Performance Work Statement Air Toxic Emission Inventory NTC and Daggett Heliport Calendar Year 2017 November 21, 2017 Project Number: IR0091F001 1.1 Introduction 1.2 Installation: The National Training Center (NTC) & Fort Irwin is located approximately 35 miles northwest of Barstow, California. Directorate of Public Works (DPW), U. S. Army, National Training Center, Fort Irwin, CA 92310-5097. The DPW manages, plans, and directs functions associated with operating, maintaining, repairing and constructing real property facilities at the NTC & Fort Irwin. The typical functions include utilities and facilities operations, maintenance, repair, construction, family housing, personnel housing, real estate and/or real property management, historical preservation, environmental protection, restoration, hazardous waste, pest control, refuse, recycling services, and Natural and Cultural Resources. 2.1 References: The applicable references for this task are listed below. a. Mojave Desert Air Quality Manage District (MDAQMD) Comprehensive Emission Inventory Guidelines. b. Air Toxic Hot Spots Information and Assessment Act (AB2588) c. Hotspots Analysis and Reporting Program (HARP) d. California Health & Safety Code ยง 39000 e. California Health & Safety Code ยง 39607 f. California Health & Safety Code ยง 44340 g. California Health & Safety Codes ยง 44341, 44342 h. 2016 Emission Inventory Plan and Report i. QA Report for 2016 3.1 Background and Objectives: 3.2 Background: Due to the unique mission of the NTC, various air emission sources utilized at the NTC in support of training are part of the equipment inventory. Most of the air emission sources are air permitted and consist of retail Gasoline Dispensing Facilities, a Bioremediation Land Farm, a NBC Gas Chamber, Bulk Fuel Storage Tanks, Hazardous Waste Storage Tanks, a Waste Water Treatment Facility, an Asbestos Vacuum, Spray Painting Equipment, Mobile Gasoline Tanker, and Internal Combustion Engines. Approximately ten (10) Army Rotational Units per year travel to the NTC for live fire training operations. Tactical vehicles used during training travel throughout the training corridors over unpaved roads, which produce large amount of fugitive PM10. The NTC also has a number of tenant organizations that own and/or operate numerous fleet vehicles. In addition, the NTC has a large number of military personnel, Federal employees, and contractors that utilize privately owned vehicles for travel to the NTC, around the cantonment area and from the NTC. The Federal employees and military personnel use GSA Fleet Vehicles for travel in the cantonment area.
Several sections of the Federal Clean Air Act require air emissions data to be maintained for a variety of reasons. The California Clean Air Act requires the collection and maintenance of several different air emissions inventories. As a result, air emissions from stationary and mobile sources, air permitted and non-air permitted as well as fugitive air emissions must be captured during the air emission inventory and plans and reports provide to the MDAQMD. 3.3 Objective: The submission of a corrected and updated Comprehensive Emission Inventory Plan (CEIP) and Comprehensive Emission Inventory Report (CEIR) to the Government and the MDAQMD that list the NTC’s and Barstow Daggett Heliport air emission sources of Criteria Air Pollutants, Hazardous Air Pollutants and Greenhouse Gas emissions and their annual emission rates. 4.1 Requirements: 4.2 Task Description: Review of 2016 CEIP and CEIR, QA Report and sources added and deleted for during the calendar year 2017 to develop a CEIP and CEIR for the 2017 reporting year. these plans, and reports listing the annual emission rates of all applicable air emission sources at the NTC and Barstow Daggett Heliport for as an update for 2016. The CEIP and CEIR will be prepared and updated to reflect Criteria air pollutant emissions and Diesel Particulates. 4.3 Scope of Work: The contractor shall perform and/or provide the following services and meet the applicable general service requirements 4.3.1 The contractor shall have at five (5) years experience in conducting Air Emission Inventories in the State of California. The contractor shall prepare the CEIP and CEIR in accordance with MDAQMD Comprehensive Emission Inventory Guidelines and the applicable regulations listed within the guidelines and references listed in section 2.0 of this document. 4.3.2 The contractor shall be required to obtain and use any new and/or updated California Air Resources Board (CARB) versions of the Hotspots Analysis and Reporting Program (HARP), which is available on CARBs website in the preparation of the CEIP and CEIR database. The CEIP is due the Government on or before March 16, 2018. 4.3.3 The contractor shall provide the Government with a CEIP for review and approval by March 16, 2018. The CEIR is due to the MDAQMD by April 5, 2018. Therefore, the contractor shall submit the CEIR to the Government for review and approval by March 30, 2018. 4.3.4 The contractor shall ensure the CEIP and CEIR only includes air permitted stationary sources and that any mobile sources exhaust emissions are removed from the 2017 TRA files. 4.3.5 The contractor shall conduct the necessary field investigations to ensure all air emission sources that require reporting are accounted for in the emission inventory. These documents can be provided after award of the contract. 4.3.6 The contractor shall ensure that all applicable air emission sources at the NTC and Barstow Daggett Heliport are included in the update of the CEIP and CEIR. 4.3.7 The contractor shall ensure all applicable sources of Greenhouse Gas (GHG) emissions and their annual emission rates are included in the CEIP and CEIR update.
4.3.8 The contractor shall ensure that for all certified diesel internal combustion engines, that ONLY the emission factors within the certification are used when calculating emissions and the default values and/or emission factors. 4.3.9 The contractor shall ensure all new air emission sources, mobile (fugitive only), stationary and fugitive not previously noted in the CEIPs and CEIRs updates are added to the 2017 update. Note: DO NOT INCLUDE MOBILE SOURCE EXHAUST EMISSIONS. 4.3.10 The contractor shall ensure that any air emission sources deleted from the installations inventory for the Calendar Year 2017 update, are properly documented in the CEIP and CEIR. GHG sources and emissions will be identified as such in the CEIP and CEIR. 4.3.11 The contractor shall provide the Government with electronic files in TRA format of the emission inventory report for the NTC and Barstow Daggett via email for importation into HARP database. 4.3.12 The contractor shall provide the Government separate reports in Excel Spreadsheet Format, a listing of all Green House Gases (GHG), Hazardous Air Pollutants (HAPs), and Criteria Air Pollutants emitted during the Calendar Year 2017 from all air permitted stationary air emission sources. The Government will provide the contractor samples of the required spreadsheet. 4.3.13 The contractor shall ensure the Diesel Internal Combustion Engines (DICE) list Diesel Particulate Matter (DPM), Pollutant ID 9901 as a substance emitted in the CEIR. The contractor shall ensure that the 2014 CEIR be prepared with each DICE listed as separate devices. This is required for the proper determination of the prioritization scores for DPM. The contractor shall consult with the MDAQMD on this matter prior to submission of the CEIR to the Government. 4.3.14 The contractor shall ensure the top ten (10) air pollutants needed to determine the correct prioritization score for each DICE are included in the CEIR as well as other air pollutants. The contractor shall consult with MDAQMD on this matter prior to submission of the CEIR to the Government. 4.3.15 The contractor shall assist the Government to clearly identify storage yards and other air emission areas and/or sources, which are widespread. For example, engineering storage yard applies to different areas. Identify each storage yard as a separate location by name within the CEIR. The contractor will be escorted to these areas. 4.3.16 After submission and review, the contractor shall be responsible for correcting any discrepancies identified in the CEIP and CEIR by the Government or MDAQMD within 10 days from being notified. 4.3.17 The contractor shall provide the Government with two (2) hard copies of the CEIP and CEIR by the dates called for in this SOW. The contractor shall provide the Government with electronic versions of the CEIP and CEIR on CD-ROM in Microsoft Word Format. The GHG reports shall be in Excel Format. 4.3.18 The contractor shall be prepared to attend a post award meeting to discuss the particulars of this task. 4.3.19 The contractor shall register in accurately report the contract in the Contractor Manpower Reporting Application, https://cmra.army.mil no later than 30 days after contract award. Upon completion of this requirement, the contractor shall the inform the Contracting Officers Representative (COR). 30TU
U30T
4.3.20 The contractor shall register in and submit invoice(s) through iRAPT and is accessible through Wide Area Workflow eBusiness Suite, https://wawf.eb.mil/index.xhtml . The contractor shall submit a partial invoice (50% of contract cost) after submittal and approval of the CEIP from the Government and MDAQMD. The contractor shall submit the final invoice after submittal and approval of the CEIR by the Government and the MDAQMD. 30T
30T
5.0 Hours of Operation: The Contractor’s normal duty hours shall be 7:30 a.m. to 4:00 p.m., Monday through Friday excluding holidays 6.0 Contractor Personnel: The Contractor shall manage the total work effort and furnish sufficient supervisory, administrative, and field personnel to ensure successful and timely completion of the project. Included in this function shall be a full range of management duties which may include, but not limited to, planning, scheduling, inventory, analysis, and quality control. The contractor shall identify the individual (s) that have contractually binding decision authority in writing to the KO and COR during the PrePerformance conference. Changes regarding this decision authority shall be provided to the KO and COR seventy-two (72) hours prior to implementation of the change. 7.0 Quality Control: Quality Control is the responsibility of the Contractor and prescribed in their Quality Control Plan (QCP). The Contractor is responsible for the delivery of quality product and services to the Government. The contractor shall ensure the quality of their supplies/services and that they tender to the Government only the supplies and services that conform to contract requirements. The contractor shall ensure that vendors or suppliers of raw materials, parts, components, subassemblies, etc., have an acceptable quality control system; and maintain substantiating evidence that the supplies or services conform to contract quality requirements, and furnishing such information to the Government as required. The contractor is required to provide and maintain an inspection system or program for the control of quality that is acceptable to the Government. The control of quality by the contractor may relate to, but is not limited to— Manufacturing processes, to ensure that the product is produced to, and meets, the contract’s technical requirements; drawings, specifications, and engineering changes, to ensure that manufacturing methods and operations meet the contract’s technical requirements; testing and examination, to ensure that practices and equipment provide the means for optimum evaluation of the characteristics subject to inspection; reliability and maintainability assessment (life, endurance, and continued readiness); fabrication and delivery of products, to ensure that only conforming products are tendered to the Government; technical documentation, including drawings, specifications, handbooks, manuals, and other technical publications; procedures and processes for product to ensure that the product meets contract performance requirements. Product is defined as the services, supplies or construction/demolition that as outlined in the PWS and associated documentation of the solicitation and that may result of future negotiations, if any. The contractor is responsible for performing all inspections and tests required by the contract and others as is reasonable and customary for the contracted product and associated industries, except those specifically reserved for performance by the Government. Should the Government determine that such inspections and tests by the Government are warranted they will be performed by the least intrusive methods and timing to prevent delays in performance. The contractor shall, within all reasonable means, facilitate such without additional cost to the Government. 8.0 Quality Control Plan The Contractor shall develop, implement and maintain an effective quality control system which includes a written Quality Control Plan. The QCP shall be submitted to the Government for review and acceptance
no more than thirty (30) days after contract award but not later than fourteen (14) days prior to the commencement of work on Fort Irwin. The QCP shall implement standardized procedure/methodology for monitoring, documenting and reporting contract performance to ensure all contract requirements are met. The Contractors’ QCP must contain a systematic approach to monitor operations to ensure acceptable products are provided to the Government. The QCP, as a minimum, shall address procedures for scheduling, conducting and the documentation of inspections and tests; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies and procedures for performance trend analysis. The QCP shall also include, at a minimum, a testing system as follows: After initial acceptance of the QCP the Contractor shall receive the Contracting Officer’s acceptance in writing of any proposed change to their QCP. The results of all testing shall be submitted to the government within 10 business days of the performance of the tests or 5 days before the government’s initial acceptance inspection, whichever comes first. 9.0 Data Rights: The Government has unlimited rights to all documents/materials produced under the contract. All documents and materials produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership/copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the contractor without written permission from the Contracting Officer. All materials supplied to the government shall be the sole property of the government and may not be used for any other purpose. This right does not abrogate any other Government rights. 10.0 Security: 10.1 Security Requirements: The contractor will comply at all times with base security requirements to include base pass requirements and personnel security checks. The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of contractor employees needing access to the base (Include DL#, SSN & DOB) so completion of the required minimum NCIC checks can be completed. The letter will also specify the contractor individual(s) authorized to sign requests for installation vehicle passes. The contracting officer will endorse the request and forward it to the issuing DES installation pass and registration office for processing. When reporting to the pass and registration office for issue of a vehicle pass, contractor individual(s) shall provide a valid driver's license and current vehicle registration. 10.2 Antiterrorism/Operational Security: AT Level I Training. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 10 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR AT level I awareness training is available at the following website: http://jko.jten.mil/courses/atl1/launch.html . 30T
30T
10.3 Access and General Protection/Security Policy and Procedures: Contractor and all associated sub-contractors employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet
installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 10.4 iWATCH Training: The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local 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 10 calendar days after contract award. 10.5 Physical Security: The contractor shall safeguard all government property provided for contractor use and contractor property to be furnished to the government, including controlled documents and equipment (e.g. system diagrams, codes, software, hardware and operating procedures). At the close of each work period controlled documents, tools, facilities, support equipment, and other valuable materials shall be secured. 10.6 Key Control: The contractor will adhere to the installation operating instruction control procedures to ensure keys issued to the contractor by the government are properly safeguarded and not used by unauthorized personnel. The contractor shall not duplicate keys issued by the government. All government keys will be turned in at the end of employment or contract. 11.0 Contractor Furnished Items: The contractor shall be responsible for obtaining all resources and/or supplies needed to complete this task. 12.0 Period of Performance: The Period of Performance for this task is February 20, 2018 through February 19, 2019. During this time, the MDAQMD conducts a review and approval period. Therefore, the contract must remain open so that the contractor can take appropriate action on needed corrections until final approval is given by the MDAQMD. 13.0 Deliverables: The contractor shall deliver to the Government, a CEIP by March 16, 2018, and a CEIR by March 30, 2018. The contractor shall provide the Government with electronic data files for importation in HARP in TRA file format. The contractor shall provide the Government with two (2) hard copies of the CEIP and CEIR on CD-ROM in Microsoft Word Format, one (1) electronic copy of the CEIP in the form format required by HAPR, one (1) electronic copy of the CEIR in TRA file format, and the GHG emission reports in Excel format. 14.0 Point of Contact: 14.1 Project Manager Mr. Mark A. Burns Directorate of Public Work Environmental Division Fort Irwin, CA 92310-5085 Phone (760) 380-3737 Fax: (760) 380-2677 Email: mark.a.burns20.civ@mail.mil