TABLE OF CONTENTS

Section 1 - The Schedule

·  SF 1449 cover sheet

·  Continuation To SF-1449, RFP Number STC12017R0001, Prices, Block 23

·  Continuation To SF-1449, RFP Number STC12017R0001, Schedule Of Supplies/Services, Block 20 Description/Specifications/Work Statement

Section 2 - Contract Clauses

·  Contract Clauses

·  Addendum to Contract Clauses - FAR and DOSAR Clauses not Prescribed in Part 12

Section 3 - Solicitation Provisions

·  Solicitation Provisions

·  Addendum to Solicitation Provisions - FAR and DOSAR Provisions not Prescribed in Part 12

Section 4 - Evaluation Factors

·  Evaluation Factors

·  Addendum to Evaluation Factors - FAR and DOSAR Provisions not Prescribed in Part 12

Section 5 - Representations and Certifications

·  Offeror Representations and Certifications

·  Addendum to Offeror Representations and Certifications - FAR and DOSAR Provisions not Prescribed in Part 12

SECTION 1 - THE SCHEDULE

Continuation/Addendum to SF-1449 RFP Number STC12017R0001 PRICES, BLOCK 23

1.0 DESCRIPTION

The American Consulate in DUBAI requires services to maintain the swimming pool at the Consul General Residence (CGR), U.S. Consulate, DUBAI, UAE. The contract type is a firm fixed price contract for routine maintenance services paid at the monthly rate below. These rates include all costs associated with providing swimming pool maintenance services. The contract will be for a one-year period, with two one-year optional periods of performance, from date of award

2.1  PRICING

2.2  Base Year: The Contractor shall provide the services shown below for Base Year starting one year after the date stated in the Notice to Proceed and continuing for a period of 12 months.

Line Item and Description Monthly Price Annual Total

001 Routine monthly maintenance of swimming pool as described in Section 1

x 12

2.3  Option Year 1-The Contractor shall provide the services shown below for Option Year 1, starting one year after the date stated in the Notice to Proceed and continuing for a period of 12 months.

Line Item Monthly Price Annual Total

002 Routine monthly maintenance of swimming pool as described in Section 1

x 12

2.4  Option Year 2-The Contractor shall provide the services shown below for Option Year 2, starting two years after the date stated in the Notice to Proceed and continuing for a period of 12 months.

Line Item Monthly Price Annual Total

003 Routine monthly maintenance of swimming pool as described in Section 1

x 12

Grand total of Base Year plus Option Years

3.0 NOTICE TO PROCEED

After contract award and submission of acceptable insurance certificates and copies of all applicable licenses and permits, the Contracting Officer will issue a Notice to Proceed. The Notice to Proceed will establish a date (a minimum of ten (10) days from date of contract award unless the Contractor agrees to an earlier date) on which performance shall start.

[

Continuation/Addendum to SF-1449 RFP Number STC12017R001

SCHEDULE OF SUPPLIES/SERVICES, BLOCK 20 DESCRIPTION/SPECIFICATION/WORK STATEMENT

1.  STATEMENT OF WORK

1.1  General: This is a firm-fixed-price contract to provide maintenance service for swimming pool at the Consul General Residence (CGR), U.S. Consulate, DUBAI, UAE. The Contractor shall furnish managerial / administrative resources, direct labor and all supplies required to accomplish the work described in detail below:

1.2  Maintain a clean, clear and healthy swimming pool based on the PH levels and other requirements indicated in the Performance Requirements of this solicitation, and help prevent water- borne illnesses by insuring the pool water is properly treated. The measure of quality of services delivered shall be the appearance of water in the pool, chemical balance of the water and proper operation of the water filtration, circulation, cooling, heating and under-water lighting equipment. The contractor shall ensure that all services are conducted in accor

1.3  dance with the contract and all applicable laws and regulations. The Contractor shall perform all related support functions such as planning, supply, procurement, quality control, financial oversight, and maintenance of complete records and files.

1.4  The swimming pool size is 4.5mtr x 9.5 mtr with depth ranging from 1.1 to 2 mtrs.

2.  MANAGEMENT AND SUPERVISION

2.1  Supervision: The contractor shall designate a site supervisor who shall be responsible for on-site supervision of the workforce and quality control at all times. The supervisor shall be the point of contact for COR and shall have working level English language skills to be able to communicate with the U.S. Consulate staff orally and shall be able to follow written communication. The supervisor shall visit the site and meet COR on a weekly basis at the minimum, and more frequently as needed.

2.2  The contractor shall develop and implement a detailed work schedule, a quality control plan and a safety plan to ensure the services are performed to the satisfaction of COR and in accordance with performance requirements. Monthly updates of these plans shall be provided to the COR.

3.  TECHNICAL GUIDANCE

3.1  The contractor shall provide the services of a trained water treatment specialist with experience in the local climatic conditions to give technical guidance. The specialist shall visit the site on regular basis.

4.  WORK SCHEDULE

4.1  The contractor shall submit a work schedule to indicate frequency of tasks to accomplish the requirements of this contract. The level of detail shall include daily, weekly, monthly, quarterly, semi-annual and annual maintenance tasks. The schedule shall include both pool water maintenance and pool pumping and filtration system maintenance. The schedule must be approved by the water treatment specialist and COR. Comprehensive annual schedule shall be submitted with the price proposal for technical evaluation of the proposal. This schedule shall form part of the contract.

4.2  Work at site must be done according to access limitations imposed for conduct of official business at the residence and the convenience of the Consul General. Work shall not be required on Friday nor on U.S. and U.A.E. holidays unless it is required by the COR or the Contracting Officer.

4.3  The Contractor shall assign a qualified and experienced technician to visit the residence at least 4 days a week ( Saturday- morning , Monday - morning, Tuesday – morning, Thursday – Evening )

5.  SWIMMING POOL CARE AND MAINTENANCE

5.1  In ensuring a clean, clear and healthy swimming pool, the Contractor’s efforts shall be concentrated in three major areas: maintaining or adjusting the chemical balance of the pool water, removing the unwanted dirt and foreign particles from the swimming pool, and maintaining the pool related equipment. The water in the pool must remain clean at all times.

5.2  The chemical balance of the swimming pool water shall be maintained by regularly testing the pool water and adjusting the levels of chemicals. Means to maintain the chemical balance shall include dosing of water treatment chemicals and / or replenishing water as recommended by the water treatment specialist and agreed by COR.

5.3  A total reliance on chlorine for swimming pool disinfection may not be desirable. There may be non-chlorine additives or pool water treatments that can supplement chlorine to create safer pool water. Elements such as copper and silver have potent anti-bacterial and anti-viral properties. Disinfectant products containing such elements may be used to cope with the micro- organisms that chlorine cannot destroy. Such dosing of disinfectant products, as recommended by water treatment specialist must be approved by COR.

5.4  The unwanted substances from the swimming pool are normally removed by the water circulation and filtration system installed at the residence, however, regular manual brushing and vacuuming of the swimming pool shall be done to aid the cleaning process.

5.5  The pool equipment to be maintained consists of circulation pumps, sand filters, skimmer pumps, water cooling / heating system and under-water lighting. The contractor shall repair / replace parts as needed for efficient operation of the systems and equipment upon approval by the COR.

5.6  Structural damages to the pool due to aging shall be noted and communicated to the COR for action.

6.  PERFORMANCE REQUIREMENTS

6.1  A regular swimming pool maintenance program shall be followed by the Contractor to meet the performance requirements and to avoid pool water problems such as swimming pool algae, water borne pool illnesses, cloudy swimming pool water, burning eyes and nose, pool chlorine smell, etc.

6.2  Pool water pH shall be maintained in the range of 7.0 to 7.6

6.3  Chlorine shall be maintained in the range of 1.0 to 3.0 PPM

6.4  Maximum acceptable level of TDS is 1500 PPM

6.5  Total alkalinity shall be maintained in the range of 80 to 120 PPM

6.6  Calcium hardness shall be maintained in the range of 250 to 350 PPM

6.7  Pool water shall be clear and sparkling

6.8  Swimming pool surfaces shall be free from stains

7.  MINIMUM SERVICE FREQUENCY

7.1  Three times a week vacuuming and brushing including the sand filter backwash

7.2  Weekly pool water testing for chemical balance including pH, chlorine, total alkalinity, calcium hardness, and total dissolved solids

7.3  Quarterly preventive maintenance servicing of the circulating pumps, pool water cooling

/ heating equipment, under water lighting and the electrical system

7.4  Quarterly inspection and maintenance of sand filter

7.5  Yearly complete changeover of the pool water

8.  CHEMICAL STORAGE AND HANDLING

8.1  Proper management of the pool chemistry requires the use of a number of hazardous chemicals, such as, oxidizers and corrosives.

8.2  Ensure that personnel who maintain pools are properly trained in the safe handling, use and storage of all swimming pool chemicals according to the manufacturer’s instructions and that the appropriate personal protective equipment is used when handling these chemicals.

8.3  Pool chemicals must never be stored in the same location with incompatible chemicals such as gasoline or any other flammable or combustible chemicals.

8.4  All pool chemicals must be stored behind a locked door and must only be accessed by authorized personnel.

8.5  Storage and handling areas must be well-ventilated.

8.6  Maintain record of MSDS documents on site for all chemicals used in this contract

9.  RESPONDING TO FECAL ACCIDENTS

9.1  Develop, submit for approval, and maintain on site a documented action plan for responding to fecal accidents. Guidelines available from the Department of State’s Safety Health and Environmental Management (SHEM) office shall be utilized for developing the action plan.

10.  SWIMMING POOL SAFETY PROGRAM

10.1  Never prop open pool fence gates during routine maintenance operations in the pool area.

10.2  Do not remove pool safety equipment (ring buoy, shepherds crook with pole) for other than their designated use.

11.  HAZARDOUS AND TOXIC SUBSTANCES

11.1  The contractor shall ensure the safe handling, application, removal and environmentally sound disposal of all hazardous or potentially hazardous products utilized in this contract.

12.  PERSONNEL

12.1  The contractor shall provide sufficient number of personnel to fully accomplish the SOW requirements. See previous paragraphs for minimum personnel requirements. The contractor shall deploy personnel who have proven prior work experience of all aspects of swimming pool maintenance.

13.  TOOLS AND EQUIPMENT

13.1  It is the Contractor's responsibility to provide proper tools and equipment to ensure efficient work performance and safe operation. The safety plan shall provide guidelines for use of all tools and equipment. The contractor shall provide training to the personnel in safe handling of all tools.

14.  QUALITY CONTROL

14.1  The contractor shall submit a quality control plan incorporating Metrics for performance measurement. These metrics will be used to evaluate the quality of services rendered.

14.2  The services provided in the contract shall be rated on a numerical scale of 1 to 5 with 1 at the low end and 5 at the high end of the scale. A monthly score of 3.0 as an average of all performance parameters shall be the minimum acceptable score. On a monthly basis, if average quality control scores fall under 3.0, the contractor will be evaluated as not performing to contract specifications.

15.  SECURITY REQUIREMENTS

15.1  The contractor shall provide information on all personnel assigned to the contract for security clearance. The clearance process shall include No-Objection-Certificate by DUBAI police and the review of personnel information by the Consulate security office.

16.  INSURANCE REQUIREMENTS

16.1  Personal Injury, Property Loss or Damage (Liability). The Contractor assumes absolute responsibility and liability for any and all personal injuries or death and property damage or losses suffered due to negligence of the Contractor's personnel in the performance of this contract

The Contractor's assumption of absolute liability is independent of any insurance policies.

16.2. Insurance. The Contractor, at its own expense, shall provide and maintain during the entire period of performance of this contract, whatever insurance is legally necessary. The Contractor shall carry the following minimum insurance:

General Liability (includes premises/operations, collapse hazard, products, completed operations, contractual, independent contractors, broad form property damage, personal injury)

Bodily Injury stated in on or off the site stated in Dirhams and Property Damage on or off the site in Dirhams:

Cumulative AED 1,500,000

16.3  The types and amounts of insurance are the minimums required. The Contractor shall obtain any other types of insurance required by local law or that are ordinarily or customarily obtained in the location of the work. The limit of such insurance shall be as provided by law or sufficient to meet normal and customary claims.

16.4  For those Contractor employees assigned to this contract who are either United States citizens or direct hire in the United States or its possessions, the Contractor shall provide workers’ compensation insurance in accordance with FAR 52.228-3.

16.5  The Contractor agrees that the Government shall not be responsible for personal injuries or for damages to: