Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
MODIFICATION

R -- WCF Security Support Services

Notice Date
7/30/2013
 
Notice Type
Modification/Amendment
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of the Treasury, Bureau of Engraving and Printing (BEP), Office of Acquisition, 14th & C Streets, S.W., Washington, District of Columbia, 20228
 
ZIP Code
20228
 
Solicitation Number
BEP-RFP-13-0232
 
Archive Date
9/13/2013
 
Point of Contact
Marissa Wright,
 
E-Mail Address
marissa.wright@bep.gov
(marissa.wright@bep.gov)
 
Small Business Set-Aside
HUBZone
 
Description
Solicitation Number: BEP-RFP-13-0232 Notice Type: Combined Synopsis/Solicitation OVERVIEW This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6 and FAR Part 13.5, Test Program for Certain Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is BEP-RFP-13-0232 and is issued as Request for Proposal (RFP). Under this requirement, the Bureau of Engraving and Printing (BEP) intends to award a commercial, Firm Fixed Price (FFP) contract. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 including amendments effective May 18, 2012. This requirement is a 100% set aside for HUBZONE small businesses under NAICS code 561210 - Facilities Support Services. Only qualified Offerors may submit responses. The small business size standard is $19,000,000.00. NOTICE TO OFFERORS 1. ALL PROPOSALS ARE DUE BY 12:00 P.M. EASTERN TIME ON 29 AUGUST 2013. SUBMISSIONS SHALL BE MADE VIA HARD COPY TO: BUREAU OF ENGRAVING & PRINTING 301 14TH STREET SW, Room 708 WASHINGTON, DC 20228 ATTN: MARISSA WRIGHT, (202)874-0861 2. SITE VISIT In support of the referenced Request for Proposal (RFP), the Bureau of Engraving & Printing (BEP) will host a site visit which will be held as follows: Date & Time: Tuesday, 13 AUGUST 2013 AT 11:00 AM CST. Prospective contractors should arrive at the Processing Center at which time they will be given instructions on how to access the BEP and will be escorted to the meeting room. The site visit will start promptly at 11:30am and will take approximately 1.5 hours. Location of Site Visit: Bureau of Engraving and Printing - Western Currency Facility 9000 Blue Mound Rd. Fort Worth, TX 76131 Security: Perspective contractors will need to process through security once they arrive at the facility. Government issued photo ID will be required to gain access into the facility. Please plan to arrive at the facility at least thirty minutes before the conference to allow for the security process. Contractors are required to notify Marissa Wright via email at Marissa.wright@bep.gov, with the names of the individuals who will attend the site visit. Notification must be sent prior to the visit by COB 07 August 2013. 3. ALL QUESTIONS REGARDING THIS SOLICITATION ARE DUE BY 1:00 P.M. EST, ON 19 AUGUST 2013 TO MARISSA.WRIGHT@BEP.GOV.   TABLE OF CONTENTS Standard Form 1449 Pricing Schedule Section B - Supplies or Services and prices Section C - Description/Specification Performance Work Statement Annual Work Load Estimates Section F - Deliveries or Performance Section G - Contract Administration Data Section H - Special Contract Requirements Section I - Contract Clauses Section J - List of Documents Section L - Instructions, conditions, and notice to bidders Section M - Evaluation Criteria   Section B SCHEDULE OF SUPPLIES OR SERVICES AND PRICES SCHEDULE OF SERVICES AND PRICES : FIRM-FIXED DESCRIPTION PRICE CLIN -0001 Base requirement for WCF Security Support Services As specified in the attached Performance Work Statement Period of Performance: November 1, 2013 through September 30, 2014 _________________ CLIN -0002 Option Period 1 for WCF Security Support Services as specified in the attached Performance Work Statement Period of Performance: October 1, 2014 through September 30, 2015 _________________ CLIN -0003 Option Period 2 for WCF Security Support Services as specified in the attached Performance Work Statement Period of Performance: October 1, 2015 through September 30, 2016 _________________ CLIN-0004 Option Period 3 for WCF Security Support Services as specified in the attached Performance Work Statement Period of Performance: October 1, 2016 through September 30, 2017 _________________ CLIN -0005 Option Period 4 for WCF Security Support Services as specified in the attached Performance Work Statement Period of Performance: October 1, 2017 through September 30, 2018 _________________ CLIN-0006 Base Option for Weekend Currency Destruction Work Detail ** _________________ CLIN-0007 Period 1 Option for Weekend Currency Destruction Work Detail ** _________________ CLIN-0008 Period 2 Option for Weekend Currency Destruction Work Detail ** _________________ CLIN-0009 Period 3 Option for Weekend Currency Destruction Work Detail ** _________________ CLIN-0010 Period 4 Option for Weekend Currency Destruction Work Detail ** _________________ ** Weekend Currency Destruction Work Detail will be required on an as needed basis. The detail normally consists of two (2) individuals working a matching 8 hour shift. This is done infrequently; however this is subject to change and may become more frequent based on the BEP's requirements. Pricing quoted on this schedule shall be for a single weekend currency destruction work detail with the understanding that it could be required multiple times during a 12 month period.   Section C - Description/Specification PERFORMANCE WORK STATEMENT (PWS) PART 1 1.0 GENERAL: This is a non-personal services contract to provide security support services. The Government shall not exercise any supervision or control over the contract service providers performing the services herein. Such contract service providers shall be accountable solely to the Contractor who in turn is responsible to the Government. The Contractor shall provide all personnel, equipment, supplies, tools, materials, supervision, and other items and non-personal services necessary to perform security support services as defined in this Performance Work Statement (PWS) except for those items specified as government furnished property (GFP). The Contractor shall perform to the standards defined herein this document. 1.1 BACKGROUND The mission of the Bureau of Engraving and Printing's (hereinafter "BEP" and/or "Bureau") Security Division is to provide continuous protection of BEP property and to safeguard its employees, visitors, and tourists by controlling, screening, and monitoring access to all BEP property. In addition, BEP's Security Division provides security support to all BEP components by implementing and enforcing applicable security policies, procedures, standards and regulations. BEP's Western Currency Facility (hereinafter "WCF") Security Division, located in Fort Worth, TX, is a component of the overall BEP Security Division. One of the primary responsibilities of the WCF Security Division is to permit only authorized individuals entry into the WCF. In support of this responsibility the WCF Security Division's Administrative Support Services staff produce and issue badges, ID cards and parking permits used in the WCF as well as perform other services (including currency destruction) in support of the WCF Security Division. 1.2 SCOPE OF WORK The Contractor shall provide administrative support services (hereinafter "Services") as defined in this PWS in support of BEP's WCF Security Division. The Contractor shall perform such Services in compliance and in accordance with any and all applicable Federal, State, and Local laws, regulations, codes, ordinances and conditions. In addition, the Contractor shall provide all Services in accordance with any and all BEP policies, procedures, guidelines and requirements. The Contractor shall perform such Services in order to meet the performance standards specified in Attachment D. An estimate of labor required for tasks can be found in Attachment E - Annual Workload Estimates. The Government makes clear that these are estimates are included as a point of reference and not exact calculations. 1.3 PLACE OF PERFORMANCE AND AVAILABILITY 1.3.1 Place of Performance: Services shall be performed at the following location; Bureau of Engraving and Printing - Western Currency Facility Security Division - Physical Security Branch 9000 Blue Mound Rd. Fort Worth, TX 76131 Tarrant County 1.3.2 Hours of Operation: The Contractor shall plan and schedule Services to be performed Monday through Friday during the following Hours of Operation except Federal Holidays, at the designated locations below; a) Processing Center 5:00AM to 4:00 PM b) Badge Room 6:00 AM to 4:00 PM c) Currency Destruction Detail between 7:00 AM and 7:00 PM d) Currency Destruction Detail between 7:00 AM and 7:00 PM (Weekends as needed) Contractor provides partial support during Year-End Shutdown. The Contracting Officer Representative (hereinafter "COR") will provide the Contractor with a schedule of expected hours of operation. 1.3.4 Year-End Shutdown: The WCF normally shuts down production during the week between December 25th and January 1st. However, a small workforce will be required to work during this period, unless otherwise notified by the COR. 1.3.5 WCF Closure/ Delay: Extreme weather conditions, natural or man-made disasters, acts of God, or other such national emergencies may warrant the closure or delay in opening of the WCF. The COR or designated representative will inform the Contractor of such occurrences. In the event the Government is unable to contact the Contractor, the Contractor shall follow the established WCF procedures for such occurrences. 1.3.6 Emergency Situations: The Contractor shall maintain the capability to respond to emergency situations with qualified personnel and equipment for an extended schedule or on a curtailed basis, as deemed necessary by the emergency. The COR or designated representative will provide instructions for such requirements. 1.3.7 Drills and Emergency Exercises: The Contractor shall participate in BEP fire drills or other mandatory emergency and safety training exercises or classes. 1.3.8 Overtime: The Contractor may be required to provide personnel on weekends, and other times outside of the Hours of Operation described in Section 1.3.2 above. If such a need arises, the COR or designated representative will notify, in writing, the Contractor prior to the requirement. The Contractor will also be informed of the number of hours, size of workforce and tasks being requested. 1.4 CONTRACTOR PERSONNEL 1.4.1 Qualifications: Contractor personnel shall be competent, dependable and qualified personnel to perform all work specified within this PWS. In addition, possess the working knowledge of how to operate specialized equipment or software such as ID WORKS, MS Picture IT and the ability to operate x-ray and photographic equipment. 1.4.1.1 Off-site Program Manager. The Contractor shall provide to the Contracting Officer (hereinafter "CO") the name or names of the responsible off-site program manager or alternate manager(s) authorized to act on the behalf of the Contractor for all matters relating to this contract to include the full legal authority to commit to a decision and bind the Contractor for matters pertaining to this contract. The name(s) of these individuals shall be designated in writing to the CO within ten (10) calendar days of contract award. 1.4.1.2 On-site Supervisor. The Contractor shall provide to the CO and COR the name or names of the responsible site supervisor and alternate(s) authorized to act on behalf of the off-site program manager. The on-site supervisor or alternate(s) shall have full legal authority to act for the Contractor on all matters pertaining to the daily operation of this contract. The on-site supervisor or alternate(s) shall be available on-site during Hours of Operation and available to be contacted after Hours of Operation to resolve any issues or problems the Government may encounter. 1.4.2 Conduct: Contractor personnel shall not, at any time during the contract period, represent themselves as employees or agents of the U.S. Government. Contractor personnel shall conduct themselves at all times in a proper, professional, friendly, efficient, courteous, businesslike manner, and are subject to the same rules and regulations as BEP employees. 1.4.3 Dress/Appearance: Contractor personnel shall dress in professional attire. Attire shall be maintained in good repair and kept clean. In addition, Contractor personnel shall present a neat and well groomed appearance at all times while performing their duties at the WCF. Identification name tags, both Government and Contractor provided, shall be worn above the waist, clearly visible, and front forward at all times while at WCF. The Government reserves the right to establish a uniform requirement. 1.4.4 English Language Requirement: Contractor personnel shall be able to read, understand, speak and write English fluently. 1.4.5 Citizenship: Contractor personnel shall be U.S. citizens. 1.4.6 Training: The Contractor shall ensure that all personnel have been properly trained, certified, or licensed as required to perform all Services as required by this PWS. Training includes but is not limited to; a) X-Ray Machine Basic Training, to be provided as a part of the transition b) Visitor Access Request (VAR), to be provided as a part of the transition c) Security Management System (SMS) or upgraded software, to be provided as a part of the transition d) Personal Identity Verification (PIV) Registar and Issuer Roles, provided by BEP after contract award e) Badge Room Procedures, to be provided as a part of the transition f) Processing Center Procedures, to be provided as a part of the transition g) Destruction Training, to be provided as a part of the transition h) Information Technology Security, provided by BEP after contract award i) Operational Security Training, provided by BEP after contract award j) Safety/Environmental Protection Training, provided by BEP after contract award k) Sexual Harassment Training and Threats and Violence in the Workplace Training, provided by the Contractor prior to personnel working onsite. The Contractor shall develop and establish a training plan to ensure personnel are properly trained, certified, or licensed throughout the life of the contract. 1.4.7 Drug Free Workplace/Drug Testing: The Contractor shall have an established drug-free workplace program and conduct random drug testing annually on all Contractor personnel performing under this contract. 1.5 RECORDS AND REPORTS The Contractor shall develop, prepare, and maintain management operations, and maintenance records and reports. Upon request, the Government representative will have access at all times to all records and reports during normal working hours. All records and reports shall remain the property of the Government and shall be turned over to the COR or designated representative immediately upon contract termination or completion. Any record, reports, documents, or submittals related to the contract shall not be disposed of or taken offsite for any reason. 1.5.1 Records: The Contractor shall maintain records throughout the life of the contract in accordance with FAR 4.7, Contractor Records Retention. 1.5.2 Reports: The Contractor shall use Government provided forms for reporting purposes. The Contractor shall maintain copies of all submitted reports and forms throughout the life of the contract. When requested by the COR, Contractor shall provide copies of previously submitted reports and forms to the COR or designated representative within the designated timeframe. Proposed changes to forms shall be submitted to the COR or designated representative for consideration and approval. When a due date falls on a Saturday or Sunday, the report shall be due by 7:30 a.m. the following Monday, or 7:30 a.m. on the first normal workday following a holiday unless otherwise specified by the CO 1.6 ENVIRONMENTAL CONTROL The Contractor shall comply with all applicable Federal, State, and Local laws, regulations, and rules and BEP policies and procedures covering environmental control. 1.7 SAFETY REQUIREMENTS 1.7.1 General: The Contractor shall comply with the provisions of the Occupational Safety and Health Act of 1970, as amended (OSHA) and any other applicable laws and regulations and BEP policies and procedures to ensure the safety and health of Contractor personnel and other persons at the work site. The Contractor shall take any other precautions necessary to protect all persons against injury at the work site and shall be held responsible for all damages to persons and property that occur as a result of Contractor personnel fault or negligence in performing the work under this effort. 1.7.2 Accidents: The Contractor shall immediately report to the COR or designated representative, all accidents including but not limited to those resulting in death, personal injury, trauma, occupational disease or hazardous exposure. The Contractor shall complete any forms required to document accidents based on the direction of the COR or designated representative. 1.8 TRANSITION 1.8.1 Phase-In: In order to ensure the smooth transition from one contractor to another and to prevent possible decreases in productivity or service quality, the incoming Contractor should utilize the right of first refusal to the extent possible for incumbent contractor employees. The incumbent contractor will provide two (2) weeks of training in order to orient and train the incoming Contractor. During this Phase-In transition period, the Contractor shall become familiar with the contract and performance requirements in order to commence full performance once this Phase-in transition period is completed. All work covered by this contract, and started but not completed by the Government or previous contractor as of the end of this Phase-In transition period, shall become the complete responsibility of the Contractor. 1.8.2 Transition Plan: To ensure the successful transition of services and orientation to succeeding contractor(s) the Contractor shall submit a Transition Plan ten (10) calendar days after contract award. The initial submission shall address in sufficient detail the Contractor's methodology, resources, and other related details concerning the Phase-In period of transition. The Contractor shall provide an updated Transition Plan to the COR forty-five (45) days after contract award to include; the specific approach, processes, methods, techniques and manpower that will be employed concerning the Phase-Out period of transition, the subjects to be discussed, documentation and items to be transferred, lessons learned. The Contractor shall update the Transition Plan annually thereafter. 1.8.2 Phase Out: The Contractor may be replaced by a succeeding contractor in the performance of the work contemplated by this contract. In such a case, the Contractor shall provide two (2) weeks of training and orientation services to the succeeding contractor. The Contractor shall cooperate fully with BEP and the succeeding contractor to effect an orderly, efficient and successful Phase-Out transition period. During this Phase-Out transition period, the Contractor shall make available to the incoming contractor its personnel, provide the training and conduct documentation, material, equipment, and tools transfers as described in the Transition Plan. In addition, an inventory shall be conducted jointly with between the Government, Contractor and representatives of the incoming contractor to ensure an accurate transfer of items. 1.9 QUALITY 1.9.1 Quality Control Plan: The Contractor shall develop and implement a Quality Control Plan (hereinafter "QCP") thirty (30) days after contract award. The basic principal of the QCP is that the Contractor is responsible for ensuring that all work under the contact is of the quality to meet the contract requirements and performance standards stated herein. In addition, document how the Contractor will implement procedures to identify, prevent, correct and ensure non-recurrence of defective services, to monitor and manage the necessary quality control actions in order to achieve the quality standards set forth by this contract and to ensure services are performed in accordance with all applicable Federal, State, and Local laws and regulations and BEP policies and procedures. All methods, procedures, and forms shall support this concept. The Contractor shall update the QCP annually. 1.10 QUALITY ASSURANCE The Government will perform quality assurance of the Contractor's performance under this PWS using the methods of surveillance/monitoring specified in the Quality Assurance Surveillance Plan (hereinafter "QASP"), Attachment A. PART 2 GOVERNMENT-FURNISHED PROPERTY, INFORMATION, WORKSPACE & SERVICES 2.1 GOVERNMENT-FURNISHED PROPERTY (HEREINAFTER "GFP") AND INFORMATION: The Government will furnish the property listed in Attachment C of this document and information listed in Part 5 of this document. 2.2 GOVERNMENT-FURNISHED WORKSPACE The Government will provide the following workspace: 2.2.1 Badge Room (19'6" x 9'6"), work area and there are no cubicles. 2.2.2 Processing Center (9'5" x 12'9"), work area and there are no cubicles. 2.3 GOVERNMENT-FURNISHED SERVICES 2.5.1 Utilities: The Government will furnish all utilities in support of this effort. 2.5.2 Telephone Services: The Government will furnish local telephone service for Government official business calls only. The Contractor may install at its own expense independent local and long distance telephone service for Contractor business and personnel personal calls. 2.5.3 E-Mail Account: The Government will provide Contractor personnel with e-mail account(s) as deemed necessary by the COR. 2.5.4 Custodial Service: The Government will furnish custodial service in support of this effort. 2.5.5 Parking: The Government will provide parking for Contractor personnel working on-site at the WCF. 2.5.6 Training: The Government will provide the specified training outlined in Section 1.4.6 of this document. 2.4 USE OF GOVERNMENT-FURNISHED PROPERTY, WORKSPACE AND INFORMATION: The Contractor shall not use Government-Furnished Property (GFP), Workspace or Information for any purpose other than those described in this contract. GFP shall not be removed from the WCF without written approval of the CO. 2.5 DAMAGE AND REPAIR: The Contractor shall be responsible for all damages to GFP and Government-Furnished Workspace caused by negligence of the Contractor or their subcontractors during contract performance. The Contractor shall be liable for all costs associated with the repair or replacement of GFP and Government-Furnished Workspace damaged through such acts. PART 3 CONTRACTOR FURNISHED ITEMS, RESPONSIBILITIES & SERVICES 3.1 GENERAL 3.1.1 With exception of the items specifically identified as "Government-Furnished" in Part 2 of this document, the Contractor shall furnish at it's own expense all facilities equipment, materials, supplies and services to perform the Services specified in this contract. 3.1.2 The Contractor shall adhere to prescribed BEP controls and security policies and procedures and shall comply with all required security, product accountability, and internal controls. In addition, the Contractor is responsible for providing a Contractor identification name tag for personnel performing under this PWS. 3.1.3 The Contractor shall be responsible for hiring, training, administering, and supervising the workforce necessary to perform the Services as specified herein. 3.1.4 The Contractor shall be responsible for maintaining satisfactory standards of personnel competency, conduct, appearance and integrity and shall be responsible for taking such disciplinary action with respect to their personnel as may be necessary. 3.1.5 The Contractor shall be responsible for ensuring there is sufficient number of personnel to perform the Services. This means the Contractor has a sufficient number of capable, trained, and qualified individuals at all times during the Hours of Operation specified in Part 1 Section 1.3.2 of this document to perform the Services throughout the performance of this effort. This also includes any additional support needed to respond to overtime, emergency conditions or instances requiring additional expertise. 3.1.6 The Contractor shall plan, organize, prioritize, and manage assigned duties in order to meet deadline and duty requirements and shall ensure a timely completion of assignments. 3.2 MANAGEMENT PLAN: The Contractor shall develop and establish a management plan to address the Contractor's plan for managing and performing the Services described herein. This plan shall be in addition to and connect to the Contractor's Performance Plan provided to the Government. PART 4 SPECIFIC TASKS 4.1 BADGE ROOM TASKS - Badge Room tasks include but are not limited to; 4.1.1 Operating and staffing BEP's Badge Room during Hours of Operation and at any time overtime hours are required. 4.1.2 Processing Access Badge Requests Forms: a) Receiving, reviewing and processing access badge request forms and associated documentation. b) Ensuring that the access badge request forms are properly completed and approved for badge issuance. 4.1.3 Processing HSPD-12 (Homeland Security Presidential Directive 12 - HSPD-12) Personal Identity Verification (hereinafter "PIV") Badge forms: Receiving, reviewing and processing PIV badge forms and associated documentation. Completing the issuer's portion of the PIV badge form after ID verification (registrar) has been accomplished. What is a Registrar? The HSPD-12 Registrar is responsible for identity-proofing the Applicant and enrolling them at an Enrollment Station. Generally, the Registrar is a GSA MSO supplied Registrar, but may be a USDA supplied Registrar at USDA leased Enrollment Stations. Becoming a Registrar All Registrars must complete the HSPD-12 Registrar training, be certified and designated by a Role Admin, be sponsored and issued a LincPass before beginning HSPD-12 responsibilities. Registrar Responsibilities • Manage the schedule for enrollment workstations in case of scheduling conflicts • Verify the sponsorship information with the Applicant • Verify and scan the Applicant's two identity source (I-9) documents • Capture the Applicant's facial image in the system via a digital photograph • Capture ten rolled fingerprints into the system • Flag any issues during enrollment What is an Issuer/Activator? The HSPD-12 Issuer/Activator is responsible for receiving the credential from the card printing facility and securely storing it, handing the credential to the applicant, and providing activation assistance to the Applicant if required. In many cases, the Issuer/Activator is also a Registrar and mainly staffed by GSA MSO Registrars. Becoming an Issuer/Activator All Issuer/Activators must complete the web-based HSPD-12 Issuance/Activator training, be certified and designated by a Role Admin, be sponsored and issued a LincPass before beginning HSPD-12 responsibilities. Issuer/Activator Responsibilities • Receive the credential from the card printing facility and securely store it • Issue the credential to the individual after verifying their ID. • Retrieve the credential if activation fails and note the reason for the failed activation. • Provide activation assistance to the Applicant (if necessary). • Perform Attended Activations for Applicants without fingerprints or who encounter Unattended Activation issues. 4.1.4 Processing ID Card forms: a) Receiving, reviewing and processing ID card forms (e.g. retirement ID Cards) and associated documentation. b) Ensuring that ID card forms are properly completed and approved for ID card issuance. 4.1.4 Producing Badges/IDs: Producing the required access and PIV badges and ID cards and ensuring that all badges and ID cards include the required information. Any badge or ID card produced that is unusable for any reason will be annotated on the appropriate log and returned to the COR at the end of the week. 4.1.5 Issuing Badges/IDs: a) Issuing access and PIV badges to individuals who have completed the appropriate access forms and have been approved by a representative of the BEP Physical Security Branch. Identity of the individual will be verified utilizing two (2) forms of government identification (e.g. City, State, Federal) before issuing a badge. The Contractor shall recognize authorized forms of identification listed in U.S. Identification Manual and/or PIV list of acceptable documents. b) Issuing retirement ID cards to individuals who submit the appropriate form approved by a representative from Human Resources. 4.1.6 Updating and Maintaining Records, Databases, Logs: a) Filing, updating and maintaining records, databases and logs (e.g. badge expirations, completed PIV forms, security clearance updates, parking permits, issued badges etc.) deemed necessary by the Government in a manner that is consistent, organized and readily available upon request. b) Maintaining data fields in a manner that is consistent so that fields are populated with no more than one variation of the same text. 4.1.7 Issuing Parking Permits: a) Issuing parking permits to BEP employees, contractors and other eligible and authorized individuals according to BEP regulations and procedures. b) Maintaining a record of each permit issued. 4.1.9 Providing various reports such as a weekly badge report accounting for all badges issued and every blank badge not issued during the week's activity. 4.1.10 Badge and Parking Permit Accountability: The Contractor shall be accountable for blank access, PIV badges, and parking permit, which are sequentially numbered, provided by the Government. Safeguarding and accounting for all badges by showing in some manner the blank cards received from the Government, blanks on hand, cards issued, damaged, or returned. 4.2 PROCESSING CENTER TASKS - Processing Center (hereinafter "PC") tasks include but are not limited to; 4.2.1 Operating and staffing BEP's PC during Hours of Operation and at any time overtime hours are required. 4.2.2 Receiving visitors: The Contractor shall be the primary point of contact for visitors, employees, contractors, armored carriers, and delivery personnel who are processed through the PC prior to entering the WCF. The Contractor shall only allow authorized individuals entry into the WCF. 4.2.3 Controlling Visitor Access: All individuals shall be processed according to WCF regulations and procedures using the Visitor Access Request Form (hereinafter "VAR"). All visitors must be entered into the VAR by authorized personnel. A visitor request form may be used if VAR entry cannot be made by authorized personnel. In such cases, the visitor request form shall be approved by Security Division personnel prior to access being granted. 4.2.4 Issuing Temporary Identification Badges to those individuals authorized and approved to receive them. 4.3 ADMINISTRATIVE SUPPORT TASKS - Administrative support tasks include but are not limited to; 4.3.1 Generating reports on badge usage, parking permits, PIV, security clearances and other such reports as requested. 4.3.2 Performing general duties such as typing forms and documents, completing any other written communications and reports, signing for mail, picking up and distributing mail, filing documents and reports, and answering phones. 4.3.3 Serving as an escort for armored carriers, contractors, and visitors entering the WCF in areas that are not restricted as high security. The Contractor shall remain with the individuals requiring escort from the time they enter the WCF main building until they depart, or until the individual(s) receive a badge that does not require an escort. In the instance that a Contractor does not have the appropriate clearance to serve as an escort into unauthorized areas of the WCF, the Contractor shall contact an appropriate individual and request assistance in providing the escort. 4.3.4 Designing badges using various graphic design software and tools resulting in the desired results requested by the Security Division Manager. The Government may provide a sketch or drawing of a new design that is to be established using the badge design software. All designed badges shall be submitted to the Security Division Manager through the Physical Security Branch Manager for approval. 4.3.5 Backing-up the badge database by confirming with integrated security system contractors that the database containing badge records is being backed up weekly and advises the Government if such backup is not accomplished. 4.3.6 Screening incoming mail: a) Receiving mail and small parcels delivered by the US Postal Service or other delivery organizations to the PC. b) Screening all mail and small parcels using an X-ray machine or other screening devices that may be implemented in the future. 4.3.7 Performing destruction detail by providing assistance in the destruction of unfit currency notes/sheets and currency printing plates in accordance with established BEP procedures. The destruction process involves placing unfit currency notes/sheets on a conveyor belt, and placing unfit plates into a shredding machine. This is a physically demanding task that requires an individual capable of performing in such an environment for considerable lengths of time. Personnel must be capable of lifting 50 lbs or more. Hearing protection and steel toed shoes are required in performance of the destruction detail. In performance of this subtask the Contractor shall adhere to OSHA Occupational Noise Exposure Regulation 1910.95. PART 5 MANDATORY PUBLICATIONS AND FORMS 5.1 MANDATORY PUBLICATIONS AND FORMS: The Contractor shall comply with the below listed mandatory publications and forms as amended, supplemented or superseded. The Contractor shall perform in accordance with all terms and specifications of these publications and forms as if they were incorporated in this contract in their entirety. Publication/ Form No. Title/ Subject Date US Codes, Federal, State & Local Regulations Title 29 CFR OSHA Code of Federal Requirements N/A Title 40 CFR Environmental Protection Regulations N/A Title 42 CFR - Chapter 116 Emergency Planning & Community Right-to-Know Act (EPCRA) 1986 Title 42 CFR - Chapter 132 Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) 1980 Title 42 CFR - Chapter 86 Resource Conservation and Recovery Act (RCRA) 1976 HSPD-12 Homeland Security Presidential Directive HSPD-12 2004 N/A National Environmental Policy Act (NEPA) 1969 Title 4 CFR - Chapter 6 Federal Insecticide, Fungicide, and Rodenticide Act (FIFRA) 1972 29 CFR 1910.95 OSHA Occupational Noise Exposure N/A BEP Policies & Procedures 10-08.35 Manual IT Security Policy and Procedures 2007 028298 - Manual US Identification Manual N/A 60-40.4 BEP Federal Drug Free Workplace Manual N/A 75.00 SYS FW Series WCF Environmental Management System (EMS) Plan N/A Circular 71-00.29 Visitor Access Control Procedures 19-Oct-06 71-00 Manual Suspension of Access 1-Mar-12 Circular 71-00.65 Custody and Control of Security Items 27-Oct-05 71-00 Manual Escort 1-Mar-12 Circular 71-00.70 Contractor Escort in Admin/Common Areas of the Bureau 13-Oct-06 Circular 70-04.5 BEP Cellular Phone policy 14-Sept-08 71-00 BEP Security Manual 1-Mar-12 71-00 Badging 1-Mar-12 N/A Processing Center Procedures N/A N/A Badge Room Procedures N/A BEP Forms BEP Form 2685 BEP Form 2685 - Notification of Suitability N/A BEP Form 9286, BEP Form 9286, Temporary Pass Non-Bureau Vehicle N/A BEP Form 9310 BEP Form 9310, Temporary Badge Issue N/A N/A Handicap Parking Permit Request Form N/A N/A Badge and Area Access Authorization Form N/A N/A Personal Identity Verification (PIV) Form N/A N/A Visitor Access Request (VAR) Form N/A N/A Parking Permit Request Form N/A N/A Parking Permit Replacement Request Form N/A N/A Card Holder Information Form N/A N/A Retirement ID Card (blank) N/A Supplements or amendments to listed publications or forms as well as new publications and forms from any organizational level maybe issued during the life of the Contract. The Contractor shall immediately implement those changes that result in a decrease or no change in the Contract price and notify the CO in writing of such change. Should a decrease in Contract price result, the Contractor shall provide a proposal for a reduction in the Contract price to the CO. Before implementing any change that will result in an increase in Contract price, the Contractor shall submit to the CO a price proposal within thirty (30) calendar days following receipt of the change by the Contractor. The CO and the Contractor shall negotiate the change into the contract under the provisions of this contract. PART 6 SECURITY REQUIREMENTS 6.1 GENERAL 6.1.1 General: This contract requires Contractor/subcontractor employees to work onsite at BEP's WCF. Contractor employees are required to comply with all security procedures and follow instructions from Police and Security personnel. In the event conflicts arise between Police/Security instructions and the contract, Police/Security instructions will take precedence. Contractor employees experiencing conflicts with instructions must contact the COR immediately to resolve the conflict before performing work that would result in a contract change or incur additional costs for the Government. While on BEP properties Contractor employees are subject to the same standards that govern BEP employees conduct. Contractor employees are expected to know and follow BEP facility visitor access and escort policies requirements at all times. A failure to follow security policies and instructions may result in a citation being issued for a security violation and/or access authorization being withdrawn. 6.1.2 Denial of Employee Entry: The Bureau may deny any person access to its facility that is identified as a threat to the health, safety, security, general order and well being, or operational mission of the Bureau and/or its employees. This denial will not relieve the Contractor of its responsibilities under the terms and conditions of this contract. 6.1.3 Impaired Employee: Contractor employees or subcontractor employees determined to be impaired by the supervisor or COR or otherwise unable to perform the full range of duties and responsibilities of their position shall be relieved from the work assignment and replaced. 6.1.4 Access Badges: Contractor personnel shall retain a Government issued access badge and shall present it upon request by any Government employee. The Contractor shall return access badges to the COR or designated representative upon contract termination or termination/resignation of an employee. The badge will be worn in accordance with BEP's Security Manual. 6.1.5 Citizenship: No employee or representative of the Contractor shall be admitted to the site of work unless satisfactory proof of U.S. citizenship is furnished to BEP's Personnel Security Branch as a part of the background security investigation. 6.1.6 Breach of Security: Contractor personnel taking any action that does not comply with the rules, regulations, or guidelines set forth in BEP's Security Manual, or leads to a breach of security, shall be considered a security violation. Neither the Contractor nor any of its employees shall disseminate, or disclose any information concerning the operations and activities of the WCF and its tenants, that could result in or increase the likelihood of a breach of the facility's perimeter, internal security, information technology security, or interrupt the continuity of its operations. The Government reserves the right to seek from the Contractor costs incurred by the Government to mitigate damages resulting from any breach of security by Contractor personnel. 6.1.7 Classified and Sensitive Information: Disclosure of information relating to the services hereunder to any person not entitled to receive it or failure to safeguard any restricted or classified information that may come to the knowledge of the Contractor or any person under his/her control in connection with work under this Contract, and failure to observe the BEP guidelines pertaining to classified and sensitive information, may subject the Contractor, his/her agents and/or employees to criminal liability under Title 18 United States Code (U.S.C.), Sections 793 and 798. 6.1.8 Comments or Complaints: For all inquiries, comments or complaints arising from any matter observed, experienced, or learned as a result of or in connection with the performance of this contract, the resolution may require the dissemination of official information, the Contractor shall notify the COR or designated representative. 6.1.9 Safeguarding Information: The Contractor shall have the responsibility for safeguarding the information and records (regardless of media) from being revealed, compromised, altered, destroyed, mutilated, damaged, or lost. See Title 18 U.S.C. 2071 for penalties arising from the destruction of official government records. 6.1.10 Securing Facilities: The Contractor shall secure the Government facilities at any time the facility is not occupied to protect its contents and information. In the event the Contractor finds an area or facility under their control that is not secure, they must notify BEP's Physical Security Branch or Police Command Center immediately. Failure to comply with facility security requirements may require the Government to conduct an investigation to determine if the facility and its contents to include information were compromised. The Contractor shall be responsible for the Government's labor cost of the investigator and investigator's assistants. The Government labor cost is calculated from the employee's basic pay, plus benefits and overhead. 6.1.11 Rules and Regulations: The Contractor's on-site supervisor or designated alternate(s) shall be responsible for providing, to the employees, detailed instruction of the rules and regulations related to WCF operations specified in this contract. The Contractor shall comply with all applicable Privacy Act regulations governing personal, sensitive and confidential information. The Contractor shall inform its employees of any changes to rules and regulations during the duration of the contract and shall ensure that employees understand and adhere to changes upon implementation. 6.2 SECURITY ACCESS GENERAL REQUIREMENTS FOR CONTRACTOR EMPLOYEES 6.2.1 Contractor and Subcontractor employees requiring access to the BEP shall be subject to a background investigation and favorable adjudication. They must also be "identity proofed" in accordance with Homeland Security Presidential Directive 12 (HSPD 12). Personal identity verification will be performed before assignment to perform work under the contract. All positions under the contract will be assigned a "position sensitivity level." Position sensitivity levels range from HIGH RISK to LOW RISK. Position sensitivity levels are determined based on access to currency manufacturing areas and processes required by the position. The BEP COR will coordinate with the BEP Security Division to determine appropriate position sensitivity levels. Upon contract award the Contractor shall furnish the BEP COR a list of persons under employment consideration, to include the full legal name, SSN, date, city, state and country of birth. BEP's Personnel Security Branch will establish an electronic profile of the individual within the Electronic Questionnaires for Investigative Processing system (hereinafter "e-QIP") and provide a packet with instructions and additional forms that must be returned to the BEP Personnel Security Branch. A postage paid envelope will be provided for return of the forms. After all initial security processing has been completed the contract employee will be granted an exchange access badge and begin the process of PIV by providing certified copy of birth certificate, passport or Certificate of Citizenship (to prove citizenship status) and two (2) forms of identification as outlined in Form I 9 "List of acceptable documents." NOTE: One ID must be a Federal, State or Local government picture ID). Once completed the contract employee will be allowed to perform limited assignments pending completion of the background investigation and adjudication; however, the contract employee must be escorted in all facility areas and will not be granted access to sensitive systems. Interim access may be granted after receipt of fingerprint results. Once favorably adjudicated the COR will be notified and the contract employee will be brought back in to complete the PIV process and receive a BEP picture badge with level of access to the area of contract work. If the contract employee does not meet the requirements for a favorable determination for level of access required, the Contractor shall replace him/her at no additional cost to the Government. 6.2.2 The Bureau reserves the right to deny access to its facilities and security systems, in accordance with adjudicative guidelines set forth in Executive Order 10450, its amendments, and any applicable supplemental directives (in particular, Title 5, Code of Federal Regulations, Section 731), to any individual about whom an adverse suitability determination is made. Failure to submit the required security package or to truthfully answer all questions shall constitute grounds for denial of access clearance. The Contractor shall not provide access to employees, until the BEP Security Division, provides written access clearance through the COR. 6.2.3 The Contractor is responsible for reporting adverse information (i.e., arrests, bankruptcy, etc.) that may affect the employment suitability of their employees. This information shall be reported to the COR within five (5) days of the Contractor becoming aware of the situation. 6.2.4 Upon approval of the security access, the Contractor shall be given written confirmation from either the COR or the CO that the individual(s) have been cleared to work at BEP. 6.2.5 Contractor employees or subcontractor employees who have been cleared and are working on-site at BEP's facility will be subject to an annual criminal history check. The results of the annual criminal history check will be reviewed according to the same standards as the initial investigation conducted by the WCF Security Division. The annual criminal history checks will be utilized to identify potentially disqualifying suitability issues. Access to the Bureau's product or premises will be withdrawn if annual criminal history checks identify disqualifying suitability issues. Access to the Bureau's product or premises will be withdrawn if annual criminal history checks cannot be performed by BEP due to non-submission of the required information by Contractor employees. 6.2.6 The Contractor must provide the COR with names of potential new hires to replace an employee previously cleared to work at BEP with the full legal name, SSN, date, city, state and country of birth of each replacement hire. The COR or CO will notify the contractor in writing that an interim access clearance has been approved and the potential employee can be employed on this contract. The employee will be allowed to perform limited assignments; however, the employee must be escorted in all facility areas and will not be granted access to sensitive systems. If the employee does not meet the requirements for a favorable access determination for the risk level requested, the Contractor shall replace him/her at no additional cost to the Government. The COR or CO will notify the Contractor in writing that a final access has been approved and the potential employee will be issued an identification badge and allowed access to previously restricted areas. 6.2.7 Some of the work to be performed may require access to restricted data and classified National Security information, compartmentalized information, restricted physical areas, and classified systems. All individuals proposed by the Contractor to perform requirements involving such access must have the appropriate security clearances, as designated by the BEP, at the time that the specific tasking is initiated. These requirements will be identified on a case by case basis and discussed between the COR, CO and BEP Personnel Security Manager prior to the start of the assignment. The Contractor must show how these requirements will be met and the depth of corporate resources available to respond to ongoing requirements. 6.2.8 The Contractor shall exercise due diligence in pre-screening all employees for employment suitability prior to submission to BEP for agency access clearance. The Government will provide, after contract award, an example of the types of questions the Contractor may ask in screening potential employees. The questions are derived from the questionnaire Contractor employees will be required to complete online for initiating their agency access clearance. BEP will initiate the agency access procedure upon contract award for all direct labor employees where BEP facility access is necessary for performance under the contract. If a proposed Contractor employee or subcontractor employee is denied an agency access clearance or if for any reason a proposed application is withdrawn during the agency access clearance process, the contract price shall be reduced by $1,500 for each additional Critical Sensitive or High Risk background investigation BEP must conduct, $1,000 for each additional Moderate Risk background investigation and $500 for each additional Low Risk background investigation BEP must conduct. This subparagraph does not apply to JWOD contractors or non-profit entities. 6.2.9 If during the performance of the contract, a Contractor or subcontractor employee is replaced, BEP shall initiate an agency access clearance investigation for any replacement. If BEP denies an agency access clearance to a Contractor or subcontractor employee proposed as a replacement, the contract price shall be reduced as described in paragraph 6.2.8 above.   Section F - Deliveries or Performance F.1 Period of Performance The period of performance for this requirement shall be for a base period plus four(4) twelve (12) month option periods. Base Period - Date of Award through September 30, 2014 Option Year 1 - October 1, 2014 through September 30, 2015 Option Year 2 - October 1, 2015 through September 30, 2016 Option Year 3 - October 1, 2016 through September 30, 2017 Option Year 4 - October 1, 2017 through September 30, 2018 F.2 Place of Performance All work associated with this requirement shall be performed at the following address: Bureau of Engraving and Printing - Western Currency Facility 9000 Blue Mound Rd. Fort Worth, TX 76131 Section G - Contract Administration Data G.1 Contract Administration (a) This contract will be administered by: To be determined at time of award (b) Contracting Officer Representative - COR To be determined at time of award G.2 CONTRACTING OFFICER'S REPRESENTATIVE (COR) - RESPONSIBILITY FAR Subpart 1.602(d) A COR- (1) Shall be a Government employee, unless otherwise authorized in agency regulations; (2) Shall be certified and maintain certification in accordance with the current Office of Management and Budget memorandum on the Federal Acquisition Certification for Contracting Officer Representatives (FAC-COR) guidance, or for DoD, in accordance with the current applicable DoD policy guidance; (3) Shall be qualified by training and experience commensurate with the responsibilities to be delegated in accordance with agency procedures; (4) May not be delegated responsibility to perform functions that have been delegated under 42.202 to a contract administration office, but may be assigned some duties at 42.302 by the contracting officer; (5) Has no authority to make any commitments or changes that affect price, quality, quantity, delivery, or other terms and conditions of the contract; and (6) Shall be designated in writing, with copies furnished to the contractor and the contract administration office- (i) Specifying the extent of the COR's authority to act on behalf of the contracting officer; (ii) Identifying the limitations on the COR's authority; (iii) Specifying the period covered by the designation; (iv) Stating the authority is not redelegable; and (v) Stating that the COR may be personally liable for unauthorized acts. G.3 Invoice and Payment Provision All invoices shall be prepared in accordance with FAR 52.232-35, Prompt Payment (OCT 2003) and be submitted as instructed below: ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PAYMENT PLATFORM (IPP) The vendor is hereby permitted to invoice once per month. Payment requests must be submitted electronically through the U.S. Department of the Treasury's Invoice Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), "Payment documentation and process" and the applicable Prompt Payment clause included in this contract (see section I below). The IPP website address is: https://www.ipp.gov Under this contract, the following documents are required to be submitted as an attachment to the IPP invoices None The Contractor must use the IPP website to enroll, access, and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the CO. Section H - Special Contract Requirements H.1 Conduct of Work The personnel employed by the Contractor shall be capable employees qualified in this type of work. The contractor shall be responsible for all damage to BEP property by the activities of employees assigned to these operations. The Contract Officer may require removal from work on this contract any employee(s) that may be deemed incompetent, careless, insubordinate, unsuitable, or otherwise objectionable, or whose chose continued employment is deemed contrary to the public interest or inconsistent with the best interest of the security of the BEP. H.2 Security Requirements The contract requires Contractor/Sub-Contractor employees to work onsite at BEP's Western Currency Facility (WCF). Contractor employees are required to comply with all security procedures and follow instructions from Police and Security personnel. In the event conflicts arise between Police/Security instructions and the contract, Police/Security instructions will take precedence. Contractor employees experiencing conflicts with instructions must contact the COR immediately to resolve the conflict before performing work that would result in a contract change or incur additional costs for the government. While on Bureau properties contractor employees are subject to the same standards that govern Bureau employees conduct. Contractors are expected to know and follow Bureau facility visitor access and escort policies requirements at all times. A failure to follow security policies and instructions may result in a citation being issued for a security violation and/or access authorization being withdrawn. Security requirements for specific processes are identified below. a. Employee Behavior. (1) Conduct. Contract personnel shall not, at any time during the contract period, represent themselves as employees or agents of the U.S. Government. Contract personnel shall conduct themselves at all times in a proper, friendly, efficient, courteous, businesslike manner, and are subject to the same rules and regulations as BEP employees. See employee handbook "Conduct" section. (2) Dress. Contract personnel shall dress uniformly so as to identify the person as an employee of that contract. If the contract calls for uniform to be worn the name of the Contractor shall be prominently displayed on the wearer. (3) Drug Free Workplace. The Contractor shall be compliant with all aspects of a drug-free workplace as prescribed in FAR 52.223-6. (4) Impaired Employee. Any Contractor employee or sub Contractor employee determined to be impaired by the supervisor or COR or otherwise unable to perform the full range of duties and responsibilities of their position shall be relieved from the work assignment and replaced. b. Security (1) Securing Facilities. The Contractor shall secure the Government facilities at any time the facility is not occupied to protect its contents and information. In the event a contract employee finds an area or facility under their control that is not secure they must notify the Police Command Center immediately. Failure to comply with facility security requirements may require the Government to conduct an investigation to determine if the facility and its contents to include information were compromised. The Contractor shall be responsible for the Government's labor cost of the investigator and investigator's assistants. The Government labor cost is calculated from the employee's basic pay, plus benefits and overhead. (2) Denial of Employee Entry. The BEP may deny any person access to its facility that is identified as a threat or potential threat to the health, safety, security, general well being, general order or operational mission of the BEP and/or the BEP's employees. This denial will not relieve the Contractor of its responsibilities under the terms and conditions of this contract. (3) Badges. Contractor personnel shall retain a Government-issued access badge and shall present it upon request by any Government employee. The Contractor shall return access badges to the COR or designated representative upon Contract termination or termination of an employee. The badge will be worn in accordance with employee handbook "Access Badge" section. (4) Breach of Security (Information Security). Contractor personnel taking any action that does not comply with the rules, regulations, or guidelines set forth in the BEP Security Manual, or leads to a breach of security, shall be considered a security violation. Neither the Contractor nor any of its employees shall disseminate, or disclose any information concerning the operations and activities of the WCF and its tenants, that could result in or increase the likelihood of a breach of the facility's perimeter, internal security, or interrupt the continuity of its operations. The Government reserves the right to seek from the Contractor costs incurred by the Government to mitigate damages resulting from any breach of security by Contractor personnel. c. Security Access General Requirements (1) Contractor and Subcontractor employees requiring access to the BEP be subject to a background investigation and favorable adjudication. They must also be "identity proofed" in accordance with Homeland Security Presidential Directive 12 (HSPD 12). Personal identity verification will be performed before assignment to perform work under the contract. All positions under the contract will be assigned a "position sensitivity level." Position sensitivity levels range from HIGH RISK to LOW RISK. Position sensitivity levels are determined based on access to currency manufacturing areas and processes required by the position. The BEP COR will coordinate with the Security Division to determine appropriate position sensitivity levels. The Contractor shall furnish the BEP COR a list of all persons under employment consideration, to include the full legal name, date, city, state and country of birth. The Security Division will establish an electronic profile of the individual within e-QIP (Electronic Questionnaires for Investigative Processing). Once the e-QIP profile has been established it must be accessed within10 days. After the initial access of e-QIP, all online security forms must be completed within 14 days. After all initial security processing has been completed employee will be granted an interim access determination and will be allowed to perform limited assignments pending completion of the background investigation and adjudication; however, the employee must be escorted in all facility areas and will not be granted access to sensitive systems. If the employee does not meet the requirements for a favorable determination for level of access required, the contractor shall replace him/her at no additional cost to the Government. Upon contract award the contractor's employees designated to provide services under this contract will be provided the following forms, considered a Security Package, for completion. The completed Security Package shall be submitted to the COR within 5 calendar days after contract award. (a) Department of Treasury Form TD67.32.5, Authority for Release of Information. (b) Optional Form 306, Declaration for Federal Employment. (c) Form SF 85P - High Risk. (d) Form SF 85P-S, Questionnaire. (e) Form FD 258, Fingerprint Card (2). (f) FCRA, Release Form, Credit Report. (g) Police and Criminal History Release Form. (2) The BEP reserves the right to deny access to its facilities and security systems, in accordance with adjudicative guidelines set forth in Executive Order 10450, its amendments, and any applicable supplemental directives (in particular, Title 5, Code of Federal Regulations, Section 731), to any individual about whom an adverse suitability determination is made. Failure to submit the required security package or to truthfully answer all questions shall constitute grounds for denial of access clearance. The Contractor shall not provide access to employees, until the Security Division, provides written access clearance through the COR. (3) BEP Contractors are responsible for reporting adverse information, i.e., arrests, that may affect the employment suitability of their employees. This information shall be reported to the COR within five (5) days of the contractor becoming aware of the situation. (4) Upon approval of the security clearances, the Contractor shall be given written confirmation from either the COR or the Contracting Officer that the individual(s) have been cleared to work at BEP. (5) Contractor employees who have been cleared and are working onsite at BEP's facility will be subject to an annual criminal history check. The results of the annual criminal history check will be reviewed according to the same standards as the initial investigation conducted by the WCF Security Division. The annual criminal history checks will be utilized to identify potentially disqualifying suitability issues. Access to the BEP's product or premises will be withdrawn if annual criminal history checks identify disqualifying suitability issues. Access to the BEP's product or premises will be withdrawn if annual criminal history checks cannot be performed by BEP due to non-submission of the required information by Contractor employees. (6) The contractor must provide a security package to the COR for any potential hires to replace an employee previously cleared to work at BEP. The COR or Contracting Officer will notify the contractor in writing that an interim access clearance has been approved and the potential employee can be employed on this contract. The employee will be allowed to perform limited assignments; however, the employee must be escorted in all facility areas and will not be granted access to sensitive systems. If the employee does not meet the requirements for a favorable access determination for high risk positions, the contractor shall replace him/her at no additional cost to the Government. The COR or Contracting Officer will notify the contractor in writing that a final access clearance has been approved and the potential employee will be issued an identification badge and allowed access to previously restricted areas. (7) Some of the work to be performed may require access to restricted data and classified National Security information, compartmentalized information, restricted physical areas, and classified systems. All individuals proposed to perform requirements involving such access must have the appropriate security clearances, as designated by the BEP, at the time that the specific tasking is initiated. These requirements will be identified on a case by case basis and discussed between the COR and Contracting Officer prior to the start of the assignment. The contractor must show how these requirements will be met and the depth of corporate resources available to respond to ongoing requirements.   Section I - Contract Clauses FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the CO will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.acquisition.gov/far 52.202-01 DEFINITIONS (JAN 2012) 52.204-02 SECURITY REQUIREMENTS (AUG 1996) 52.204-07 CENTRAL CONTRACTOR REGISTRATION (AUG 2012) 52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011) 52.204-99 SYSTEM FOR AWARD MANAGEMENT REGISTRATION (DEVIATION) (AUG 2012) 52.209-06 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (DEC 2010) 52.209-09 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (FEB 2012) 52.212-04 CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (FEB 2012) - 52-219-6 NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) 52.219-14 LIMITATIONS ON SUBCONTRACTING (NOV 2011) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2012) 52.222-41 SERVICE CONTRACT ACT OF 1965 (NOV 2007) 52.222-43 FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE ADJUSTMENT (MULTIPLE YEAR AND OPTION CONTRACTS) (SEP 2009) 52.228-05 INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.228-07 INSURANCE -- LIABILITY TO THIRD PERSONS (MAR 1996) 52.232-01 PAYMENTS (APR 1984) 52.232-08 DISCOUNTS FOR PROMPT PAYMENT (FEB 2002) 52.232-17 INTEREST (OCT 2010) 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCLA YEAR (APR 1984) 52.232-22 LIMITATION OF FUNDS (APR 1984) 52.232-23 ASSIGNMENT OF CLAIMS (JAN 1986) 52.232-25 PROMPT PAYMENT (OCT 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER--CENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.233-01 DISPUTES (JUL 2002) 52.233-03 PROTEST AFTER AWARD (AUG 1996) 52.237-02 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGETATION (APR 1984) 52.237-03 CONTINUITY OF SERVICES (JAN 1991) 52.242-13 BANKRUPTCY (JUL 1995) 52.243-01 CHANGES -- FIXED-PRICE (AUG 1987) 52.244-02 SUBCONTRACTS (OCT 2010) Para (d), approval required on subcontracts: 'N/A' Para (j), Insert subcontracts evaluated during negotiations. 'N/A' 52.244-05 COMPETITION IN SUBCONTRACTING (DEC 1996) 52.244-06 SUBCONTRACTS FOR COMMERCIAL ITEMS (DEC 2010) 52.245-01 GOVERNMENT PROPERTY (APR 2012) 52.245-09 USE AND CHARGES (APR 2012) 52.246-25 LIMITATION OF LIABILITY -- SERVICES (FEB 1997) 52.247-05 FAMILIARIZATION WITH CONDITIONS (APR 1984) 52.247-12 SUPERVISION, LABOR, OR MATERIALS (APR 1984) 52.247-21 CONTRACTOR LIABILITY FOR PERSONAL INJURY AND/OR PROPERTY DAMAGE (APR 1984) 52.247-27 CONTRACT NOT AFFECTED BY ORAL AGREEMENT (APR 1984) 52.247-28 CONTRACTOR'S INVOICES (APR 1984) 52.249-02 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR 2012) 52.249-08 DEFAULT (FIXED-PRICE SUPPLY AND SERVICE) (APR 1984) 52.253-01 COMPUTER GENERATED FORMS (JAN 1991) (end of clause) 52.209-5 Certification Regarding Responsibility Matters (Apr 2010) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [_] are not [_] presently debarred, suspended, proposed for debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [_] have not [_], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks "have", the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [_] are not [_] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [_], have not [_], within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds $3,000 for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [[_] has not [_], within a three-year period preceding this offer, had one or more contracts terminated for default by any Federal agency. (2) "Principal," for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror nonresponsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. (end of clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2013) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). _X_ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). _X_ (6) 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). _X_ (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Feb 2012) (41 U.S.C. 2313). _X_ (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Pub. L. 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (9) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (10) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (11) [Reserved] _X_ (12)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (13)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (14) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (15)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (16) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). _X_ (17) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (18) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (19)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (20) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (22) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). _X_ (23) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). __ (24) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2012) (15 U.S.C. 637(m)). __ (25) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2012) (15 U.S.C. 637(m)). _X (26) 52.222-3, Convict Labor (June 2003) (E.O. 11755). __X _ (27) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). _X (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X (29) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X _ (30) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). _X _ (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X (32) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (33) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (34) 52.222-54, Employment Eligibility Verification (JUL 2012). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (37)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. _X_ (38) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (39) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (40)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). __ (ii) Alternate I (Mar 2012) of 52.225-3. __ (iii) Alternate II (Mar 2012) of 52.225-3. __ (iv) Alternate III (Nov 2012) of 52.225-3. __ (41) 52.225-5, Trade Agreements (NOV 2012) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (42) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (43) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (44) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (45) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (46) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (47) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (48) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (49) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). __ (50) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (51)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). _X_ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). _X_ (7) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O.13495). __ (8) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (9) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (JAN 2013) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JUL 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _30 days____ (End of clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days_____; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __45__ days [60 days unless a different number of days is inserted] before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed ___5 years_______ (months) (years). (End of clause) DTAR 1052.201-70 Contracting Officer's Representative (COR) appointment and authority. AUG 2011 (a) The COR is _________________ [to be inserted at time of award]. (b) Performance of work under this contract is subject to the technical direction of the COR identified above, or a representative designated in writing. The term "technical direction" includes, without limitation, direction to the contractor that directs or redirects the labor effort, shifts the work between work areas or locations, and/or fills in details and otherwise serves to ensure that tasks outlined in the work statement are accomplished satisfactorily. (c) Technical direction must be within the scope of the contract specification(s)/work statement. The COR does not have authority to issue technical direction that: (1) Constitutes a change of assignment or additional work outside the contract specification(s)/work statement; (2) Constitutes a change as defined in the clause entitled "Changes"; (3) In any manner causes an increase or decrease in the contract price, or the time required for contract performance; (4) Changes any of the terms, conditions, or specification(s)/work statement of the contract; (5) Interferes with the contractor's right to perform under the terms and conditions of the contract; or (6) Directs, supervises or otherwise controls the actions of the contractor's employees. (d) Technical direction may be oral or in writing. The COR must confirm oral direction in writing within five workdays, with a copy to the Contracting Officer.. (e) The Contractor shall proceed promptly with performance resulting from the technical direction issued by the COR. If, in the opinion of the contractor, any direction of the COR or the designated representative falls within the limitations of (c) above, the contractor shall immediately notify the Contracting Officer no later than the beginning of the next Government work day. (f) Failure of the Contractor and the Contracting Officer to agree that technical direction is within the scope of the contract shall be subject to the terms of the clause entitled "Disputes." (End of clause) DTAR 1052.210-70 Contractor publicity AUG 2011 The Contractor, or any entity or representative acting on behalf of the Contractor, shall not refer to the equipment or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising, without first obtaining explicit written consent to do so from the Contracting Officer. Should any reference to such equipment or services appear in any news release or commercial advertising issued by or on behalf of the Contractor without the required consent, the Government shall consider institution of all remedies available under applicable law, including 31 U.S.C. 333, and this contract. Further, any violation of this provision may be considered during the evaluation of past performance in future competitively negotiated acquisitions. (End of clause) DTAR 1052.228-70 INSURANCE AUG 2011 In accordance with the clause entitled "Insurance - Work on a Government Installation" [or "Insurance - Liability to Third Persons"] in Section I, insurance of the following kinds and minimum amounts shall be provided and maintained during the period of performance of this contract: (a) Worker's compensation and employer's liability. The contractor shall, as a minimum, meet the requirements specified at FAR 28.307-2(a). (b) General liability. The contractor shall, at a minimum, meet the requirements specified at FAR 28.307-2(b). (c) Automobile liability. The contractor shall, at a minimum, meet the requirements specified at FAR 28.307-2(c). (End of clause) DTAR 1052.232-1 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (AUG 2012) (a) Definitions. As used in this clause-- (1) "Payment request" means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), ``Payment documentation and process'' and the applicable Payment clause included in this contract. (2) [Reserved] (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Internet Payment Platform (IPP). Information regarding IPP is available on the Internet at www.ipp.gov. Assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. (c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing. (d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. (End of clause)   Section J - List of Documents Attachment A - Quality Assurance Surveillance Plan (QASP) WCF - SECURITY SUPPORT SERVICES Attachment B - Department of Labor Wage Determination as required by the Service Contract Act of 1965 Attachment C - Government Furnished Property Matrix Attachment D - Performance Requirements Summary Matrix (performance standards/metrics) Attachment E - Annual Workload Estimates   Section L - Instructions, conditions, and notice to offerors L.1 Instructions FAR 52.212-1 Instructions to Offerors- Commercial Items (FEB 2012) This clause provides for a single streamlined set of instructions to be used when soliciting offers for commercial items and is incorporated in this solicitation by reference. L.2 Pricing Offerors shall complete the Schedule of Supplies/Services table provided in Section B. Offerors must quote prices for all service line items in order to be considered for award All pricing shall be inclusive of all Offeror's direct costs (labor, training, and travel), indirect costs, and profit. L.3 Certifications Offeror must certify that they are small business registered through the Small Business Administration and that NAICS code 561210 is valid for small business award in their System for Acquisition Management (SAM) profile. Submissions lacking these certifications will be considered non-responsive and receive no further consideration. L.4 Site Visit All interested Offerors are encouraged to attend the site visit scheduled for 13 August 2013 at 11:00am CST. 52.237-1 Site Visit (APR 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. (End of provision)   Section M - Evaluation Criteria 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1 - Technical Capability. Technical Capability - Technical capability will be evaluated based on the offeror's knowledge of the tasks and deliverables as stated in the performance work statement and RFP, as well as the offeror's capability for transforming its understanding into successful performance under the resultant contract; displaying an understanding of the tasks and deliverables in the performance work statement; describe familiarity working with HSPD-12(Homeland Security Presidential Directive 12) Personal Identity Verification (PIV) Badges; quality assurance surveillance plan to ensure that deliverables are met as demonstrated in the technical capability section of their submissions; and a transition plan (incoming and outgoing) that explains how the offeror will ensure a smooth transition. Factor 2 - Management Approach - Management approach will be evaluated based upon offeror's knowledge and understanding of the requirements set forth in the performance work statement and RFP as it relates to organizing, staffing, and managing the tasks and deliverables; qualifications of key personnel (ie. project manager, team supervisor, and other relevant key positions) describing their experience in office administrative services in the management approach section of their submission. Factor 3 - Past Performance - The offeror should identify other federal government contracts, and should describe the past experience of their company in providing similar support services as specified in this solicitation within the past three (3) years. If contractor has not held 3 previous federal government contracts of this nature, may list state and local contracts, or comparable private experience. Provide a list of three (3) references pertaining to those contracts including the following: • Offeror's Name • Contract Number and Contract Type • Original Contract dollar value and final contract dollar value (including options) • Original and final completion date • A description of the contract effort • The relevance of this contract to the current procurement Point of contact including telephone number The absence of past performance data will be rated neither favorably nor unfavorably. Factor 4 - Experience - Experience will be evaluated based on offeror submission of recent relevant experience with similar types of services/work. A description of accomplishments in relation to office administrative service efforts shall be verifiable and specific enough to show the scope and relevance of the projects. Factor 5 - Price -The Offeror's price will be evaluated including the total price of the base year, and four option years. The proposal will be evaluated for compliance with the solicitation, as well as for price reasonableness. The non-price factors of technical capability, management approach, past performance, and experience when combined are more important than price. PURPOSE OF TECHNICAL PROPOSAL: The technical proposal will primarily determine the qualifications and capability of the offeror to participate in this contract. It should be specific and complete in every detail. The proposal should be concise and provide sufficient information to demonstrate the offeror's capacity to satisfactorily perform the task outlined in the solicitation. No price information shall be included in the technical proposal.   Evaluation Ratings Each non-price criteria will be rated as follows: 1. Unacceptable ; proposal contains major errors, omissions or deficiencies; fails to meet performance or capability standards; an unacceptably high degree of risk in meeting the Government's requirements 2. Marginal; Overall quality cannot be determined due to errors, omissions or deficiencies; only marginally meets performance or capability standards necessary for minimal performance; high degree of risk in successfully meeting the Government's requirements. 3. Good: Adequate quality; demonstrates good understanding of requirement and approach that meets performance or capability standards; performance areas assessed contain minor issues or concerns; moderate degree of risk in meeting the Government's requirements. 4. Outstanding ; Outstanding in all aspects; offers one or more significant advantages not offset by disadvantages; significantly exceeded performance or capability standards; performance areas assessed had very few minor issues or concerns; very good probability of success with overall very low degree of risk in meeting the Government's requirements. Past Performance will be rated as: 1. Low Risk - Little doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. 2. Moderate Risk - Some doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. 3. High Risk - Significant doubt exists, based on the Offeror's performance record, that the Offeror can perform the proposed effort. 4. Unknown Risk - Little or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/BEP/OPDC20220/BEP-RFP-13-0232/listing.html)
 
Place of Performance
Address: Bureau of Engraving and Printing – Western Currency Facility, 9000 Blue Mound Rd., Forth Worth, Texas, 76131, United States
Zip Code: 76131
 
Record
SN03131275-W 20130801/130730235527-acd04e33d72dfda1ea8bd1f4bfc4d440 (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.