SOLICITATION NOTICE
65 -- Rental of various speciality hospital beds
- Notice Date
- 9/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, 8901 Rockville Pike, Bldg 54, Bethesda, Maryland, 20889, United States
- ZIP Code
- 20889
- Solicitation Number
- W91YTZ-17-T-0912
- Archive Date
- 10/13/2017
- Point of Contact
- Linda M. Spindler, Phone: 7067872378
- E-Mail Address
-
linda.m.spindler.civ@mail.mil
(linda.m.spindler.civ@mail.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. Solicitation number W91YTZ-17-T-0912 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 and Defense Federal Acquisition Supplement Publication (DPN) 20161222. This acquisition is issued on an SMALL BUSINESS SET-ASIDE basis under NAICS code 339112 and size standard is 750 employees. All responsible sources may submit a quotation which shall be considered by the agency. Period of Performance: 1 October 2017 - 30 September 2018, subject to 52.232-18 -- Availability of Funds. Quotes are due by 28 September 2017 at 12:00 pm EST. Questions must be submitted via email no later than 27 September 2017. Quotes and questions shall be submitted via email to linda.m.spindler.civ@mail.mil. Task order for the as-needed rental, delivery, pick-up, maintenance and training on the proper usage of the various special-need bariatric hospital beds and patient lifting and movement equipment to include all associated support accessories and other specified equipment. A list of items most commonly required and estimated usage is listed in the Performance Work Statement, listed below. No minimum rental order is required. ITEM NO. 0001 Total Care Connect sport Rental of Total Care Connect Sport Wound Therapy system (or equivalent) with advanced microclimate management (MCM) surface, colorful touch screen on the side rails; emergency/CPR feature; optional trapeze, 4-wheel braking system(rolling and swiveling locked) and maintenance and service as stated in the Performance Work Statement listed below. All beds must be delivered, set-up/installed, and removed by the vendor. Minimum patient weight requirement of 500 pounds all surfaces; overall bed length, of at least 93.5 inches fully extended and 81.5 inches fully retracted; overall bed with must be 36.5 inches with side rails in the stowed position; low position/high position - sleep deck to floor 15 - 34 inches. NOTE: For further information and clarification of specifications see Performance Work Statement listed below. Period of Performance: 1 October 2017 - 30 September 2018. QTY: 20 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0002 Miscellaneous Beds (All Specialty Beds) Miscellaneous Beds- Hospital Grade Rental Specialty Beds used in the following areas: Surgery, Intensive Care, Intensive Care Wards, and Post-Operative Care Units such as: Miscellaneous Beds: 4 each Advanta 2 Medical Surgical Bed (or equivalent) 4 each Affinity 4 Birthing Bed (or equivalent) 4 each CareAssist ES Medical Surgical Bed (or equivalent) 4 each Compella Bariatric Bed (or equivalent) 4 each Envella Air Fluidized Therapy Bed (or equivalent) 4 each Excell Care ES Bariatric Hospital Bed (or equivalent) 4 each Progressa Bed System (or equivalent) 4 each Sentinel II Bariatric Low Bed (or equivalent) 4 each Total Care P500 Intensive Care Bed (or equivalent) 4 each Tri-Flex II Bariatric Bed (or equivalent) 4 each VersaCare Medical Surgical Bed(or equivalent) The vendor must be able to provide a bariatric bed over 45" in width with motorized drive capability and offer mattresses capable of a variety of therapies to include pressure equalization, bilateral rotation of up to 40 degrees, low air loss, percussion/vibration, and pulsation. The vendor must also offer a low position bed with a height that can be reduced to 10" or lower and a width that is expandable to at least 48" that is capable of low air loss therapy and a bed capable of expanding to a width of at least 60" that can provide, at a minimum, low air loss therapy. All beds must have an emergency/CPR feature and have an optional trapeze. All beds must be delivered, set-up/installed, and removed by the vendor. NOTE: For further information and clarification of specifications see Performance Work Statement listed below. Period of Performance: 1 October 2017 - 30 September 2018. QTY: 1 UNIT: JOB UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0003 Clinitron Rite Hite C-8 Assembly Clinitron Rite Hite air fluidized therapy bed (or equivalent), Optimal Pressure Redistribution, Multi-wound capabilities; Minimum patient weight requirement of 350 pounds; minimum standard length of 84 inches, overall length of 92.5 inches; minimum standard width of 36 inches (side rails off) 42 inches (side rails on); standard height of 21.5 inches; emergency/CPR feature; optional trapeze and maintenance and service as stated in the Performance Work Statement listed below. All beds must be delivered, set-up/installed, and removed by the vendor. NOTE: For further information and clarification of specifications see Performance Work Statement listed below. Period of Performance: 1 October 2017 - 30 September 2018. QTY: 20 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0004 Total Care Bariatric Plus Total Care Bariatric Plus hospital bed w/Air & Plum full Chair Position (or equivalent) with industry first Cradle Transition, full body Continuous Lateral Rotation Therapy and Vibration, Flex Afoot Mechanism, battery backup, and head of bed alarms. Minimum patient weight requirement of 500 pounds; low position/high position of sleep deck to floor (19 inches - 38 inches); maximum overall width with side rails up of 44.5 inches; maximum overall length 81.5 inches; sleep surface width of 40 inches; sleep surface length of 72 inches and maintenance and service as stated in the Performance Work Statement listed below. All beds must be delivered, set-up/installed, and removed by the vendor. NOTE: For further information and clarification of specifications see Performance Work Statement listed below. Period of Performance: 1 October 2017 - 30 September 2018. QTY: 20 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ITEM NO. 0005 Quarterly Training Quarterly Face-to-Face Training of hospital personnel on the proper use of all beds and equipment. NOTE: For further information and clarification of specifications see Performance Work Statement listed below. Period of Performance: 1 October 2017 - 30 September 2018. QTY: 4 UNIT: EACH UNIT PRICE: ___________ TOTAL: ____________ ONE YEAR TOTAL tiny_mce_marker_________________ Delivery Address Dwight David Eisenhower Army Medical Center 300 East Hospital Road Fort Gordon, Georgia 30905-5000 SOLICITATION PROVISIONS 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (APR 2014) Addendum to 52.212-1 (Local Provision (LP) 5004) Para (b) Submission of Offers: The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation. All responsible offerors must submit: - Technical Description of items being offered (see note) - Clin/Item Number Pricing (filled out) - Company's Dunn and Bradstreet number (DUNS) - CAGE code - Delivery Time - Company Contact Information, for evaluation purposes. - Fill out and return 52.212-3 Alt I (Registration in SAM can be substituted for FAR 52.212-3 Alt I. The information in SAM must be current and complete before an award can be made. Contractor shall not have any Active Exclusion Record in SAM. (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (End of Provision) 52.204-16 - COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.211-6 -- BRAND NAME OR EQUAL (AUG 1999) 52.214-34 - SUBMISSION OF OFFERS IN THE ENGLISH LANGUAGE (APR 1991) 52.222-56 - CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN (MAR 2015) 52.223-1 - BIOBASED PRODUCT CERTIFICATION (MAY 2012)(Use with 52.223-2) 52.225-25 -- PROHIBITION ON ENGAGING IN SANCTIONED ACTIVITIES RELATING TO IRAN-CERTIFICATION (OCT 2015) 252.222-7007 -- REPRESENTATION REGARDING COMBATING TRAFFICKING IN PERSONS (JAN 2015) 52.209-2 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS - REPRESENTATIONS (NOV 2015) 52.209-11 - REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) 52.209-12 - CERTIFICATION REGARDING TAX MATTERS (FEB 2016) 52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); http://farsite.hill.af.mil/ 52.252-5 -- AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.203-7005 -- REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7004 - ALTERNATE A, SYSTEM FOR AWARD MANAGEMENT (FEB 2014) 252.204-7008 - COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (DEVIATION 2016-O0001)(OCT 2015) 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (OCT 2014) HCAA Local Clause 5005 (LPTA) Addendum to 52.212-2 Award will be made using the lowest price technically acceptable (LPTA) source selection process. Award will be made to the responsible offeror on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Award may be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. Paragraph (a) is hereby replaced with the following: (a) The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. (i) Price: Prices will be reviewed to determine reasonableness based on market research. (ii) Provide all requested information in Addendum 52.212-1 1. The following adjectival ratings will be used in evaluating the offeror's written technical proposal: Acceptable - Offer clearly meets the minimum requirements of the solicitation. Unacceptable - Offer does not clearly meet the minimum requirements of the solicitation. (End of Addendum to 52.212-2) 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (MAR 2015) ALTERNATE I (OCT 2014) CONTRACT CLAUSES 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAY 2015) Addendum to 52.212-4 (Local Clause (LC) 5003 The following policy applies only if the contractor will be on the Government installation for more than thirty (30) days. (v) Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP). The contractor shall comply with OTSG/MEDCOM Policy Memo 13-062, Policy for Reporting Incidents of Sexual Assault and Sexual Harassment under the Sexual Assault Prevention and Response Program (SHARP), 12 Nov 2013. The SHARP reporting requirements apply only to knowledge obtained by contractor personnel while performing services under this contract. The contractor shall require all Contract Service Providers (CSP) with knowledge of an incident of sexual assault occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. The contractor shall require all CSPs with knowledge of an incident of sexual harassment occurring on a Government facility, to include a Government leased facility, where the contractor is providing services under this contract, to report the incident to the contractor who shall immediately (within 24 hours) report the incident in writing to the government's COR. All incidents shall be reported whether they involve contractor personnel or Government personnel, or other individuals. (w) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ https://acquisition.gov/far/index.html (End of Addendum to 52.212-4) 52.204-7 - SYSTEM FOR AWARD MANAGEMENT (OCT 2016) 52.204-21 - BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN 2016) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4 -- NOTICE OF PRICE EVALUATION PERFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.222-3 -- CONVICT LABOR (JUN 2003) 52.222-19 -- CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (JAN 2014) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (APR 2015) (EEO) 52.222-36 - EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-3 - HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) 52.223-18 -- ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-18 -- AVAILABILITY OF FUNDS (APR 1984) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFER-SYSTEM FOR AWARD MANAGEMENT (JUL 2013) 52.232-39 -- UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013) 52.232-40 -- PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991) 252.201-7000 __ CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (Services) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP 2013) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.209-7004 -- SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (OCT 2015) 252.225-7048 -- EXPORT CONTROLLED ITEMS (JUN 2013) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 -- WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 52.209-10 -- PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS (DEC 2014) 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (Insert "DoD FAR Supplement (48 CFR Chapter 2)" in paragraph (b)) 252.204-7012 -- SAFEGUARDING OF UNCLASSIFIED CONTROLLED TECHNICAL INFORMATION (NOV 2013) 252.204-7015 - DISCLOSURE OF INFORMATION TO LITIGATION SUPORT CONTRACTORS (MAY 2016) 252.211-7003 -- ITEM UNIQUE IDENTIFICATION AND VALUATION (DEC 2013) 252.244-7000 -- SUBCONTRACTS FOR COMMERCIAL ITEMS (JUN 2013) 252.247-7023 -- TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) iRAPT (LC 5002) (Formally known as WAWF) HIPPA (LC 5001) Performance Work Statement 1.1 General. This requirement is for the rental of hospital grade bariatric hospital beds for Inpatient usage at Dwight D. Eisenhower Army Medical Center, Fort Gordon, GA. These specialty beds will include: 1) Total Care Bariatric Plus with Air and Pulmonary 2) Total Care Connect Sport + W/MCM 3) Clinitron Rite-Hite 4) Miscellaneous Beds: 4 each Advanta 2 Medical Surgical Bed 4 each Affinity 4 Birthing Bed 4 each CareAssist ES Medical Surgical Bed 4 each Compella Bariatric Bed 4 each Envella Air Fluidized Therapy Bed 4 each Excell Care ES Bariatric Hospital Bed 4 each Progressa Bed System 4 each Sentinel II Bariatric Low Bed 4 each Total Care P500 Intensive Care Bed 4 each Tri-Flex II Bariatric Bed 4 each VersaCare Medical Surgical Bed 5) Quarterly training of hospital personnel by vendor 1.2. Scope. The bariatric bed contract only includes rental of specified equipment and accessories, delivery, pick-up, maintenance, and training on the use of rental equipment. The purchase of any additional product(s) is not a part of this contract and no additional supplies can be ordered using this contract. These beds are needed to accommodate the number of bariatric surgeries that Dwight D. Eisenhower performs. 1.3. Bed Requirements. The vendor must be able to provide a bariatric bed over 45" in width with motorized drive capability and offer mattresses capable of a variety of therapies to include pressure equalization, bilateral rotation of up to 40 degrees, low air loss, percussion/vibration, and pulsation. The vendor must also offer a low position bed with a height that can be reduced to 10" or lower and a width that is expandable to at least 48" that is capable of low air loss therapy and a bed capable of expanding to a width of at least 60" that can provide, at a minimum, low air loss therapy. All beds must have an emergency/CPR feature and have an optional trapeze. 1.4. New Products Requirements. New products can only be rented in if items fall under the guidelines and or parameters of the above listed items. These items need to be approved by the proper personnel at the medical center. Product description in electronic catalog, (or on product label) and will be warehoused and transported to facilities in accordance with Hazard Analysis and Critical Control Point (HACCP) guidelines for high quality product maintenance. Product security must be maintained and traceable through the procurement distribution process. All product prices must be displayed on electronic ordering system and confirmed with a printout at time order is delivered. Contractor must only accept order request for Rental Beds for the following personnel by duty position: • E/N Supervisors MAJ Love, Debra Ms. Suzette Furgerson Ms. Terry Shier Mr. William Perkins 1.4. Training. The vendor will also be required to provide training on proper use of all beds and equipment. At a minimum, some form of face-to-face training must be provided to the facility by a trained vendor representative quarterly. 1.5. Support. Due to the 24- hour mission of Dwight D. Eisenhower, a customer service phone number must be available 24 hours a day, 7 days a week to receive orders. Trained representatives who can provide in-services, answer questions, and assist with correct product selection as needed. Setup of equipment, any necessary training of staff on the rental bed is to be part of every delivery unless declined in writing by Dwight D. Eisenhower staff. 1.6. Delivery & Pick-Up. All equipment will be added to the Equipment Management Property Book and inspected by Medical Maintenance prior to usage. Due to the 24-hour mission of Dwight D. Eisenhower, the delivery time of the equipment must be no longer than 4 hours from the time an order is received. Removal of the used equipment from the inpatient wards must be completed within twenty four (24) hours from notification of the discontinuation of therapy 1.7. Maintenance. Maintenance and repair of rental equipment is to be performed by the vendor. Documentation of an electrical safety inspection will be provided in accordance with NFPA 99. A service technician must be on call and available to come to Dwight D. Eisenhower upon notification that equipment is not functioning properly. Response time will be no longer than four (4) hours. If equipment cannot be repaired during the visit, a replacement will be provided and the malfunctioning equipment will be removed at the time of delivery of replacement bed. 1.8 Personnel Access. Contractor and all associated subcontractor employees shall comply with applicable installation, facility, and area commander installation and/or facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services, or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. All contractor employees with access to government information system must be registered in the Army Training Certification Tracking System (ATCTS) at the commencement of services, and must successfully complete the DOD Information Assurance Awareness training prior to access to the information systems and then annually thereafter (only if they will have access to computer systems). 1.9. Invoicing. Invoicing will be done on a monthly invoice. Once the invoice has been approved, it must be submitted into WAWF as a 2-in-1 invoice. This contract will be a pay-per-use contract. There is no minimum usage requirement of equipment for this contract. Performance Measurements 2.1. Outcome. The contractor shall provide Dwight D. Eisenhower Army Medical Center with bariatric beds including: delivery, pick-up, training, maintenance, 24/7 technical support, and a local vendor representative. 2.2. Standards. Acceptable measures include: the delivery of equipment within 4 hours after notification, on-going and continuous maintenance services, training of government personnel in the operation of the equipment, 24/7 availability of technical support and pick-up within 24 hours after notification.. Other performance factors, which may be monitored and are not quantified by numerical measurements include: the Contractor's relationship with hospital staff/government personnel and accurate and timely invoicing. 2.3. How measured. The Contracting Officer's Representative will monitor contractor performance by verifying timely delivery and pick-up; Monitor maintenance and operation of equipment; Verify the availability of technical support and the vendor representative; Monitor invoices received and the general business relationship between the Contractor's staff and Government personnel; Monitor training to staff provided by vendor. Security 3.1. AT Level I training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. All contractor employees, to include subcontractor employees, requiring access Army installations, facilities and controlled access areas shall complete AT Level I awareness training within 30 calendar days after contract start date or effective date of incorporation of this requirement into the contract, whichever is applicable. The contractor shall submit certificates of completion for each affected contractor employee and subcontractor employee, to the COR or to the contracting officer, if a COR is not assigned, within 45 calendar days after completion of training by all employees and subcontractor personnel. AT level I awareness training is available at the following website: http://jko.jten.mil 3.2. Access and general protection/security policy and procedures. This standard language is for contractor employees with an area of performance within Army controlled installation, facility, or area. Contractor and all associated sub-contractors employees shall provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements (FAR clause 52.204-9, Personal Identity Verification of Contractor Personnel) as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 3.3. For contractors that do not require CAC, but require access to a DoD facility or installation. Contractor and all associated sub-contractors employees shall comply with adjudication standards and procedures using the National Crime Information Center Interstate Identification Index (NCIC-III) and Terrorist Screening Database (TSDB) (Army Directive 2014-05/AR 190-13), applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative), or, at OCONUS locations, in accordance with status of forces agreements and other theater regulations. 3.4. iWATCH Training. This standard language is for contractor employees with an area of performance within an Army controlled installation, facility or area. The contractor and all associated sub-contractors shall brief all employees on the local iWATCH program (training standards provided by the requiring activity ATO). This local developed training will be used to inform employees of the types of behavior to watch for and instruct employees to report suspicious activity to the COR. This training shall be completed within 15 calendar days of contract award and within 15 calendar days of new employees commencing performance with the results reported to the COR NLT 30 calendar days after contract award. Please read through iWatch training and complete certificate at the end and submit to the COR. http://www.letterkenny.army.mil/PDF/LEAD_OPSEC_FULL.pdf 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2014) (DEVIATION 2013-O0019)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-17-T-0912/listing.html)
- Place of Performance
- Address: Dwight David Eisenhower Army Medical Center, 300 East Hospital Road, Fort Gordon, Georgia, 30905, United States
- Zip Code: 30905
- Zip Code: 30905
- Record
- SN04692941-W 20170927/170925231606-a014bcd085a580fe71139814c1758393 (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 |