New Jersey Bids > Bid Detail

Stack Test for Hot Air Decontamination Facility

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • H - Quality Control, Testing, and Inspection Services
Opps ID: NBD00159612104121060
Posted Date: Oct 20, 2022
Due Date: Nov 7, 2022
Solicitation No: W15QKN-23-X-0RPC
Source: https://sam.gov/opp/e5706285c7...
Follow
Stack Test for Hot Air Decontamination Facility
Active
Contract Opportunity
Notice ID
W15QKN-23-X-0RPC
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC-NJ
Office
W6QK ACC-PICA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 20, 2022 10:53 am EDT
  • Original Response Date: Nov 07, 2022 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: H999 - OTHER QC/TEST/INSPECT- MISCELLANEOUS
  • NAICS Code:
    • 541380 - Testing Laboratories
  • Place of Performance:
    Picatinny Arsenal , NJ 07806
    USA
Description

Statement of Work:



Stack Test for Hot Air Decontamination Facility








  1. Background:








    1. Combat Capabilities Development Command - Armaments Center (CCDC-AC) at Picatinny Arsenal has interest in conducting an environmental Stack Test at the Hot Air Decontamination Facility at B800. This test is a requirement per the New Jersey Department of Environmental Protection (NJDEP) to maintain a permit to operate. A Stack test is conducted once every five years. CCDC-AC requires an outside third party to conduct the stack test and laboratory tests set forth by the NJDEP.








  1. Scope:



2.1 The Explosive Pilot Processes Branch located in B321, Picatinny Arsenal is in need of Stack Test to be performed on with the required equipment per NJDEP requirements.




  1. Requirements:








    1. The contractor will need to be able to monitor the following requirements:



  • 3.1.1 The contractor must be able to monitor NOx, CO, TSP, PM-10, Lead Compounds, Mercury Compounds per N.J.A.C. 7:27-22.16






  1. Applicable Documents: N.J.A.C. 7:27-22.16






  1. Period of Performance:


    1. N/A








  1. Place of Performance:


    1. Building 800, Picatinny Arsenal, NJ, 07806.








  1. Deliverables:


    1. The contractor shall deliver (1) one completed stack test with necessary paperwork and submittal to the NJDEP.








  1. Security:


    1. The security classification of this effort is UNCLASSIFIED

    2. AT Level I Training: “All contractor employees, including subcontractor employees, requiring access to. Department of Defense installations, facilities, or controlled access areas shall complete AT Level I awareness training within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies and within 12 months prior to travel outside of the US, then annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel. AT Level I awareness training is available at http://jkodirect.jten.mil/.”

    3. . AT Awareness Training for Contractor Personnel Traveling Overseas: “This standard language requires U.S.-based contractor employees and associated subcontractor employees to make available and to receive Government-provided area of responsibility (AOR)–specific AT awareness training within 3 months prior to OCONUS travel as directed by AR 525-13. Government provided awareness training specific to an AOR traveled is provided to contract personnel upon request by contacting the CCDC Armaments Center AT Officer at usarmy.pica.ccdc-ac.mbx.pica-ardec-at-training@mail.mil or 973-724-3005.”

    4. The US government may choose to send representatives from Armaments Center to the contractor facility to inspect the equipment prior to delivery. Upon the visit the system must show capability to achieve necessary testing speeds for required high rate testing. If required travel to a contractor facility is outside the US, the Armaments Center representatives shall take all required training and follow guidance on requirements for foreign travel. The US government representatives shall provide in writing the verification of equipment meeting the testing speed requirements, or acknowledgement of waiving specific test requirements.

    5. Access and General Protection/Security Policy and Procedures: “All contractor employees, including subcontractor employees, shall comply with all installation and facility access and local security policies and procedures (provided by the Government representative), and security/emergency management exercises. The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by the installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements (CFR clause 52.204-9, Personal Identity Verification of Contract Personnel) 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. During FPCONs Charlie and Delta, services/installation access may be discontinued/postponed due to higher threat. Services will resume when FPCON level and or threat is reduced to an acceptable level as determined by the Installation Commander. Contractor personnel working on an installation are required to participate in the Installation Random Antiterrorism Measures Program as directed. Contractors may be subject to and must comply with vehicle searches, wearing of ID badges, etc. Failure to comply with policies and procedures could result in barred access onto the installation.”

    6. iWATCH (See Something, Say Something) Training: “All contractor employees, including subcontractor employees, shall receive training and participate in the local iWATCH program (training standards provided by the requiring activity ATO). This locally developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 45 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever applies, and then annually thereafter. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee to the COR (or to the contracting officer, if a COR is not assigned) within 14 calendar days after completion of training by all employees and subcontractor personnel.” Slides available to COR at https://www.milsuite.mil/book/docs/DOC-284984

    7. For contractors that do not require CAC, but require access to a DoD facility or installation: “Contractor and all associated subcontractor employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (Army Directive 2014-05/AR 190-13); applicable installation, facility and area commander installation and facility access and local security policies and procedures (provided by Government representative); or, at OCONUS locations, in accordance with status-of-forces agreements and other theater regulations.”

    8. For Contract Requiring Performance in a Foreign Country: “DFARS Clause 252.225-7043, AT/Force Protection (FP) Policy for defense contractors outside of the US applies to this contract.” The key AT requirement is for contractor personnel to comply with theater clearance requirements and COCOM policies and directives.

    9. Export Control Laws/International Traffic in Arms Regulation: “DFARS Clause 252.225-7048, Export- Controlled Items applies to this effort. All documents determined to contain export controlled technical data will be marked with the following notice: WARNING: - This document contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., App. 2401 et seq. Violations of these export laws are subject to severe criminal penalties. Disseminate in accordance with provisions of DoD Directive 5230.25.”

    10. For Contracts That Require a Government Provided OPSEC Standing Operating Procedure/Plan: “The contractor is subject to compliance with the CCDC Armaments Center Operations Security Plan, per AR 530-1 (or DoDM 5205.02-M),. This SOP/Plan will specify the government's critical information, why it needs to be protected, where it is located, who is responsible for it, and how to protect it.”

    11. For Contracts That Require OPSEC Training: “Per AR 530-1 (or DoDM 5205.02-M), new contractor employees, including subcontractor employees, must complete initial (Level I) OPSEC training within 30 calendar days of reporting for duty and must also complete annual OPSEC awareness training as provided by the appropriately designated OPSEC level II trained OPSEC Officer/Coordinator. The Contracting Officer Representative (COR) or Agreements Officer Representative (AOR) can request CCDC Armaments Center OPSEC training from CCDC Armaments Center OPSEC POC e-mail: usarmy.pica.ccdc-ac.mbx.ardec-opsec@mail.mil.”

    12. For Contracts that Involve the Public Release of Information: “Per AR 530-1 (or DoDM 5205.02-M), an OPSEC review is required prior to all public releases.






Attachments/Links
Contact Information
Contracting Office Address
  • KO CONTRACTING OFFICE BUILDING 10 PHIPPS RD
  • PICATINNY ARSENAL , NJ 07806-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 20, 2022 10:53 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >