SOLICITATION NOTICE
R -- Developing a Standard Continuum of Care for the Children and Adolescents with Serious Emotional Disturbances (SED) - PDF Copy of the Combined Synopsis/Solicitation
- Notice Date
- 8/31/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561990
— All Other Support Services
- Contracting Office
- Department of Health and Human Services, Program Support Center, Acquisition Management Services, 7700 Wisconsin Ave, Bethesda, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- SAM222421
- Archive Date
- 9/27/2018
- Point of Contact
- Epe Pacantara,
- E-Mail Address
-
epe.pacantara@psc.hhs.gov
(epe.pacantara@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- PDF Copy of the Combined Synopsis/Solicitation (i) This is a combined synopsis/solicitation for commercial service 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; Quotations are being requested and a written solicitation will not be issued. (ii) The Requisition number is: SAM222421 and is issued as a Request for Quote (RFQ). (iii) This solicitation document incorporates all mandatory commercial item provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 2005-80. (iv) The North American Industrial Classification System (NAICS) code is 561990, and the small business size standard is $11.0M. Please identify your business size in your response based upon this standard. (v) The PROGRAM SUPPORT CENTER (PSC) is soliciting for has a requirement for Developing a Standard Continuum of Care for Children and Adolescents with Serious Emotional Disturbances (SED). (vi) Description of Requirement: The Department of Health and Human Services (DHHS)/ Program Support Center on behalf of Substance Abuse and Mental Health Services Administration (SAMHSA) has a requirement for Developing a Standard Continuum of Care for Children and Adolescents with Serious Emotional Disturbances (SED). (vii) Period of Performance: The period of performance shall be from September 30, 2018 through September 29, 2019. (viii) The provision at FAR 52.212-1, Instructions to Offerors-Commercial Items (AUG 2018) applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible offeror who provides the Lowest Price Technically Acceptable. (LPTA). Offerors must meet all evaluation criteria to be considered technically acceptable. The evaluation criteria are the minimum requirements described in (xvii - Technical Evaluation Criteria). (x) Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2018), with its offer or acknowledge its listing in the System for Award Management (SAM) website. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (AUG 2018), applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; (22) 52.219-29, Post Award Small Business Program Representation (25) 52.222-3, Convict Labor; (27) 52.222-21, Prohibition of Segregated Facilities; (28) 52.222-26, Equal Opportunity; (30) 52.222-36, Equal Opportunity for Workers with Disabilities; (39) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; (43) 52.225-13, Restrictions on Certain Foreign Purchases; and (49) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management. The Contracting Officer has indicated the following clauses listed in paragraph (c) as applicable and are hereby incorporated by reference: (1) 52.222-41, Service Contract Labor Standards (41 U.S.C. Chapter 67.); (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C 206 and 41 U.S.C. Chapter 67); (10) 52.222-55, Minimum Wages Under Executive Order 13658 (Executive Order 13658). (xii) Sole Source Justification - N/A (xiii) The clauses at FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013); HHSAR 352.203-70, Anti-Lobbying (MAR 2012); and HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010), apply to this acquisition. (xiv) DPAS - N/A (xv) Proposal are due on Wednesday, September 12, 2018 by 1:00 PM Eastern Time, electronically to the Contract Specialist at epe.pacantara@psc.hhs.gov. Late proposal will not be accepted. (xvi) Contact Epe Pacantara, Contract Specialist, at Epe.Pacantara@psc.hhs.gov regarding the solicitation. Any inquiries must be emailed to the Contract Specialist, with "SAM222421- Inquiries" in the subject line, no later than 12:00 noon Eastern Time on Tuesday, September 4, 2018. (xvii) Statement of Work: SECTION 1 - Supplies or Services/Prices 1.1 BRIEF DESCRIPTION OF SERVICES The Department of Health and Human Services (DHHS)/ Program Support Center on behalf of Substance Abuse and Mental Health Services Administration (SAMHSA) has a requirement for Developing a Standard Continuum of Care for Children and Adolescents with Serious Emotional Disturbances (SED). 1.2 TYPE OF ORDER This is a Firm Fixed-Price 1.3 SEVERABLE SERVICES The services acquired under this contract are severable services. Funds are only available for use for the line item to which they are obligated. Unused funds from one period (line item) may not rollover for use in other periods (line items). 1.4 COMMERCIAL SERVICES The services specified in this contract/order have been determined to be commercial. 1.5 CONSIDERATION AND PAYMENT (LH) In consideration of satisfactory performance of the work as described throughout this contract/order, the Contractor shall be paid in accordance with the fixed loaded hourly rates as shown herein for the specified categories of labor based on the number of actual hours incurred in the performance of the work specified. Fully loaded rates shall be all inclusive of direct labor, fringe benefits, applicable indirect costs, and any profit for each labor category. Base Period: September 30, 2018 through September 29, 2019 (Note: The Government anticipates a start date of 09/30/2018) Labor Category Fixed Loaded Hourly Rate Estimated Hours Total Price Contractor Expenses Senior Project Manager $ 200 hours $ Professional Staff Salaries $ 1500 hours $ Professional Writer/Editor Salary $ 250 hours $ Administration and Clerical $ 225 hours $ Indirect Costs $ Rate per labor hours TOTAL AMOUNT: $ SECTION 2 - Description/Specifications 2.1 STATEMENT OF WORK Professional Services Contract/Task Order TITLE: "Developing a Standard Continuum of Care for Children and Adolescents with Serious Emotional Disturbances (SED)" PURPOSE: To develop a standard continuum of care for children, adolescents, and young adults from birth to 26 years of age with Serious Emotional Disturbances (SED) or Serious Mental Illness (SMI) and their families. The identification of a standardized continuum of care for this age group is critical to the Substance Abuse and Mental Health Services Administration's (SAMHSA) work to support recommendation 3.1 of the Interdepartmental Serious Mental Illness Coordinating Committee (ISMICC) report (SAMHSA, 2017). Part of the guidance given to SAMHSA was to "Develop standards that include a full spectrum of integrated, complementary services known to be effective and improve outcomes." The purpose of this purchase order is to develop such a standard for children, youth and young adults, age's birth to 26 years, and their families. This task will be achieved by conducting an environmental scan and literature review of continuum of care models and other public health approaches that include prevention and outreach, treatment, and recovery along with other aspects to include: a. Guidance on effective use of psychopharmacological medications; b. Supportive services, such as supportive housing, employment, and education; c. Team-based models of care delivery that are interdisciplinary and incorporate peer and family support specialists as a matter of routine practice; d. Psychotherapies, including family /caregiver support and peer support; e. Bidirectional integrated mental health and primary care services; f. Integrated services for children, youth, and young adults with co-occurring SED and substance use disorders; g. Psychiatric crisis response using least-restrictive appropriate settings in communities and psychiatric hospitals, and eliminating "psychiatric boarding" in hospital emergency departments; h. Trauma-informed systems of care; i. Systems of care that provide family-driven, youth-guided, and culturally and linguistically responsive services; and j. Identification of comprehensive and integrated evidence-based practices that comprise an effective array of services and supports for children, adolescents and young adults who need varying levels of interventions to address SED and SMI. This literature review will then guide the discussion of an expert panel convening. At this convening subject matter experts will determine best practices known to be effective, identify gaps in service delivery, and determine standards for establishing coordination among system partners. The findings from this meeting will then be constructively compiled in such a design to support the development of a white paper. The white paper that is developed will be used to support delivery of youth services and if necessary the transition to adult systems. The white paper will then be distributed within SAMHSA and to federal partners and the general public to inform them what a standard of care for children, youth, young adults and their families might look like. A. General Requirements: 1. Independently, and not as an agent of the Government, the contractor shall furnish the necessary personnel, facilities, equipment, materials and supplies, to satisfactorily perform the work set forth below. 2. All work under this project shall be monitored by the Contracting Officer Representative (COR). The COR will have the right to approve the selection of any subcontractors selected to perform these tasks. 3. All materials produced under this project shall be the property of the Federal government, which includes the Center for Mental Health Services (CMHS) and the Substance Abuse and Mental Health Services Administration (SAMHSA). Any publication of research findings derived from work related to this contract shall prominently identify the financial support and partnership of CMHS and of SAMHSA in its development. SAMHSA or CMHS may utilize, print, or disseminate all such materials without further charge. No articles or publications which rely substantially on materials produced under this project shall be published by either party without prior consultation and approval. B. Specific Requirements: Task 1: Project planning • Meet virtually with the COR and other relevant SAMHSA staff in order to determine the best approach and detailed content scope for accomplishing the task covered by this purchase order. • Develop and submit a draft work plan which articulates the scope of content to be included in the report, the sources to be used, and the format of the report to be produced (i.e. how the report will be organized, what tables will be included, etc.). The COR will review the work plan for consistency with Center priorities and guidance and will provide feedback. • Modify the work plan in response to comments provided by the COR and resubmit until final approval of the work plan is achieved. Task 2: Perform literature review/analysis and environmental scan • Perform a literature review of previously developed models, frameworks, and associated research on the continuum of care for children, youth, and young adults with SED. • Conduct interviews with subject matter experts (SMEs) (up to 9) on the specific models including developmentally appropriate practices, overlap with other models, and considerations for developing a standard continuum of care for the SED population, ages birth to 26 years. • Perform an environmental scan of the field's existing representations of a continuum of care for children, youth, and young adults with SED, including location, developmental stage, best practices within the model, and gaps or barriers to implementation. This includes a focus on the ability of these models to be replicated and put into practice across all population sectors. Task 3: Convene an expert panel to solicit input from major community partners and systems leaders in the delivery of children, youth, and young adult mental health service • Recruit an expert panel of up to 24 leaders in the field, from both rural and urban environments, which have been supporting and implementing practices/models that specifically address the continuum of services to children, youth, and young adults with SED ages birth to 26 years. • Develop and provide materials that summarize the products of Task 2 (above) to educate the expert panel on the available research on this topic and provide the framing of the expert panel deliberations. • Identify examples of successful continuums of care to be a model for communities and local jurisdictions seeking to embark on creating such a continuum or seeking other engagement such as level of evidence of services. • Provide a professional facilitator who will guide the work of the expert panel, develop consensus, and summarize its findings into actionable options for consideration by the expert panel and SAMHSA. • Develop a report from the expert panel which summarizes key findings and recommendations. • Reconvene the expert panel telephonically to review and approve the findings and recommendations. Task 4: Submission of final report • Submit panel reviewed findings to the COR/ACOR for approval. • The contractor shall be responsible for making edits or revisions that are received from SAMHSA upon their review. • Submit a final report that includes the environmental scan, literature review, and expert panel findings and recommendations to COR/ACOR. • Modify the final report in response to comments provided by the COR and resubmit until the final report is approved and accepted. SCHEDULE OF DELIVERABLES AND PAYMENT: ITEM TASK DELIVERY TIME COST Task 1 Approval of the Work Plan in consultation with the COR 1-4 weeks after start of the contract $ Task 2 Perform the literature review & environmental scan 26 weeks after start of contract $ Task 3 Convene and solicit input from expert panel 30 weeks after start of contract $ Task 4 Submission of final report 45 weeks after start of contract $ The invoices must be submitted to the Government Contract Officer for approval prior to payment. For the final product, one electronic copy in Microsoft Word format and one in Microsoft PDF format of all materials will be delivered to the COR. CONFERENCE APPROVAL This task order does require the use of an in person meeting, but conference approval will not be required as a separate meeting logistics contract mechanism will be used to pay for the expert panel logistic costs. IT SECURITY LEVEL: Level One, no clearance required. "Developing a Standard Continuum of Care for Children and Adolescents with Serious Emotional Disturbances (SED)" TECHNICAL EVALUATION CRITERIA The criteria identified below will serve as the standard against which the technical qualifications and capabilities will be evaluated and identifies the significant factors which the Respondent should address in its response. The evaluation of the responses shall be based upon the completeness and thoroughness of the response submitted. The following criteria will be used to technically evaluate responses and shall be weighted as indicated in establishing a numerical rating (maximum of 100 points obtainable) for all technical qualifications and capabilities submitted. The factors on the following pages will be used to technically evaluate responses and will be weighted as indicated in establishing a numerical rating for all technical volumes submitted: Factor 1 - Understanding the Problem = 20 Points Factor 2 - Technical Approach = 30 Points Factor 3 - Management/Utilization of Resources = 15 Points Factor 4 - Corporate and Key Personnel = 35 points Factor 1 - Understanding the Problem (20 Points) The response will be evaluated based on the background and objectives provided in the Statement of Work. The response should demonstrate a thorough understanding of the literature on this topic and the sources of data used to implement practices/models that are associated with the services and supports that create a continuum of care for children, youth, and young adults with SED, including payment and financing models, and coordination with other child serving systems such as child welfare, juvenile justice and education. Factor 2 - Technical Approach (30 Points) The response will be evaluated on clarity, feasibility, completeness, and reasonableness of the approach to satisfy the objectives stated in the Statement of Work. The technical approach should address how the respondent will accomplish the required tasks. This would include a methodology for conducting an environmental scan; literature review on the associated topic; coordinating an expert convening that is based on findings from the environmental scan and literature review; and a process for compiling notes and findings, including major themes along with strengths and weaknesses. Factor 3 - Management/Utilization or Resources (15 Points) The response should demonstrate the ability to schedule, monitor, and track tasks, logistics, and management of meetings, consultant agreements, production of resources, materials, and products, and the ability to coordinate with the SAMHSA COR. Factor 4 - Corporate and Key Personnel (35 Points) The response should indicate the adequacy of proposed staff to implement the requirements of the Statement of Work with specific evidence of qualifications, availability, competence, and experience. Key personnel should possess relevant education and experience in reviewing literature, evaluating data used to monitor and manage programs, and using findings to develop guides and professional writing. The respondent should also demonstrate a proven track record in executing similar tasks. Management plans should be sound, feasible and show clear lines of authority and responsibility with quality control procedures. The respondent should demonstrate significant experience and previous success in completing similar tasks on comparable complex issues. The respondent should demonstrate strong previous experience in engaging and building consensus among leaders implementing practices/models that address services for children, youth, young adults ages 0-26 and their families. SECTION 3 - Packaging and Marking 3.1 PACKAGING AND MARKING All information and deliverables shall be delivered to the address shown in Section 5.3.1 entitled - Place of Performance - and shall be marked as follows: 1. Name and address of the Contractor; 2. IDIQ number HHSP233XXXXXXXX and Task Order number HHSP2333###; 3. Description of item contained therein; and 4. Consignee's name and address. SECTION 4 - Inspection and Acceptance 4.1 INSPECTION AND ACCEPTANCE (ORDERS) Pursuant to the inspection clause as provided in the master contract, all work described in the SOW/PWS/SOO to be delivered under this contract is subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the Government's COR, as duly authorized representative of the Contracting Officer, shall assume the responsibilities for monitoring the Contractor's performance, evaluating the quality of services provided by the Contractor, and performing final inspection and acceptance of all deliverables. SECTION 5 - Deliveries or Performance 5.1 PERIOD OF PERFORMANCE Base Period - September 30, 2018 through September 29, 2019 5.2 REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE The contractor shall provide a monthly status report that explains what work has been completed or performed each month. The report shall be submitted to the COR. All reports shall be marked as instructed in Section 3.1. Place of Performance: Contractor's site location SECTION 6 - Contract Administration Data 6.1 AUTHORITIES OF GOVERNMENT PERSONNEL AUTHORITIES OF GOVERNMENT PERSONNEL Notwithstanding the Contractor's responsibility for total management during the performance of this contract, the administration of this contract will require maximum coordination between the Government and the Contractor. The following individuals will be the Government's points of contact during the performance of this contract: All communications pertaining to contractual and/or administrative matters under this contract shall be sent to: Contract Specialist Name: Epe Pacantara Address: 12501 Ardennes Ave., Suite 400 Phone: 301-443-2731 Email: Epe.Pacantara@psc.hhs.gov Contracting Officer's Representative Name: TBD Address: Phone: Email: Note: The Contracting Officer is the only individual authorized to modify the contract. 6.2 INVOICE SUBMISSION - COMMERCIAL The Contractor shall submit invoices monthly after receipt and acceptance of the Monthly Progress Report and all contractual deliverables scheduled for submission during the period have been submitted to and accepted by the COR or appointed designee, and invoices shall be sent electronically, via email, to: 1. Contract Specialist via DAM mailbox: pscsas.invoices@psc.hhs.gov 2. Contracting Officer's Representative (COR): to be named at award 3. Financial Management Service (FMS): psc_invoices@psc.hhs.gov * No other non-invoice related documents (i.e. deliverables, reports, balance statements) shall be sent to the DAM and FMS mailboxes. Invoices Only. The subject line of your email invoice submission shall contain the IDIQ number (HHSP233xxxxxxx), contract line item number, the Task Order number (________________), and the number of invoices. The Contractor shall send one email per contract per month. The email may have multiple invoices for the contract. Invoices must be in the following formats: PDF, TIFF, or Word. No Excel formats will be accepted. The electronic file cannot contain multiple invoices; example, 10 invoices requires 10 separate files (PDF or TIFF or Word). Invoices shall be submitted in accordance with the contract terms, i.e. payment schedule, progress payments, partial payments, deliverables, etc. All calls concerning contract payment shall be directed to the COR. In accordance with FAR 52.212-4, Contract Terms and Conditions-Commercial Items, a proper invoice must include the following items: FAR 52.212-4(g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include: (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer, System for Award Management, or 52.232-34, Payment by Electronic Funds Transfer, Other Than System for Award Management), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. Additionally, the FMS requires the contractor to include its Dun & Bradstreet Number (DUNS) on each invoice. In accordance with OMB Memorandum, M-11-32, Agencies shall make payments to small businesses as soon as practicable, with the goal of making payments within 15 days of receipt of a proper invoice. If a small business contractor is not paid within this (15 day) accelerated period, the contractor will not be given a late-payment interest penalty. Interest penalties, as prescribed by the Prompt Payment Act, remain unchanged by means of this memorandum. All small businesses shall label all invoices as "Small Business." Additionally, in accordance with OMB Memorandum, M-12-16, all prime contractors are encouraged to disburse funds received from the Federal Government to their small business subcontractors in a prompt manner. To assist prime contractors in expediting contractor payments to small business subcontractors, Agencies shall, to the full extent permitted by law, temporarily establish an earlier, accelerated date for making agency payments to all prime contractors. Consistent with OMB Memorandum M-11-32 above, Agencies shall have a goal of paying all prime contractors within 15 days of receiving proper documentation. In an effort to support small business growth, drive economic activity and job creation, the Contractor is encouraged to accelerate payments to their small business subcontractors. In accordance with the requirements of the Debt Collection Improvement Act of 1996, all payments under this order will be made by electronic funds transfer (EFT). The Contractor shall provide financial institution information to the Finance Office designated above in accordance with FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management. SECTION 7 - Special Contract Requirements 7.1 PROHIBITION AGAINST PERSONAL SERVICES The Contractor shall not perform personal services under this contract. Contractor personnel are employees of the Contractor or its subcontractors and are under the administrative control and supervision of the Contractor. A Contractor supervisor must give all individual Contractor employee assignments and daily work direction. The Government will not supervise or direct Contractor employees in the performance of their assignments. If at any time the Contractor believes that any Government action or communication has been given that would create a personal service relationship between the Government and any Contractor employee, the contractor shall promptly notify the Contracting Officer of this communication or action. The Contractor shall not perform any inherently-governmental functions under this contract. No Contractor employee shall represent or give the appearance that he/she is a Government employee, agent or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. The Contractor is responsible for ensuring that all employees assigned to this contract understand and are committed to following these requirements. 7.2 5 C.F.R. § 300.504 PROHIBITION ON EMPLOYER-EMPLOYEE RELATIONSHIP No employer-employee relationship is created by an agency's use of private sector temporaries under these regulations. Services furnished by temporary help firms shall be performed by their employees who shall not be considered or treated as Federal employees for any purpose, shall not be regarded as performing a personal service, and shall not be eligible for civil service employee benefits, including retirement. Further, to avoid creating any appearance of such a relationship, agencies shall observe the following requirements: (a) Time limit on use of temporary help service firm. An agency may use a temporary help service firm(s) in a single situation, as defined in §300.503, initially for no more than 120 workdays. Provided the situation continues to exist beyond the initial 120 workdays, the agency may extend its use of temporary help services up to the maximum limit of 240 workdays. (b) Time limit on use of individual employee of a temporary help service firm. (1) An individual employee of any temporary help firm may work at a major organizational element (headquarters or field) of an agency for up to 120 workdays in a 24-month period. The 24-month period begins on the first day of assignment. (2) An agency may make an exception for an individual to work up to a maximum of 240 workdays only when the agency has determined that using the services of the same individual for the same situation will prevent significant delay. 7.3 RESTRICTIONS ON CONTRACTOR ACCESS TO GOVERNMENT OR THIRD PARTY INFORMATION The purpose of this clause is to set forth the restrictions that will govern Contractor employees access to Government or third party information in order to protect the information from unauthorized use or disclosure. A. Under this contract, the Contractor will have access to Contractor proprietary information and other nonpublic information. B. Restrictions on use and disclosure of information. (1) With regard to any information to which the Contractor is given access in performance of this contract, whether the information comes from the Government or from third parties, the Contractor shall: (i) Utilize the information only for the purposes of performing the services specified in this contract, and not for any other purposes; (ii) Safeguard information from unauthorized use and disclosure; (iii) Allow access to the information only to those employees who need it to perform services under this contract; (iv) Preclude access and disclosure of information to persons and entities outside of the Contractor's organization that do not have authority to access the information; (v) Inform employees, who may require access to information, about their obligations to utilize it only to perform the services specified in this contract and to safeguard that information from unauthorized use and disclosure; and (vi) Ensure each employee complies with the restrictions set forth in (i), (ii), (iii), and (iv) above. (2) Unless specifically permitted in writing by the Contracting Officer, the Contractor shall not use information acquired in performance of the contract, or generated by or for the Government to: (i) Compete for work for the Government; or (ii) Submit an unsolicited proposal to the Government. (3) If the Contractor is exposed to information that is marked in a way that indicates the Contractor should not receive this information, the Contractor shall: (i) Notify the Contracting Officer; and (ii) Use the information only in accordance with the instructions of the Contracting Officer. C. Breach of any of the conditions of this modification may provide grounds for the Government to: (i) Require the contractor to remove the contract employee or employees from the performance of the contract; (ii) Require the contractor to terminate the subcontractor; (iii) Suspend contractor payments; (iv) Terminate this contract for default or cause; (v) Suspend or debar the Contractor for serious misconduct affecting present responsibility; and; (vi) Pursue such other remedies as may be permitted by law, regulation, or this contract. D. Unauthorized disclosure or other misuse of information protected by the Privacy Act of 1974 may result in a fine up to $5000 and /or other penalties. In addition, unauthorized disclosure or other misuse of information covered under the Federal Trade Secrets Act (18 USC 1905) may result in a fine, or imprisonment up to 1 year, or both. E. The Contractor shall flow down this clause to subcontractors at all tiers. 7.4 HHSAR 352.242-70 - KEY PERSONNEL (JAN 2006) The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to diverting any of the specified individuals to other programs or contracts (or as soon as possible, if an individual must be replaced, for example, as a result of leaving the employ of the Contractor), the Contractor shall notify the Contracting Officer and shall submit comprehensive justification for the diversion or replacement request (including proposed substitutions for key personnel) to permit evaluation by the Government of the impact on performance under this contract. The Contractor shall not divert or otherwise replace any key personnel without the written consent of the Contracting Officer. The Government may modify the contract to add or delete key personnel at the request of the Contractor or Government. The following individuals shall be considered key: Name Title To be filled in at award. 7.5 PHYSICAL SECURITY The Contractor shall be responsible for safeguarding all Government property provided for Contractor use. At the end of normal duty hours and/or after normal duty hours, all Government facilities, equipment, and materials must be secured. 7.6 ACCESS TO HHS ELECTRONIC MAIL All Contractor personnel who have access to and use of HHS electronic mail (e-mail) must identify themselves as contractors on all outgoing e-mail messages, including those that are sent in reply or are forwarded to another user. To best comply with this requirement, the Contractor staff shall set up an e-mail signature ("AutoSignature") or an electronic business card ("V-card") on each Contractor employee's computer system and/or personal digital assistant (PDA) that will automatically display "Contractor" in the signature area of all e-mails sent. SECTION 8 - Contract Clauses 8.0 FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015) (a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality agreements covered by this clause are no longer in effect. (c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (d)(1) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause. (2) The Government may seek any available remedies in the event the contractor fails to comply with the provisions of this clause. 8.1 FAR 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) (a) Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. (b) The acceleration of payments under this clause does not provide any new rights under the Prompt Payment Act. (c) Include the substance of this clause, including this paragraph (c), in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. 8.2 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 Contracting Officer will make their full text available. Full text may also be accessed electronically at these addresses: HHSAR - http://www.hhs.gov/policies/hhsar/subpart301-1.html a. DEPARTMENT OF HEALTH AND HUMAN SERVICES ACQUISITION REGULATION (HHSAR) (48 CFR CHAPTER 3) CONTRACT CLAUSES Clause No. Title and Date HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/SAM222421/listing.html)
- Place of Performance
- Address: 5600 Fishers lane, Rockville, Maryland, 20857, United States
- Zip Code: 20857
- Zip Code: 20857
- Record
- SN05067146-W 20180902/180831231154-bcb252b9ad7cfe609c9b8eda1003a725 (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 |