance with the clause entitled “Termination for Default” of the General Provisions of this Subcontract.

H.6 Designation of Technical Representative

(H38) Rev. 0 3/14/2011

The Contract Specialist hereby designates the following as the MSA Buyer’s Technical Representative, (BTR) for this Subcontract: Name: Steve L. Vaughn, Phone: 509-376-9747, Mail Stop: A3-01, Email: [email protected]

31

Page 32: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit ServicesThe BTR is responsible for monitoring and providing technical guidance for this Subcontract and should be contacted regarding questions or problems of a technical nature. The BTR is also responsible for appropriate surveillance of the Subcontractor’s representative while on site. However, in no event will an understanding, agreement, modification, change order, or any deviation from the terms of this Subcontract be effective or binding upon the Buyer unless formalized by proper contractual documents executed by the Contract Specialist prior to completion of this Subcontract.

On all matters that pertain to Subcontract terms, the Subcontractor shall contact the Contract Specialist specified within this Subcontract. When in the opinion of the Subcontractor, the BTR requests or directs efforts outside the existing scope of the Subcontract; the Subcontractor shall promptly notify the Contract Specialist in writing. The BTR does not possess any explicit, apparent or implied authority to modify the Subcontract. No action should be taken until the Contract Specialist makes a determination and modifies the Subcontract in writing.

H.7 Subcontract Options

(H54) Rev. 0 3/14/2011

The Buyer retains the sole right to exercise the option(s) included in this Subcontract. The inclusion of the option(s) does not represent a commitment, financial or otherwise, on the part of the Buyer to exercise any or all of the option(s) nor extend the Subcontract beyond the end date specified by the Subcontract or most current Subcontract amendment. Buyer may exercise one or more options by providing written notice to the Subcontractor prior to the most current Subcontract end date. Lacking written notice by the Buyer, the option(s) will expire with the Subcontract.

Contract Option Years

1. Base Year (FY15) Period Contract award – September 30, 2015

2. Option Year 1 (FY16) Period October 1, 2015 – September 30, 2016

3. Option Year 2 (FY17) Period October 2016 – September 30, 2017

H.8 Work Hours Reporting

(H109) Rev 4 10/07/2014

Subcontractor shall provide on a monthly basis and by the due date on the schedule below, the total number of hours Subcontractor personnel performed work on the Hanford Site or

32

Page 33: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit Servicesgovernment owned/controlled facility by Subcontract and Release number.  This data shall be sent electronically via an e-mail to [email protected].

Do NOT include hours worked by Subcontract personnel who are recording their time in the CLTR or TIS systems as that data is accumulated automatically.

This calendar will be updated annually

Subcontractor Labor Hours Submittal Due DatesMonth Reporting Period Due Date

October 2014 October 1st - October 27th 10/31/2014November 2014 October 28th - November 28th 11/29/2014December 2014 November 29th - December 29th 12/31/2014January 2015 December 30th - January 26th 1/31/2015February 2015 January 27th - February 23th 2/28/2015March 2015 February 24th - March 30th 3/31/2015April 2015 March 31st - April 27th 4/30/2015May 2015 April 28th - May 25th 5/30/2015June 2015 May 26th - June 29th 6/30/2015July 2015 June 30th - July 27th 7/31/2015

August 2015 July 28th - August 31st 8/29/2015September 2015 September 1st - September 30th 9/30/2015

H.9 Fiscal Year End Delivery/Completion Requirements

(H118) Rev 0 8/9/2010

This order is placed with Fiscal Year (FY) funding. Therefore, this order is placed with the specific understanding that the delivery date for material or completion of any services must occur before September 30, 20__. If the material is not delivered or the service is not completed by September 30, 20__, the Buyer has the right to cancel this order at no cost to the Buyer.

I.0 Terms and Conditions

33

Page 34: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit ServicesThe terms and conditions set forth or referenced in the body of this document by the Buyer shall apply and the Buyer objects to and shall not be bound by any additional or different terms and conditions.

I.1 Limitation of Liability – Services

(I36) Rev. 0 3/14/2011

1. Subcontractor shall not be liable for loss of or damage to property of the Government that (1) occurs after Buyer acceptance of services performed under this Subcontract and (2) results from any defects or deficiencies in the services performed or materials furnished except as provided in paragraphs 2 and 3 below, and except to the extent that the Subcontractor is expressly responsible under this Subcontract for deficiencies in the services required to be performed under it (including any materials furnished in conjunction with those services).

2. The limitation of liability under paragraph 1 above shall not apply when a defect or deficiency in, or the Buyer’s acceptance of, services performed or materials furnished results from willful misconduct or lack of good faith on the part of any of the Subcontractor’s managerial personnel. The term “Subcontractor’s Managerial Personnel,” as used in this clause, means the Subcontractor’s directors, officers, and any of the Subcontractor’s managers, superintendents, or equivalent representatives who have supervision or direction of:

a. All or substantially all of the Subcontractor’s business;

b. All or substantially all of the Subcontractor’s operations at any one plant, laboratory, or separate location at which the Subcontract is being performed; or

c. A separate and complete major industrial operation connected with the performance of the Subcontract.

3. If the Subcontractor carries insurance, or has established a reserve for self-insurance, covering liability for loss or damage suffered by the Government or the Buyer through the Subcontractor’s performance of services or furnishing of material under this Subcontract, the Subcontractor shall be liable to the Government or the Buyer, to the extent of such insurance or reserve, for loss of or damage to property of the Government occurring after Buyer’s acceptance of, and resulting from any defects and deficiencies, in services performed or materials furnished under this Subcontract.

4. The Subcontractor shall include this clause, including this paragraph, supplemented as necessary to reflect the relationship of the Subcontracting parties, in all lower-tier Subcontracts over $25,000.00.

I.2 General Provisions – Fixed Price

(Revision 01, December 11, 2014)

34

Page 35: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit Services

http://www.hanford.gov/pmm/page.cfm/Provisions

I.3 General Provisions – Commercial

(Revision 01, December 11, 2014)

http://www.hanford.gov/pmm/page.cfm/Provisions

I.4 Special Provisions – On-Site (Formerly SP-5)

(Revision 01, December 15, 2014)

http://www.hanford.gov/pmm/page.cfm/Provisions

J.0 List of Attachments - N/A

K.0 Signatures – N/A

L.0 Representations and Certifications

Subcontractor Acknowledgement of Federal Online Representations and Certifications

(L16) Rev. 2 9/07/2012

Mission Support Alliance, LLC (“MSA”), relies upon Subcontractor’s current representations and certifications within a Federal web-based system that centralizes and standardizes the collection, storage and viewing of many of the representations and certifications required by the Federal Acquisition Regulations.  Effective August 2012, that Federal system is now System for Award Management (SAM) at www.sam.gov.

By submitting a proposal to MSA in response to this solicitation, the Subcontractor is certifying that:

1. The representation and certification information within SAM is still current;2. All statements and explanatory documentation submitted is current and accurate;3. Signer is authorized to represent the Subcontractor in all matters related to pricing, terms and conditions, and conduct of business;

35

Page 36: TRU / WIPP PROCUREMENT PROJECT (901) · Web viewThe Subcontractor shall utilize a document transmittal system for the exchange of data and information during the performance of work

Request for Proposal

14001 ISO Audit Services4. Subcontractor complies with all requirements of State of Washington statutes, ordinances, rules and regulations, codes, and orders related to equal employment opportunity and operation of non-segregated facilities;5. All Subcontractor employees who may work on MSA’s premises or on the Hanford Site are not under the influence of controlled substances, drugs or alcohol.  Subcontractor agrees to testing of assigned employees under the MSA’s program for controlled substances; 6. Subcontractor’s information in the MSA’s registration system is current (no more than 12 months old); and7. Subcontractor will update SAM on an annual basis.

36