Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2012 FBO #3927
SOLICITATION NOTICE

R -- Marine Mammal Professional Veterinary Services - Form 1449 Solicitation (RFQ)

Notice Date
8/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541940 — Veterinary Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
RA-133F-12-RQ-1129MH
 
Archive Date
9/22/2012
 
Point of Contact
MARILYN HERRERA, Phone: 303-497-3487
 
E-Mail Address
MARILYN.HERRERA@NOAA.GOV
(MARILYN.HERRERA@NOAA.GOV)
 
Small Business Set-Aside
Total Small Business
 
Description
Quotes should be submitted on this form. COMBINED SYNOPSIS/SOLICITATION Marine Mammal Professional Veterinary Services (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number RA-133F-12-RQ-1129MH. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 541940. The small business size standard is $7.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s)/services: CLIN 0001 / 1 / JB / Provide professional veterinary services for marine mammals for the National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Pacific Islands Regional Office (PIRO) as specified in the Statement of Work (SOW). (VI) Description of requirements is as follows: Statement of Work for marine mammal professional veterinary services in the Pacific Islands region. Purpose The purpose of this procurement is to provide professional veterinary services for marine mammal cases managed and/or authorized by the National Oceanic and Atmospheric Administration (NOAA), National Marine Fisheries Service (NMFS), Pacific Islands Regional Office (PIRO). Background and Statement of Need PIRO manages the main Hawaiian Islands Marine Mammal Response Network (MMRN). The central purpose of the MMRN is to build and maintain capacity for effective, efficient, humane, and legally compliant response to Hawaiian monk seal and cetacean (whale and dolphin) strandings and other incidents. PIRO manages the MMRN under authority of the Marine Mammal Protection Act (MMPA) and Endangered Species Act (ESA). The MMRN is managed in partnership with the Hawaii Department of Land and Natural Resources pursuant to an ESA Section 6 Cooperative Agreement, Memorandum of Understanding (MOU) for Co-Management of the Hawaiian Islands Humpback Whale National Marine Sanctuary, and other authorities. Hawaiian monk seals are one of the world's most endangered marine mammals. Although the overall population is declining, driven by a sharp decline in the Northwestern Hawaiian Islands, the monk seal population in the main Hawaiian Islands is growing. Recent surveys suggest that at least 150 seals now occupy the main Hawaiian Islands. While this increase raises promising new prospects for the species' recovery, it also poses new management challenges. For example, monk seals haul out and give birth on popular recreational beaches where they are subject to unintentional disturbance by beach goers and ocean users. Seals also haul-out on boat ramps and other shoreline locations requiring rapid and effective management response. Seals are also subject to hookings and entanglement in fishing gear in the main Hawaiian Islands. Monk Seals occasionally have to be brought into rehabilitative care under the direction of a marine mammal veterinarian. PIRO's MMRN is responsible for managing responses to these and other types of Hawaiian monk seal incidents. Successful management of Hawaiian monk seal incidents occasionally requires the support of a veterinarian(s) with expertise in marine mammals. PIRO's MMRN is also responsible for cetacean stranding response in Hawaii. Cetaceans usually strand in Hawaii due to natural causes such as old age, disease, and predation. Cetaceans also become entangled in nets, derelict fishing gear, and other marine debris such as plastics. Cetaceans are also known to swallow plastics and collide with vessels. The MMRN is responsible for responding to all of these types of incidents. Like monk seal response, cetacean stranding response varies from simple responses, to major operations involving multiple staff and heavy equipment, such as pulling and 40-ton sperm whale carcass off rocky shoreline, conducting a necropsy, and disposing of the carcass. As with Hawaiian monk seal response, successful management of cetacean response occasionally requires the support of a veterinarian(s) with expertise in marine mammals. Professional marine mammal veterinary services may be required by PIRO in the case of superficial injuries, and are almost always required in the case of more serious injury or disease. MMRN responses to monk seals or cetaceans that require veterinary services can vary widely in complexity from superficial injuries that can be resolved through intervention on the beach, to cases of serious injury or disease that require intensive, long-term treatment in a captive care facility. The MMRN in the main Hawaiian Islands relies heavily on the support of volunteers drawn from island communities. Volunteer response network members are managed by PIRO-authorized Island Coordinators who report to the Marine Mammal Health and Response Program Manager and Assistant Stranding Coordinator. Depending on the circumstances, a contract veterinarian(s) is often needed to work closely with PIRO-designated staff and volunteers during marine mammal response and treatment cases. Scope of Work NOAA NMFS PIRO requires the services of a contract veterinarian to provide veterinary services for marine mammals in the Pacific Islands region. The Contractor shall provide veterinary care for sick and/or injured Hawaiian monk seals and cetaceans. The Contractor shall work with PIRO staff and volunteers to ensure animal health and welfare during responses to strandings and other incidents, and during captures, transports, and captive care of marine mammals. The Contractor shall provide veterinary services as deemed necessary and appropriate by his/her professional judgment and in compliance with all applicable laws and regulations. While providing these services, the Contractor shall maintain close coordination and communication with the designated PIRO contact to ensure consistency with NMFS policies and compliance with any applicable ESA-MMPA permit(s). The Contractor shall provide these services in field and captive care situations that are often subject to close public attention and considered to be controversial by some members of the public. Work shall be conducted primarily in the main Hawaiian Islands, with very limited work in the Northwestern Hawaiian Islands, Guam, American Samoa, or the Commonwealth of Northern Marianas. The Contractor shall be available to provide the services on the island of Oahu at any time on an on-call basis. The Contractor shall be responsible for covering all costs associated with travel for six separate 2-day/1-night trips to other islands within the main Hawaiian Islands, and one 3-day/2-night trip to one of the following locations: Northwestern Hawaiian Islands, Guam, American Samoa, and the Commonwealth of the Northern Marianas. The Contractor will be paid a fixed monthly fee covering on-call availability, costs for email and telephone consulting, research and report writing. In addition to the fixed monthly fee, the Contractor will be paid an hourly rate for veterinary services provided in the field at standings and other incident responses, and for services provided at captive care locations. The contract will be awarded for a total of 336 hours of services over a one year period of performance (average 28 hours per month). The Contractor shall serve as the "Veterinarian of Record" for PIRO as needed for the procurement of medications and other supplies and procedures by PIRO and/or other MMRN partners. Tasks - the Contractor shall: 1. Provide veterinary services for marine mammal strandings and other marine mammal incident responses in the field, including: • Conduct on-scene emergency veterinary care (handling, restraint, examination, drug administration, treatment, sampling, etc.) for injured, sick or potentially compromised marine mammals • Complete and submit to PIRO in a timely manner NMFS marine mammal health and stranding response program data and reporting forms • Prepare and submit to PIRO in a timely manner detailed after-incident reports regarding the Contractor's participation of the stranding or incident response. The reports will describe the veterinary services provided and present findings and recommendations related to the incident • Conduct and/or participate in necropsies of dead marine mammals and prepare and submit in a timely manner detailed necropsy reports that include analysis and findings regarding cause of death • Provide advice to PIRO on appropriate testing of samples • Provide advice to PIRO staff in stocking and maintenance of "crash kits" for various types of marine mammal strandings and incident responses 2. Provide animal husbandry and veterinary health care and consulting for sick and/or injured marine mammals in captive care situations, including: • Conduct emergency and routine care (handling, restraint, examination, drug administration, treatment, sampling, etc.) for marine mammals in captive care situations • Advise PIRO on medical treatment and daily care - advice may be provided remotely if physical examination is not necessary • Hands-on training of MMRN members and volunteers in animal handling, behavior monitoring, and feeding techniques • Provide veterinary oversight of husbandry efforts 3. Provide veterinary consultations in-person, via telephone or email regarding new and existing marine mammal veterinary cases, and provide advice on marine mammal response protocols and procedures related to animal health and welfare To Be Provided by the Government PIRO will provide information and guidance to the Contractor regarding response and incident coordination, work locations, PIRO and MMRN designated contacts, logistical information and permitting compliance information for use by the Contractor in completing the tasks listed above. PIRO staff (MMRN contact and/or PIRO staff designees) will meet with the Contractor on a regular basis to provide direction regarding completion of the tasks. PIRO will supply to the Contractor upon request copies of available NMFS reports and documentation relevant to providing the veterinary services described in this statement of work. Except for a limited amount of miscellaneous items and controlled drugs (see section To Be Provided by the Contractor), PIRO will provide directly, and/or via other MMRN members, all equipment, supplies and materials necessary for the treatment, sampling, capture, restraint, transport and captive care of the marine mammals cared for by the Contractor under this contract. PIRO will be responsible for covering costs associated with obtaining, shipping and analyzing veterinary samples taken in association with this contract. To Be Provided by the Contractor The Contractor shall provide all veterinary personnel and professional services necessary for the successful completion of the scope of work and tasks described in this statement of work. The Contractor shall be responsible for covering the costs of all travel associated with this contract. The Contractor will provide all controlled drugs, at a total cost of $250.00 or less, used in providing the veterinary care specified in this contract. The Contractor will provide a limited amount of miscellaneous items (veterinary supplies, instruments, etc.) at a total cost of $1,000.00 or less, as requested by PIRO and/or deemed necessary by the Contractor to provide the services specified herein. Quality Assurance The Contractor shall ensure that all veterinary personnel working on this contract have and hold appropriate licenses, certifications and degrees for the practice of veterinary medicine in Hawaii and other jurisdictions in which the services will be provided. The Contractor shall be required to provide informal verbal progress reports as frequently as deemed necessary by PIRO. The Contractor's activities shall be performed in close coordination and communication with PIRO staff. The Government will assess Contractor performance throughout the performance period and will review all services for compliance to requirements. The Government will reject deliverable products, e.g., after-incident and necropsy reports, that do not meet specified requirements. The Government will return deliverable products containing errors to the Contractor for necessary corrections and verifications within a designated time frame as agreed upon by the PIRO contact. The Contractor shall make all necessary corrections at no additional cost to the Government. The deliverables will be considered accepted by the Government if no deficiencies have been identified. Period of Performance The period of performance will be one year from the order award date. The designated PIRO contact will be responsible for the coordinating and scheduling with the Contractor all billable contract work hours as needed depending on the response and captive care cases as they arise. Invoicing and Payment Schedule Invoices, including a monthly fee and any applicable hourly fees and charges for travel or other applicable items, shall be submitted once per month. Payment of invoices shall be contingent on review and approval by PIRO. Non-Personal Service Contract Statement Although the Contractor will maintain close coordination and communications with PIRO, the Contractor will perform independent of and without the supervision of any Government official. Services, non-personal, Contractor to provide all equipment, labor, and materials (unless otherwise provided herein) necessary. The Government will perform the inspection and acceptance of the completed work. Proposal Evaluation Criteria Proposals will be evaluated on technical evaluation factors and on cost. Proposals must address Contractor's qualifications for each factor and subfactor: TECHNICAL EVALUATION FACTORS: 1. Qualifications: Evidence that the Contractor has the academic and professional qualifications to provide the service. a. Formal education (degrees and coursework) of proposed Contractor in veterinary medicine, such as degree of Doctor of Veterinary Medicine (DVM) b. Appropriate licenses, certifications and degrees for the practice of veterinary medicine in Hawaii and other jurisdictions in which the services will be provided 2. Capacity and past performance: Evidence that Contractor has capacity and experience to provide the service. Contact information for previous clients and employers who can serve as professional references should be provided. a. At least 5 years of veterinary experience with marine mammals in Hawaii b. Knowledge of marine mammal species ecology and biology in Hawaii c. Knowledge of NMFS marine mammal stranding response data reporting forms and requirements d. Ability to communicate with diverse audiences of varying ages, educational levels, and cultural backgrounds e. Ability to work well within a diverse team to accomplish difficult tasks under challenges field conditions f. Skill in written communication, oral presentation, and computer word processing, spreadsheet and presentation software. g. Availability of adequate personnel, time, and resources to provide the services on an on-call basis (24/7) and deliver follow up products (e.g., reports) in a timely and thorough manner (VII) Date(s) and place(s) of delivery and acceptance as specified in the SOW. Period of performance shall be one year from the order award date. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (Feb 2012), applies to this acquisition. In addition to written price quotes, offers are instructed to provide: Reference the Proposed Evaluation Criteria section of the SOW. 1. Experience: Offerors must submit evidence of Offeror's academic and professional qualifications as specified in the SOW. 2. Technical: Offerors must submit evidence that the Offeror has the capacity and experience to provide the services as specified in the SOW. 3. Past Performance: Offerors must submit contact information of at least two references that can provide information pertaining to the Offeror's performance of relevant work. Provide name, e-mail address, telephone number for the contact. The Government reserves the right to consider past performance information in addition to the references submitted by the Offerors. 1352.215-72 Inquiries (Apr 2010). Offerors must submit all questions concerning this solicitation in writing to Marilyn Herrera either by e-mail to Marilyn.Herrera@noaa.gov or by fax to 303-497-6984 no later than Friday, August 31, 2012 at 5:00 p.m. Mountain Time. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforms to the solicitation and will be most advantageous to the Government after evaluation of the following factors: 1. Factor 1 - Experience: The Government will evaluate to determine the extent to which the Offeror has completed work similar to work requirements of this contract. 2. Factor 2 - Technical Approach: The Government will evaluate to determine the extent to which the Offeror's proposal demonstrates an ability to fulfill the work requirements of this contract. 3. Factor 3 - Past Performance: The Government will evaluate the quality of Offeror's performance of relevant work. The Government will assign a neutral rating to an Offeror with no relevant past performance. If an Offeror has not relevant past performance, a statement should be included to that effect in their proposal. Failure to submit past performance or affirmatively state than an Offeror does not have any past performance may result in the Offeror being considered non-compliant. The Government reserves the right to consider past performance information in addition to the references submitted by the Offerors. 4. Factor 4 - Price: Offers will be evaluated based on price and the factors set forth and award will be made on an all or none basis to the firm offering the Best Value to the Government. (X) The Offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Apr 2012) with its quote. The Offeror shall complete the annual representations and certifications electronically at https://www.sam.gov/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jul 2012) applies to this acquisition. The following clauses under subparagraph (b) apply 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3 Convict Labor (Jun 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18 Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (May 2012) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (c) apply: same as above. (XIII) The following clauses are also applicable to this acquisition: 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998). 52.252-2 Clauses Incorporated By Reference (Feb 1998), This contract incorporates on or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: https://www.acquisition.gov/far/index.html (End of Clause)) The following additional terms and conditions apply: 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) 52.217-8 Option to Extend (Nov 1999) 52.228-8 Liability and Insurance - Leased Motor Vehicles (May 1999) 52.242-15 Stop-Work Order (Aug 1989) Department of Commerce Clauses: 1352.201-70 Contracting Officer's Authority (Apr 2010) The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (End of clause) 1352.209-73 Compliance with the Laws (Apr 2010) The contractor shall comply with all applicable laws, rules and regulations which deal with or relate to the performance in accord with the terms of the contract. End of clause) 1352.209-74 Organizational Conflict of Interest (Apr 2010) (a) Purpose. The purpose of this clause is to ensure that the contractor and its subcontractors: (1) Are not biased because of their financial, contractual, organizational, or other interests which relate to the work under this contract, and (2) Do not obtain any unfair competitive advantage over other parties by virtue of their performance of this contract. (b) Scope. The restrictions described herein shall apply to performance or participation by the contractor, its parents, affiliates, divisions and subsidiaries, and successors in interest (hereinafter collectively referred to as "contractor") in the activities covered by this clause as a prime contractor, subcontractor, co-sponsor, joint venturer, consultant, or in any similar capacity. For the purpose of this clause, affiliation occurs when a business concern is controlled by or has the power to control another or when a third party has the power to control both. (c) Warrant and Disclosure. The warrant and disclosure requirements of this paragraph apply with full force to both the contractor and all subcontractors. The contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances which would give rise to an organizational conflict of interest, as defined in FAR Subpart 9.5, and that the contractor has disclosed all relevant information regarding any actual or potential conflict. The contractor agrees it shall make an immediate and full disclosure, in writing, to the Contracting Officer of any potential or actual organizational conflict of interest or the existence of any facts that may cause a reasonably prudent person to question the contractor's impartiality because of the appearance or existence of bias or an unfair competitive advantage. Such disclosure shall include a description of the actions the contractor has taken or proposes to take in order to avoid, neutralize, or mitigate any resulting conflict of interest. (d) Remedies. The Contracting Officer may terminate this contract for convenience, in whole or in part, if the Contracting Officer deems such termination necessary to avoid, neutralize or mitigate an actual or apparent organizational conflict of interest. If the contractor fails to disclose facts pertaining to the existence of a potential or actual organizational conflict of interest or misrepresents relevant information to the Contracting Officer, the Government may terminate the contract for default, suspend or debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. (e) Subcontracts. The contractor shall include a clause substantially similar to this clause, including paragraphs (f) and (g), in any subcontract or consultant agreement at any tier expected to exceed the simplified acquisition threshold. The terms "contract," "contractor," and "Contracting Officer" shall be appropriately modified to preserve the Government's rights. (f) Prime Contractor Responsibilities. The contractor shall obtain from its subcontractors or consultants the disclosure required in FAR Part 9.507-1, and shall determine in writing whether the interests disclosed present an actual, or significant potential for, an organizational conflict of interest. The contractor shall identify and avoid, neutralize, or mitigate any subcontractor organizational conflict prior to award of the contract to the satisfaction of the Contracting Officer. If the subcontractor's organizational conflict cannot be avoided, neutralized, or mitigated, the contractor must obtain the written approval of the Contracting Officer prior to entering into the subcontract. If the contractor becomes aware of a subcontractor's potential or actual organizational conflict of interest after contract award, the contractor agrees that the Contractor may be required to eliminate the subcontractor from its team, at the contractor's own risk. (g) Waiver. The parties recognize that this clause has potential effects which will survive the performance of this contract and that it is impossible to foresee each circumstance to which it might be applied in the future. Accordingly, the contractor may at any time seek a waiver from the Head of the Contracting Activity by submitting such waiver request to the Contracting Officer, including a full written description of the requested waiver and the reasons in support thereof. (End of clause) 1352.228-70 Insurance Coverage (Apr 2010) (a) Workers Compensation and Employer's Liability. The contractor is required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 shall be required, except in states with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General liability. (1) The contractor shall have bodily injury liability insurance coverage written on the comprehensive form of policy of at least $500,000 per occurrence. (2) When special circumstances apply in accordance with FAR 28.307-2(b), Property Damage Liability Insurance shall be required in the amount of tiny_mce_marker_0__ [insert zero unless special circumstances apply, if applicable, insert dollar amount.]. (c) Automobile liability. The contractor shall have automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in the United States shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. (d) Aircraft public and passenger liability. When aircraft are used in connection with performing the contract, the contractor shall have aircraft public and passenger liability insurance. Coverage shall be at least $200,000 per person and $500,000 per occurrence for bodily injury, other than passenger liability, and $200,000 per occurrence for property damage. Coverage for passenger liability bodily injury shall be at least $200,000 multiplied by the number of seats or passengers, whichever is greater. (e) Vessel liability. When contract performance involves use of vessels, the Contractor shall provide, vessel collision liability and protection and indemnity liability insurance as determined by the Government. (End of clause) 1352.237-71 Security Processing Requirements-Low Risk Contracts (Apr 2010) (a) Investigative Requirements for Low Risk Contracts. All contractor (and subcontractor) personnel proposed to be employed under a Low Risk contract shall undergo security processing by the Department's Office of Security before being eligible to work on the premises of any Department of Commerce owned, leased, or controlled facility in the United States or overseas, or to obtain access to a Department of Commerce IT system. All Department of Commerce security processing pertinent to this contract will be conducted at no cost to the contractor. (b) Investigative requirements for Non-IT Service Contracts are: (1) Contracts more than 180 days-National Agency Check and Inquiries (NACI). (2) Contracts less than 180 days-Special Agency Check (SAC). (c) Investigative requirements for IT Service Contracts are: (1) Contracts more than 180 days-National Agency Check and Inquiries (NACI). (2) Contracts less than 180 days-National Agency Check and Inquiries (NACI). (d) In addition to the investigations noted above, non-U.S. citizens must have a background check that includes an Immigration and Customs Enforcement agency check. (e) Additional Requirements for Foreign Nationals (Non-U.S. Citizens). Non-U.S. citizens (lawful permanent residents) to be employed under this contract within the United States must have: (1) Official legal status in the United States; (2) Continuously resided in the United States for the last two years; and (3) Obtained advance approval from the servicing Security Officer in consultation with the Office of Security headquarters. (f) DOC Security Processing Requirements for Low Risk Non-IT Service Contracts. Processing requirements for Low Risk non-IT Service Contracts are as follows: (1) Processing of a NACI is required for all contract employees employed in Low Risk non-IT service contracts for more than 180 days. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. The contract employee must also complete fingerprinting. (2) Contract employees employed in Low Risk non-IT service contracts for less than 180 days require processing of Form OFI-86C Special Agreement Check (SAC), to be processed. The Sponsor will forward a completed Form OFI-86C, FD-258, Fingerprint Chart, and Credit Release Authorization to the servicing Security Officer, who will send the investigative packet to the Office of Personnel Management for processing. (3) Any contract employee with a favorable SAC who remains on the contract over 180 days will be required to have a NACI conducted to continue working on the job site. (4) For Low Risk non-IT service contracts, the scope of the SAC will include checks of the Security/Suitability Investigations Index (SII), other agency files (INVA), Defense Clearance Investigations Index (DCII), FBI Fingerprint (FBIF), and the FBI Information Management Division (FBIN). (5) In addition, for those individuals who are not U.S. citizens (lawful permanent residents), the Sponsor may request a Customs Enforcement SAC on Form OFI-86C, by checking Block #7, Item I. In Block 13, the Sponsor should enter the employee's Alien Registration Receipt Card number to aid in verification. (6) Copies of the appropriate forms can be obtained from the Sponsor or the Office of Security. Upon receipt of the required forms, the Sponsor will forward the forms to the servicing Security Officer. The Security Officer will process the forms and advise the Sponsor and the Contracting Officer whether the contract employee can commence work prior to completion of the suitability determination based on the type of work and risk to the facility ( i.e., adequate controls and restrictions are in place). The Sponsor will notify the contractor of favorable or unfavorable findings of the suitability determinations. The Contracting Officer will notify the contractor of an approved contract start date. (g) Security Processing Requirements for Low Risk IT Service Contracts. Processing of a NACI is required for all contract employees employed under Low Risk IT service contracts. (1) Contract employees employed in all Low Risk IT service contracts will require a National Agency Check and Inquiries (NACI) to be processed. The Contracting Officer's Representative (COR) will invite the prospective contractor into e-QIP to complete the SF-85. Fingerprints and a Credit Release Authorization must be completed within three working days from start of work, and provided to the Servicing Security Officer, who will forward the investigative package to OPM. (2) For Low Risk IT service contracts, individuals who are not U.S. citizens (lawful permanent residents) must undergo a NACI that includes an agency check conducted by the Immigration and Customs Enforcement Service. The Sponsor must request the ICE check as a part of the NAC. (h) Notification of Disqualifying Information. If the Office of Security receives disqualifying information on a contract employee, the Sponsor and Contracting Officer will be notified. The Sponsor shall coordinate with the Contracting Officer for the immediate removal of the employee from duty requiring access to Departmental facilities or IT systems. Contract employees may be barred from working on the premises of a facility for any of the following reasons: (1) Conviction of a felony crime of violence or of a misdemeanor involving moral turpitude. (2) Falsification of information entered on security screening forms or of other documents submitted to the Department. (3) Improper conduct once performing on the contract, including criminal, infamous, dishonest, immoral, or notoriously disgraceful conduct or other conduct prejudicial to the Government regardless of whether the conduct was directly related to the contract. (4) Any behavior judged to pose a potential threat to Departmental information systems, personnel, property, or other assets. (i) Failure to comply with security processing requirements may result in termination of the contract or removal of contract employees from Department of Commerce facilities or denial of access to IT systems. (j) Access to National Security Information. Compliance with these requirements shall not be construed as providing a contract employee clearance to have access to national security information. (k) The contractor shall include the substance of this clause, including this paragraph, in all subcontracts. (End of clause) 1352.237-75 Key Personnel (Apr 2010) (a) The contractor shall assign to this contract the following key personnel: (Name) (Position Title) (Name) (Position Title) (b) The contractor shall obtain the consent of the Contracting Officer prior to making key personnel substitutions. Replacements for key personnel must possess qualifications equal to or exceeding the qualifications of the personnel being replaced, unless an exception is approved by the Contracting Officer. (c) Requests for changes in key personnel shall be submitted to the Contracting Officer at least 15 working days prior to making any permanent substitutions. The request should contain a detailed explanation of the circumstances necessitating the proposed substitutions, complete resumes for the proposed substitutes, and any additional information requested by the Contracting Officer. The Contracting Officer will notify the contractor within 10 working days after receipt of all required information of the decision on substitutions. The contract will be modified to reflect any approved changes. (End of clause) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (Mar 2012) (1) In accordance with Sections 543 and 544 of Public Law 112-55 Commerce, Justice, Science, and Related Agencies Appropriations Act 2012, Title V (General Provisions) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (a) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (b) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) The Offeror represents that, as of the date of this offer - (a) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (b) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreements with the authority responsible for collecting the tax liability. ___________________________________ _____________ Name and Title Date (End of provision) (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than Friday, at 5:00 p.m. Mountain Time on September 7, 2012. All quotes must be faxed or e-mailed to the attention of Marilyn Herrera. The fax number is (303) 497-6984 and e-mail address is Marilyn Herrera@noaa.gov. (XVI) Any questions regarding this solicitation should be directed to Marilyn Herrera, Purchasing Agent, and at e-mail address Marilyn.Herrera@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/RA-133F-12-RQ-1129MH/listing.html)
 
Place of Performance
Address: Pacific Island region; reference the statement of work for details., United States
 
Record
SN02853205-W 20120825/120824001451-2aa6f68f0b9ca3043a3ff505143250f0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.