Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 27, 2015 FBO #4843
SOLICITATION NOTICE

H -- Inspection, Maintenance, and Repair of Structural and Aircraft Fire Training Facilities - RFQ: Inspection, Maint., & Repair of Structural & Aircraft Training Facilities - Statement of Need

Notice Date
2/25/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541350 — Building Inspection Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
JBKAAC-15-0002
 
Archive Date
3/19/2015
 
Point of Contact
Lori Witzlsteiner, Phone: 2106716412, Shawna L. Kettell, Phone: 2106713179
 
E-Mail Address
lori.witzlsteiner@us.af.mil, shawka.kettell@us.af.mil
(lori.witzlsteiner@us.af.mil, shawka.kettell@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Need (SON): Inspection, Maintenance, and Repair of Structural and Aircraft Fire Training Facilities RFQ: Inspection, Maintenance, and Repair of Structural and Aircraft Fire Training Facilities RFQ: Spreadsheet: Please Input Totals Combined Synopsis/ Solicitation Inspection, Maintenance, and Repair of Structural and Aircraft Fire Training Facilities Request for Quote JBKAAC-15-0002 Please provide the information below: Payment Net 30 Days Delivery Date:____________________ Terms: Other (Please specify )___________________ _________________________________ Company Name: ­­­­­­­­­________________________________________________________________________ DUNS # : ___________________________________ Required Cage Code Number: ______________________ POC: ____________________________________ Telephone # _____________________ E-Mail Address: ____________________________ Tax ID# : ______________________ GSA Contract ________________________________ Warranty Information: ______________________ Do you have the capacity to invoice electronically (invoicing through WAWF)?_______________________ Business Size Must be Small business certified under NAICS Code 541350 for under $7,500,000 Small 8(a) Certified SDVOSB HUBZone WOSB EDWOSB { Please Input quote into Spreadsheet Attachment } Special Notes and Instructions: The vendor shall submit the response to this RFQ via email to the Contract Administrator: Lori Witzlsteiner, Ph: (210) 671-6412, E-mail: lori.witzlsteiner@us.af.mil no later than 11:00a.m. CST on Wednesday, March 4, 2015 - (or sooner if possible) in order to be considered timely. The Contracting Officer for this solicitation is Shawna L. Kettell, Ph: (210)-671-3179, E-mail: shawna.kettell@us.af.mil. Any quote, modification, revision, or withdrawal of a quote received after the exact time specified for RFQ is "late" and will not be considered, unless the Contracting Officer determines that accepting the late quote would not unduly delay the award and acquisition or it was the only quote received. A Site Visit for this solicitation will need to be requested No Later than 11:00AM CST on Friday, February 27, 2015. All questions must be submitted by 9:00 AM CST, on Monday, March 2, 2015. This purchase is restricted to 100% Small Business concerns. This NAICS code is 541350 and the size standard is $7,500,000. •1. This is a notice that this order will be procured through FBO. •2. Basis for Award. 502 CONS will issue a purchase order to offeror who is determined to offer the Best Value to the Government, for performance of all line items listed in the RFQ. •3. Best Value Determination. For this procurement, the Best Value determination will be made based on Lowest Priced, Technically Acceptable (LPTA) quote. The Government intends to award a purchase order resulting from this RFQ to the responsible quoter whose offer conforms to the RFQ. The following factors shall be used to evaluate quotes: quoted price and technical acceptability. Only technically acceptable quotes are eligible for award. Factor #1 Offeror shall submit a plan describing your approach to provide sufficient staffing with appropriate qualifications/certifications to perform tasks IAW the entire scope of the Statement of Need, to include clearly defined labor mix (not to exceed 5 pages). Standard: The proposed plan shall include sufficient detail for ensuring a qualified workforce to perform tasks IAW the entire scope of the Statement of Need. The standard for Factor #1 has been met when: The proposed plan adequately demonstrates a sound and comprehensive approach for ensuring a qualified workforce to perform tasks IAW the entire scope of the Statement of Need. Factor# 2 Quotes shall include completed "Offeror's Proposed Delivery Schedule" section of, FAR Clause 52.211-9, Desired and Required Time of Delivery. Standard : The offeror's proposed delivery schedule shall be complete and meet the required dates established. The standard for Factor# 2 has been met when the offeror's proposed delivery schedule is complete and meets the required dates established. •4. Mandatory Registrations. To be eligible for award, registration with the System for Award Management (SAM) must be current (legacy for On-line Registration and Certifications Application (ORCA) and Central Contractor Registration (CCR) registrations). To register or update former CCR and Reps & Certs that are not current go to https://www.sam.gov/portal/public/SAM/ and provide mandatory information. •5. Notice to Offeror. Awaiting funds. Funds are not presently available for this requirement. No award will be made until funds are available to make payments under a contract. The Government reserves the right to cancel this purchase request, either before or after suspense date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. The contractor shall not request, nor will the Government make, payments for any preliminary measurement, quotes, bids, site visit, time or proposal cost incurred. FAR 52.204-7............. Central Contractor Registration FAR 52.204-8............. Annual Representations and Certifications FAR 52.204-13........... Central Contractor Registration Maintenance FAR 52.212-1................. Instructions to Offerors FAR 52.212-3................ Offeror Representations and Certifications - Commercial Items FAR 52.212-4............. Contract Terms and Conditions - Commercial Items FAR 52.219-6............ Notice of Small Business Set Aside FAR 52.219-13............ Notice of Set Aside Orders FAR 52.219-28............ Post Award Small Business Program FAR 52.222-3............ Convict Labor FAR 52.222-19............ Child Labor FAR 52.222-21........... Prohibition of Segregated Facilities FAR 52.222-50........... Combating Trafficking in Persons FAR 52.223-18........... Ban Text Messaging While Driving FAR 52.225-1............. Buy American FAR 52.225-13............ Restrictions on Certain Foreign Purchases FAR 52.232-1............ Payments FAR 52.232-33........... Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-1.......... Disputes FAR 52.333-3............ Protest After Award FAR 52.247-34............ F.O.B. Destination DFAR 252.203-7000.... Requirements relating to compensation of Former DOD Officials DFAR 252.203-7002.... Requirements to inform Employees of Whistleblower DFAR 252.204-7003... Control of Government Personnel Work Conduct DFAR 252.204-7004 Alt A... System for Award Management DFAR 252.204-7012.. Safeguarding of Unclassified Controlled Technical Information DFAR 252.211-7003.... Item Identification & Valuation DFAR 252.212-7001.... Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFAR 252.225-7001... Buy American DFAR 252.232-7003... Electronic Submission of Payment DFAR 252.232-7010... Levies on Contract Payments DFAR 252.243-7001... Pricing of Contract Modifications 52.211-9 -- Desired and Required Time of Delivery. Desired and Required Time of Delivery (Jun 1997) •(a) The Government desires delivery to be made according to the following schedule: DESIRED DELIVERY SCHEDULE [Inspections, maintenance, and repair of JBSA Fire Training Facilities] ITEM NO. QUANTITY BY DATE PRESCRIBED BELOW CLIN 0001 1 25 March 2015 CLIN 0002 3 25 March 2015 CLIN 0003 1 25 March 2015 CLIN 0004 2 25 March 2015 CLIN 0005 NTE 25 March 2015 If the offeror is unable to meet the desired delivery schedule, it may, without prejudicing evaluation of its offer, propose a delivery schedule below. However, the offeror's proposed delivery schedule must not extend the delivery period beyond the time for delivery in the Government's required delivery schedule as follows: REQUIRED DELIVERY SCHEDULE [Inspections, maintenance, and repair of JBSA Fire Training Facilities] ITEM NO. QUANTITY BY DATE PRESCRIBED BELOW CLIN 0001 1 NLT 31 March 2015 CLIN 0002 3 NLT 31 March 2015 CLIN 0003 1 NLT 31 March 2015 CLIN 0004 2 NLT 31 March 2015 CLIN 0005 NTE NLT 31 March 2015 Offers that propose delivery of a quantity under such terms or conditions that delivery will not clearly fall within the applicable required delivery period specified above, will be considered nonresponsive and rejected. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. OFFEROR'S PROPOSED DELIVERY SCHEDULE ITEM NO. QUANTITY BY DATE PROPOSED BELOW CLIN 0001 1 CLIN 0002 3 CLIN 0003 1 CLIN 0004 2 CLIN 0005 NTE (End of Clause) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEVIATION 2013-O0019) (Jan 2014) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) 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. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(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 (1) 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) 52.252-1 - Solicitation Provisions Incorporated by Reference As prescribed in 52.107(a), insert the following provision: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provisions may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ and www.arnet.gov (End of Provision) 52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107 (b), insert the following clause: 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 Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): _____________________________________________________________________ http://farsite.hill.af.mil/ and www.arnet.gov (End of Clause) 52.252-5 -- Authorized Deviations in Provisions. As prescribed in 52.107 (e), insert the following provision in solicitations that include any FAR or supplemental provision with an authorized deviation. Whenever any FAR or supplemental provision is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the provision when it is used without deviation, include regulation name for any supplemental provision, except that the contracting officer shall insert "(Deviation)" after the date of the provision. Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Provision) 52.252-6 -- Authorized Deviations in Clauses. As prescribed in 52.107 (f), insert the following clause in solicitations and contracts that include any FAR or supplemental clause with an authorized deviation. Whenever any FAR or supplemental clause is used with an authorized deviation, the contracting officer shall identify it by the same number, title, and date assigned to the clause when it is used without deviation, include regulation name for any supplemental clause, except that the contracting officer shall insert "(Deviation)" after the date of the clause. Authorized Deviations in Clauses (Apr 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of Clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). (a) Invoice and Receiving Report (Combo); or (b) Invoice (stand-alone) and Receiving Report (stand-alone); or (c) Fast Pay (FAR 52.213-1) Invoice and Receiving Report Combo; or (d) Fast Pay (FAR 52.213-1) Invoice (stand-alone) and Receiving Report (stand-alone). (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. (i) Inspection location: Destination (ii) Acceptance location: Destination (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* _______________________________________________________ Field Name in WAWF Data to be entered in WAWF _______________________________________________________ Pay Official DoDAAC F67100 Issue By DoDAAC FA3047 Admin DoDAAC FA3047 Inspect By DoDAAC F3P3A1 Ship To Code F3P3A1 Ship From Code Not Applicable Mark For Code Not Applicable Service Approver (DoDAAC) F3P3A1 Service Acceptor (DoDAAC) F3P3A1 Accept at Other DoDAAC Not Applicable LPO DoDAAC F3P3A1 DCAA Auditor DoDAAC Not Applicable Other DoDAAC(s) Not Applicable _______________________________________________________ (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Financial Point of Contacts: SCOTT RIDENOUR (210) 671-0227 scott.ridenour@us.af.mil DIANA SNYDER (210) 221-5252 diana.m.snyder.civ@mail.mil LORI WITZLSTEINER Contract Administrator (210) 671-1735 lori.witzlsteiner@us.af.mil SHAWNA L. KETTELL Contracting Officer (210) 671-3179 shawna.kettell@us.af.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. SCOTT RIDENOUR (210) 671-0227 scott.ridenour@us.af.mil DIANA SNYDER (210) 221-5252 diana.m.snyder.civ@mail.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (APR 2014) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) Specific Contract Requirements: 1. Addendum to 52.212-4 Paragraph (c) of Clause 52.212-4 is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changes, such as changes in the paying office, appropriations data, etc., which may be changed unilaterally by the Government. 2. Smoking in AF Facilities Contractors are advised that the AF has placed restrictions on the smoking of tobacco products in AF facilities. AFI 40-102, Tobacco Use in the Air Force, outlines the procedures used by the commander to control smoking in our facilities. Contractor employees and visitors are subject to the same restrictions as government personnel. Smoking is permitted only in designated smoking areas. 3. Joint Base San Antonio (JBSA) Traffic Code All applicable Traffic Codes will be enforced and apply to all personnel operating vehicles on a JBSA installation. The governing instruction for all Traffic Codes is AFI 31-218(I) and AFMAN 31-116. For a complete listing of all JBSA Traffic Codes and all other applicable traffic policies and procedures, please contact the Contracting Office. 4. Cell Phone Usage Contractors are advised that DoD Instruction (DoDI) 6055.04 prohibits cellular telephone usage when approaching, entering or exiting any installation gate. Cell phone usage by drivers on installations is prohibited in moving vehicles unless used with a hands-free device. The installation Security Forces Squadron (SFS) is strictly enforcing this regulation. Those found in violation of this regulation are subject to be ticketed. 5. Base Fire Prevention Program The contractor will be required to comply with the applicable Fire Prevention Program, for JBSA Lackland the applicable directive is AFI 91-203. Contact the Contracting Office for a copy of AFI 91-203. 6. Security Requirements For Unclassified Solicitations And Contracts A. Base Entry and Vehicle Control Requirements. Contractor shall comply with AFFARS Clause 5352.242-9000, "Contractor access to Air Force installations" which is hereby incorporated by reference if not otherwise included. Contractor personnel shall comply with all on-base traffic laws. Background investigations will be conducted by the government at no additional cost to the contractor on all contractor personnel prior to issuance of any base pass. B. Government Computer Access Requirements. If this contract requires contractor personnel to have access to government computers, contractor personnel requiring access to government computers shall successfully complete, a National Agency Check with Inquiries (NACI) request, before obtaining access to the computer. These investigations shall be submitted by the government at no additional cost to the contractor. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Contracting Officer Representative (COR) or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny computer access. In this instance the Contracting Officer will notify the contractor of the denial. That individual will no longer be allowed to perform duties requiring computer access. After submission of the complete security package through the security office and completion of an adjudicated NACI, contractor employees may obtain their "Common Access Card" (CAC) for the duration of their contract, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. Contractor shall comply with AFFARS Clause 5352.242-9001 Common Access Cards (CACs) for Contractor Personnel which is hereby incorporated by reference if not otherwise included. The contractor shall comply with DODD 5200.08R Physical Security Program, (Chapter 3, Section C.3) requirements. C. Installation Access. Criminal History Check will be conducted on all prime/subcontractor employees requiring base access. The contractor shall provide the Contracting Officer and the Information Protection Office a current list of employees needing access within 3 working days after receiving award or Notice of Award. The list shall include employee's name, date of birth, social security number, state driver's license/state ID number and state of issue. Notifications of contractor employee additions and deletions shall be provided with the same information listed above and within 3 working days. Within 10 business days after receipt of the list the Government will notify the Contractor that installation access passes are available for those employees clearing the criminal history check. The duration of any pass issued will not exceed one year or the duration of the contract, whichever is shorter. This process will be repeated at the exercise of any option period. D. Government Data. The Contractor shall manage all data created for Government use or legally controlled by the Government, in support of the functional activity or required by AF publication, IAW with the records management procedures in Air Force Instruction (AFI) 33 - 322, Records Management Program, Air Force Manual (AFMAN) 33-363, Management of Records, and the Air Force Records Disposition Schedule (AFRDS) located at https://www.my.af.mil/gcss-af61a/afrims/afrims/rims.cfm E. Reporting Requirements. The contractor shall comply with AFI 71-101, Volume 1, Criminal Investigations and Volume-2, Protective Service Matters and AFI 31-401 (Chapter 8). Contractor shall report to Security Forces any information or circumstances which may pose a threat to DOD or contractor personnel, resources, or DOD information. F. Freedom of Information. The contractor shall not respond to any Freedom of Information Act request or release any information in response to a Freedom of Information request. Any request for information received by the contractor under the Freedom of Information Act will be referred to the Contracting Officer. G. Physical Security. The contractor shall complywith Force Protection Condition (FPCON) procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured. H. Key Control. The contractor shall safeguard all keys issued by the government and ensure they are used only by authorized contractor personnel. The contractor shall not duplicate issued keys and shall report lost keys to the contracting officer immediately. The contractor will be charged for lost keys, re-keying, and lock replacement as applicable. I. Additional Security Requirements. NACI's will be IAW Homeland Security Presidential Directive 12 (HSPD-12). If this contract requires access to classified materials the contractor shall comply with DOD 5200.1-R, AFI 31-401, AFI 33-201, Volume 1, and Volume 2 (COMSEC), AFSSI 7700 (Emission Security), AFSSI 8502, (Organizational Computer Security), and AFPD 16-14, (Information Protection), and Operations Security (OPSEC) Instructions. J. Unescorted Entry to Restricted/Controlled Areas. If this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with DOD 5200.2-R, Appendix 1, and AFI 31-501, Personnel Security Program Management (Paragraph 3.24). If the performance of this contract requires unescorted entry to a restricted/controlled area, personnel must have a favorably adjudicated NACI investigation. All contractor employees affected by this requirement must have completed an acceptable submission that complies with all directions for completion, of the investigation request through the government security office within 30 calendar days of Contract Award or Notice of Award. To begin this process, all affected contractor employees must complete within 15 calendar days after Contract Award or Notice of Award Standard Form 85P worksheet that can be downloaded from http://www.opm.gov/forms/pdf_fill/SF85P.pdf. The contractor shall notify the Contracting Officer Representative (COR) or Government Inspector when the worksheet is complete. The affected employee will then be scheduled by the government for two or more appointments to complete the security package. If at any point after submission of the security worksheet, disqualifying information is discovered or developed, the government reserves the right to deny entry to restricted/controlled areas. In this instance the Contracting Officer will notify the contractor of the denial. That individual will not be allowed to perform duties requiring access to restricted/controlled areas. Upon receipt of a favorable investigation results and authorization by the appropriate commander, the contractor member will receive appropriate entry credentials for access to restricted/controlled areas, unless disqualifying information is subsequently discovered. In this instance access will be revoked. The NACI adjudication process normally takes 2 to 5 months after submission of the package. K. Credentials Turn-In. Upon completion of performance, termination of the contract or termination of performance on this contract by any individual for any reason, the contractor shall turn in all CAC Cards, Base Identification Passes, Restricted Area Badges, and any other documents issued by the government to the Issuing office, COR, or Project Manager. L. Weapons, Firearms, and Ammunition. Contractor employees are prohibited from possessing weapons, firearms, or ammunition, on themselves or within their contractor-owned vehicle or privately-owned vehicle while on JBSA. 7. Contractor Personnel Conduct The contractor will ensure that its employees conduct themselves in a professional manner while on the installation and refrain from disruptive, offensive, or otherwise improper behavior that undermines order and discipline. The contracting officer may direct the contractor to remove from performance of this contract on this installation any contractor employee engaging in such misconduct.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/JBKAAC-15-0002/listing.html)
 
Place of Performance
Address: Joint Base San Antonio(JBSA), JBSA Lackland, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03651283-W 20150227/150225234359-112e9c5541ee7cbdad9ebd0d3d8e7cf6 (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.