Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 19, 2020 SAM #6685
SPECIAL NOTICE

D -- System and Software Support Services for RIS

Notice Date
3/17/2020 1:23:15 PM
 
Notice Type
Special Notice
 
NAICS
511210 — Software Publishers
 
Contracting Office
DHS CUSTOMS AND BORDER PROTECTION WASHINGTON DC 20229 USA
 
ZIP Code
20229
 
Solicitation Number
70B01C20R00000056
 
Response Due
3/31/2020 9:00:00 AM
 
Archive Date
04/15/2020
 
Point of Contact
Lloyd A. Burton, Phone: 817-868-8646, Fax: 817-545-1288, Rick A. Travis, Phone: 317-614-4580, Fax: 317-298-1344
 
E-Mail Address
lloyd.a.burton@cbp.dhs.gov, rick.a.travis@cbp.dhs.gov
(lloyd.a.burton@cbp.dhs.gov, rick.a.travis@cbp.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a firm fixed price service contract for the acquisition of 20 hours of software maintenance assistance per month for the Customs & Border Protection�s RIS software. �The Restaurant Industry Systems software is utilized in over 180 Ports of Entry on over 370 work stations for the cash registers all over the country and preclearance locations and being able to resolve and secure the electronic data files created by this software is imperative to collecting and reporting funds to both Automated Commercial System� and Treasury.� The period of performance shall commence 04/10/2020 through 04/09/2021, plus two six-month option periods.� The Government intends on issuing a sole source award to R.I.S. Inc., LLC, 20969 Venture Boulevard, Suite 207, Woodland Hills, CA, 91364-6610 with no set-aside under the associated NAICS code 511210 and small business size standard $41.5 million. The quotation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04.� A single award will be made.� CLIN 0001: quantity twelve (12) months each $ ____________ each.� CLIN 0002: quantity six (6) months each $ ____________ each.� CLIN 0003: quantity six (6) months each $ ____________ each.� Delivery is to be FOB destination to the U.S. Customs and Border Protection, 6650 Telecom Drive, Suite 100, Indianapolis, In 46278, Attention:� Cary Wilson, phone number 317.614.4917.� Inspection and acceptance shall also occur at destination.��� The provisions at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition.� FAR 52.212-2, Evaluation--Commercial Items, is applicable.� Paragraph (a), evaluation criteria is as follows: Award will be made to the most advantageous offer to the Government, price and other factors considered.� OFFEROR SHALL INCLUDE A COMPLETED COPY OF THE PROVISIONS AT FAR 52.212-3, Offeror Representations and Certifications--Commercial Items along with the firm�s DUNS number.� FAR 52.212-4, Contract terms and Conditions--Commercial Items, applies to this acquisition with the following additional clauses. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, along with the following additional clauses applies to these acquisitions: �FAR 52.202-1, Definitions; FAR 52.203-5, Covenant Against Contingent Fees; FAR 52.203-6 Alternate I, Restrictions on Subcontractor Sales to the Government;� FAR 52.203-7 Anti-Kickback Procedures; FAR 52.203-17, Contractor Employee Whistleblower Rights and Requirement To inform Employees of Whistleblower Rights; �FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6, Notice of Total Small Business Set-Aside (Deviation 2019-01); FAR 52.219-14, Limitations on Subcontracting (Class Deviation 2019-01); FAR 52.222-17, Nondisplacement of Qualified Workers; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Actions for Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Actions for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; �FAR 52.222-54, Employment Eligibility Verification; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.232-1, Payments; FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.233-3, Protest after Award; FAR 52.233-4, Applicable Law for Breach of Contract Claim;� FAR 52.244-6, Subcontracts for Commercial Items; and FAR 52.252-1, Solicitation Provisions Incorporated by Reference (available at https://www.acquisition.gov/?q=browsefar ).� FAR 52.217-5, Evaluation of Options; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran � Representation and Certifications; and FAR 52.233-2, Service of Protest, insert in paragraph (a) �Lloyd A. Burton, 150 Westpark Way, Suite 200, Euless, TX� 76040-3721�.� Include a list of references, which includes point of contact name and phone number. �ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS - INVOICE PROCESSING PLATFORM (IPP) (JAN 2016) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Invoice Processing Platform System (IPP). Payment terms for existing contracts and orders awarded prior to April 11, 2016 remain the same. The Contractor must use IPP for contracts and orders awarded April 11, 2016 or later, and must use the non-IPP invoicing process for those contracts and orders awarded prior to April 11, 2016. ""Payment request"" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in FAR 32.905(b), ""Payment documentation and process"" and the applicable Prompt Payment clause included in this contract. The IPP website address is: https://www.ipp.gov.� Under this contract, the following documents are required to be submitted as an attachment to the IPP: Copy of the Invoice The IPP was designed and developed for Contractors to enroll, access and use IPP for submitting requests for payment. Contractor assistance with enrollment can be obtained by contacting IPPCustomerSupport@fms.treas.gov or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer. GOVERNMENT CONSENT OF PUBLICATION ENDORSEMENT (MAR 2003) Under no circumstances shall the Contractor, or anyone acting on behalf of the Contractor, refer to the supplies, services, or equipment furnished pursuant to the provisions of this contract in any news release or commercial advertising without first obtaining explicit written consent to do so from the Contracting Officer. The Contractor agrees not to refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the Government to be superior to other products or services. SECURITY PROCEDURES (APR 2019) A.� Controls 1.�The Contractor Employee shall comply with the U.S. Customs and Border Protection�s (CBP) administrative, physical and technical security controls to ensure that the Government�s security requirements are met. 2.�All Government furnished information must be protected to the degree and extent required by local rules, regulations, and procedures.� The Contractor Employee shall comply with all security policies contained in CBP Handbook 1400-05D, v.7.0, Information Systems Security Policies and Procedures Handbook, or latest available version. 3. All services provided under this contract must be compliant with the Department of Homeland Security (DHS) information security policy identified in DHS Sensitive Systems Policy Directive 4300A, v.13.1 and DHS Sensitive Systems Handbook 4300A, v.12.0, or latest available version. 4. All Contractor Employees under this contract must wear identification access badges when working in CBP facilities.� Prior to Contractor employees� departure/separation, all badges, building passes, parking permits, keys and pass cards must be given to the Contracting Officer�s Representative (COR).� The COR will ensure that the cognizant Physical Security official is notified so that access to all buildings and facilities can be revoked.� NOTE:� For contracts within the National Capitol Region (NCR), the Office of Professional Responsibility, Security Management Division (OPR/SMD) shall be notified if building access is revoked. 5.� All Contractor Employees must be entered in the Contractor Tracking System (CTS) database by the Contracting Officer (CO) or COR.� The Contractor Project Manager (CPM) shall provide timely start information to the CO/COR or designated government personnel to initiate the CTS entry.� Other relevant information will also be needed for record submission in the CTS database such as, but not limited to, the contractor�s legal name, contracting company address, brief job description, labor rate, Hash ID, schedule and contract specific information. The CO/COR or designated government personnel shall provide the CPM with instructions for providing required information.� 6.� The CO/COR may designate responsibility for out-processing to the CPM. This requires that the CPM have an active CBP Background Investigation (BI) and Active Directory (AD) account.� CPM shall provide Contactor Employee departure/separation date and reason for leaving to the CO/COR in accordance with CBP Directive 1210-007B, Tracking of Contractor Employees. Failure by the CPM to provide timely notification of Contractor Employee departure/separation in accordance with the contract requirements shall be documented and considered when government personnel completes a Contractor Performance Report (under Business Relations) or other performance related measures.� Additionally, the CO/COR shall immediately notify OPR/SMD of the contractor�s departure/separation. B.� Security Background Investigation Requirements 1.� In accordance with DHS Instruction Handbook 121-01-007-01, Rev. 01, the Department of Homeland Security Personnel Security, Suitability and Fitness Program, Chapter 2, Personnel Security Program Standards, � 13, Citizenship Requirements, Contractor Employees who require access to sensitive information must be U.S. citizens or have Lawful Permanent Resident (LPR) status, � 13E.� A waiver may be granted, as outlined in Chapter 2, � 14 of DHS Instruction Handbook 121-01-007-01. 2.�Contractor employees that require access to DHS IT systems or development, management, or maintenance of those systems must be U.S. citizens in accordance with Chapter 2, Personnel Security Program Standards, � 13, and� Citizenship Requirements, � 13F.� (Lawful Permanent Resident status is not acceptable in this case).� A waiver may be granted, as outlined in Chapter 2, � 14 of DHS Instruction Handbook 121-01-007-01. 3.� Provided the requirements of DHS Instruction Handbook 121-01-007-01 are met as outlined in paragraph 1, above, Contractor Employees requiring access to CBP facilities, sensitive information or information technology resources are required to have a favorably adjudicated background investigation (BI) or a single scope background investigation (SSBI) prior to commencing work on this contract. Exceptions shall be approved on a case-by-case basis with the Contractor Employee�s access to facilities, systems, and information limited until the Contractor employee receives a favorably adjudicated BI or SSBI.� A favorable adjudicated BI or SSBI shall include various aspects of a Contractor Employee�s life, including employment, education, residences, police and court inquires, credit history, national agency checks, and a CBP Background Investigation Personal Interview (BIPI). 4.� The Contractor Employee shall submit within ten (10) working days after award of this contract a list containing the full legal name, social security number, place of birth (city and state), and date of birth of employee candidates who possess favorably adjudicated BI or SSBI that meets federal investigation standards.� For Contractor employee candidates needing a BI for this contract, the Contractor Employee shall require the applicable Contractor Employees to submit information and documentation requested by CBP to initiate the BI process.� 5.� Background Investigation information and documentation is usually submitted by proper completion of standard federal and agency forms such as Electronic Questionnaires for investigations Processing (e-QIP), Fingerprint Card, CBP Form 78-Background Investigation Requirements Determination (BIRD), Fair Credit Reporting Act (FCRA) Form, a Contractor Employee Initial Background Investigation (BI) Form (CBP Form 77) (Sections A and B). These forms must be submitted to the designated CBP official identified in this contract.� The designated CBP security official will review the information for completeness.� 6.� The estimated completion of a BI or SSBI is approximately sixty (60) to ninety (90) days from the date of receipt of the properly completed forms by CBP security office.� During the term of this contract, the Contractor is required to provide the names of its employees who successfully complete the CBP BI or SSBI process to the CO and COR.� Failure of any Contractor Employee to obtain and maintain a favorably adjudicated BI or SSBI shall be cause for dismissal.� For key personnel, the Contractor shall propose a qualified replacement employee candidate to the CO and COR within 30 days after being notified of an unsuccessful candidate or vacancy.� For all non-key personnel Contractor Employees, the Contractor shall propose a qualified replacement employee candidate to the COR within 30 days after being notified of an unsuccessful candidate or vacancy.� The CO/COR shall approve or disapprove replacement employees.� Continuous failure to provide Contractor Employees who meet CBP BI or SSBI requirements may be cause for termination of the contract.� C.� Security Responsibilities 1.� The Contractor shall ensure that its employees follow the general procedures governing physical, environmental, and information security described in the various DHS CBP regulations identified in this clause.� The contractor shall ensure that its employees apply proper business practices in accordance with the specifications, directives, and manuals required for conducting work under this contract.� Applicable contractor personnel will be responsible for physical security of work areas and CBP furnished equipment issued under this contract. 2.� The CO/COR may require the Contractor to prohibit its employees from working on this contract if continued employment becomes detrimental to the public�s interest for any reason including, but not limited to carelessness, insubordination, incompetence, or security concerns. 3.� Work under this contract may require access to sensitive information as defined under Homeland Security Acquisition Regulation (HSAR) Clause 3052.204-71, Contractor Employee Access, included in the solicitation/contract.� The Contractor Employee shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the CO.� 4.� The Contractor shall ensure that its employees who are authorized access to sensitive information, receive training pertaining to protection and disclosure of sensitive information.� The training shall be conducted during and after contract performance. 5.� Upon completion of this contract, the Contractor Employee shall return all sensitive information used in the performance of the contract to the CO/COR.� The Contractor shall certify, in writing, that all sensitive and non-public information has been purged from any Contractor-owned system.�� D.� Notification of Contractor Employee Changes 1.� The CPM shall notify the CO/COR via phone, facsimile, or electronic transmission, immediately after a personnel change becomes known or no later than five (5) business days prior to departure of the Contractor Employee.� Telephone notifications must be immediately followed up in writing.� CPM�s notification shall include, but is not limited to name changes, resignations, terminations, and reassignments to another contract.� 2.� The CPM shall notify the CO/COR and program office (if applicable) in writing of any proposed change in access requirements for its employees at least fifteen (15) days, or thirty (30) days if a security clearance is to be obtained, in advance of the proposed change.� If a security clearance is required, the CO/COR will notify OPR/SMD. E.� Non-Disclosure Agreements As part of the BI package, Contractor Employees are required to execute and submit a Non-Disclosure Agreement (DHS Form 11000-6) as a condition to perform on any CBP contract. DISCLOSURE OF INFORMATION (MAR 2003) A.����� General Any information made available to the Contractor by the Government shall be used only for the purpose of carrying out the provisions of this contract and shall not be divulged or made known in any manner to any persons except as may be necessary in the performance of the contract. B.����� Technical Data Rights The Contractor shall not use, disclose, reproduce, or otherwise divulge or transfuse to any persons any technical information or data licensed for use by the Government that bears any type of restrictive or proprietary legend except as may be necessary in the performance of the contract.� Refer to the Rights in Data clause for additional information.� C.����� Privacy Act In performance of this contract the Contractor assumes the responsibility for protection of the confidentiality of all Government records and/or protected data provided for performance under the contract and shall ensure that (a) all work performed by any subcontractor is subject to the disclosure restrictions set forth above and (b) all subcontract work be performed under the supervision of the Contractor or their employees. NON-PERSONAL SERVICE (MAR 2003) 1.� The Government and the contractor agree and understand the services to be performed under this contract are non-personal in nature.� The Contractor shall not perform any inherently Governmental functions under this contract as described in Office of Federal Procurement Policy Letter 92-1 2.� The services to be performed under this contract do not require the Contractor or his employees to exercise personal judgment and discretion on behalf of the Government, but rather, the Contractor's employees will act and exercise personal judgment and discretion on behalf of the Contractor. 3.� The parties also recognize and agree that no employer-employee relationship exists or will exist between the Government and the Contractor.� The Contractor and the Contractor's employees are not employees of the Federal Government and are not eligible for entitlement and benefits given federal employees.� Contractor personnel under this contract shall not: (a)�� Be placed in a position where there is an appearance that they are employed by the Government or are under the supervision, direction, or evaluation of any Government employee.� All individual employee assignments any daily work direction shall be given by the applicable employee supervisor. (b)�� Hold him or herself out to be a Government employee, agent or representative or state orally or in writing at any time that he or she is acting on behalf of the Government.� In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as such and specify the name of the company of which they work. (c)�� Be placed in a position of command, supervision, administration or control over Government personnel or personnel of other Government contractors, or become a part of the government organization.� In all communications with other Government Contractors in connection with this contract, the Contractor employee shall state that they have no authority to change the contract in any way.� If the other Contractor believes this communication to be direction to change their contract, they should notify the CO for that contract and not carry out the direction until a clarification has been issued by the CO. 4.� If the Contractor believes 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 CO of this communication or action. 5.� Rules, regulations directives and requirements which are issued by U.S. Customs & Border Protection under their responsibility for good order, administration and security are applicable to all personnel who enter U.S. Customs & Border Protection installations or who travel on Government transportation.� This is not to be construed or interpreted to establish any degree of Government control that is inconsistent with a non-personal services contract. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE (JUL 2014) Contractor Performance Evaluations Interim and final performance evaluation reports will be prepared on this contract or order in accordance with FAR Subpart 42.15.� A final performance evaluation report will be prepared at the time the work under this contract or order is completed.� In addition to the final performance evaluation report, an interim performance evaluation report will be prepared annually to coincide with the anniversary date of the contract or order. Interim and final performance evaluation reports will be provided to the contractor via the Contractor Performance Assessment Reporting System (CPARS) after completion of the evaluation.� The CPARS Assessing Official Representatives (AORs) will provide input for interim and final contractor performance evaluations.� The AORs may be Contracting Officer�s Representatives (CORs), project managers, and/or contract specialists.� The CPARS Assessing Officials (AOs) are the contracting officers (CO) or contract specialists (CS) who will sign the evaluation report and forward it to the contractor representative via CPARS for comments. The contractor representative is responsible for reviewing and commenting on proposed ratings and remarks for all evaluations forwarded by the AO.� After review, the contractor representative will return the evaluation to the AO via CPARS. �The contractor representative will be given up to fourteen (14) days to submit written comments or a rebuttal statement.� Within the first seven (7) calendar days of the comment period, the contractor representative may request a meeting with the AO to discuss the evaluation report. The AO may complete the evaluation without the contractor representative�s comments if none are provided within the fourteen (14) day comment period.� Any disagreement between the AO/CO and the contractor representative regarding the performance evaluation report will be referred to the Reviewing Official (RO) within the division/branch the AO is assigned. Once the RO completes the review, the evaluation is considered complete and the decision is final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file and may be used in future award decisions. B.� Designated Contractor Representative The contractor must identify a primary representative for this contract and provide the full name, title, phone number, email address, and business address to the CO within 30 days after award. C.� Electronic Access to Contractor Performance Evaluations The AO will request CPARS user access for the contractor by forwarding the contractor�s primary and alternate representatives� information to the CPARS Focal Point (FP). The FP is responsible for CPARS access authorizations for Government and contractor personnel. The FP will set up the user accounts and will create system access to CPARS. The CPARS application will send an automatic notification to users when CPARS access is granted.� In addition, contractor representatives will receive an automated email from CPARS when an evaluation report has been completed. HOLIDAYS AND ADMINISTRATIVE LEAVE (MAR 2003) U.S. Customs and Border Protection (CBP) personnel observe the following days as holidays: New Year's Day���������������������������������� Labor Day Martin Luther King's Birthday Columbus Day Presidents' Day���������������������������������� Veterans Day Memorial Day������������������������������������ Thanksgiving Day Independence Day����������������������������� Christmas Day Any other day designated by Federal statute, by Executive Order or by the President's proclamation. When any such day falls on a Saturday, the preceding Friday is observed. When any such day falls on a Sunday, the following Monday is observed. Observance of such days by Government personnel shall not be cause for an extension to the delivery schedule or period of performance or adjustment to the price, except as set forth in the contract. Except for designated around-the-clock or emergency operations, contractor personnel will not be able to perform on site under this contract with CBP on holidays set forth above.� The contractor will not charge any holiday as a direct charge to the contract.� In the event Contractor personnel work during a holiday other than those above, no form of holiday or other premium compensation will be reimbursed as either a direct or indirect cost.� However, this does not preclude reimbursement for authorized overtime work. In the event CBP grants administrative leave to its Government employees, at the site, on-site contractor personnel shall also be dismissed if the site is being closed.� However, the Contractor shall continue to provide sufficient personnel to perform around-the-clock requirements of critical efforts already in progress or scheduled and shall be guided by the instructions issued by the Contracting Officer or her/his duly appointed representative.� In each instance when the site is closed to Contractor personnel as a result of inclement weather, potentially hazardous conditions, explosions, or other special circumstances; the Contractor will direct its staff as necessary to take actions such as reporting to its own site(s) or taking appropriate leave consistent with its policies.� The cost of salaries and wages to the Contractor for the period of any such site closure are a reimbursable item of direct cost under the contract for employees whose regular time is normally a direct charge if they continue to perform contract work; otherwise, costs incurred because of site closure are reimbursable as indirect cost in accordance with the Contractor's established accounting policy. ���������������������������������� 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer�s Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer.� Contracting Officer, shall be incorporated into the contract as a compliance document. �The contractor shall comply with the approved accreditation documentation. 3052.204-71 CONTRACTOR EMPLOYEE ACCESS (SEP 2012) (a) Sensitive Information, as used in this clause, means any information, which if lost, misused, disclosed, or, without authorization is accessed, or modified, could adversely affect the national or homeland security interest, the conduct of Federal programs, or the privacy to which individuals are entitled under section 552a of title 5, United States Code (the Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense, homeland security or foreign policy. This definition includes the following categories of information: (1) Protected Critical Infrastructure Information (PCII) as set out in the Critical Infrastructure Information Act of 2002 (Title II, Subtitle B, of the Homeland Security Act, Public Law 107-296, 196 Stat. 2135), as amended, the implementing regulations thereto (Title 6, Code of Federal Regulations, Part 29) as amended, the applicable PCII Procedures Manual, as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the PCII Program Manager or his/her designee); (2) Sensitive Security Information (SSI), as defined in Title 49, Code of Federal Regulations, Part 1520, as amended, �Policies and Procedures of Safeguarding and Control of SSI,� as amended, and any supplementary guidance officially communicated by an authorized official of the Department of Homeland Security (including the Assistant Secretary for the Transportation Security Administration or his/her designee); (3) Information designated as �For Official Use Only,� which is unclassified information of a sensitive nature and the unauthorized disclosure of which could adversely impact a person�s privacy or welfare, the conduct of Federal programs, or other programs or operations essential to the national or homeland security interest; and (4) Any information that is designated �sensitive� or subject to other controls, safeguards or protections in accordance with subsequently adopted homeland security information handling procedures. (b) �Information Technology Resources� include, but are not limited to, computer equipment, networking equipment, telecommunications equipment, cabling, network drives, computer drives, network software, computer software, software programs, intranet sites, and internet sites. (c) Contractor employees working on this contract must complete such forms as may be necessary for security or other reasons, including the conduct of background investigations to determine suitability. Completed forms shall be submitted as directed by the Contracting Officer. Upon the Contracting Officer's request, the Contractor's employees shall be fingerprinted, or subject to other investigations as required. All Contractor employees requiring recurring access to Government facilities or access to sensitive information or IT resources are required to have a favorably adjudicated background investigation prior to commencing work on this contract unless this requirement is waived under Departmental procedures. (d) The Contracting Officer may require the Contractor to prohibit individuals from working on the contract if the Government deems their initial or continued employment contrary to the public interest for any reason, including, but not limited to, carelessness, insubordination, incompetence, or security concerns. (e) Work under this contract may involve access to sensitive information. Therefore, the Contractor shall not disclose, orally or in writing, any sensitive information to any person unless authorized in writing by the Contracting Officer. For those Contractor employees authorized access to sensitive information, the Contractor shall ensure that these persons receive training concerning the protection and disclosure of sensitive information both during and after contract performance. (f) The Contractor shall include the substance of this clause in all subcontracts at any tier where the subcontractor may have access to Government facilities, sensitive information, or resources. 3052.204-71 CONTRACTOR EMPLOYEE ACCESS-ALTERNATE II (JUN 2006) When the Department has determined contract employee access to sensitive information or Gove...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68ac42080f664cfa982c3642e288b01c/view)
 
Place of Performance
Address: Indianapolis, IN 46278, USA
Zip Code: 46278
Country: USA
 
Record
SN05591041-F 20200319/200317230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.