SOLICITATION NOTICE
Q -- Dental Assistants
- Notice Date
- 6/5/2020 2:31:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621210
— Offices of Dentists
- Contracting Office
- ALBUQUERQUE AREA INDIAN HEALTH SVC ALBUQUERQUE NM 87110 USA
- ZIP Code
- 87110
- Solicitation Number
- 75H70720Q00026
- Response Due
- 6/5/2020 4:00:00 PM
- Archive Date
- 06/20/2020
- Point of Contact
- Cedric A. Wood, Phone: 5052566756, Clarisa Gallegos, Phone: 5052566748, Fax: 5052566848
- E-Mail Address
-
cedric.wood@ihs.gov, clarisa.gallegos@ihs.gov
(cedric.wood@ihs.gov, clarisa.gallegos@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***Modification to the base solicitation # 75H70720Q00026�stated a ""Partial Set-aside Side"" will be used. This was a error made during posting. The set-aside is changed to reflect the correct language for that a ""Toal Small Business Set-Aside"" will be used.*** This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and written solicitation will not be issued. The solicitation number is 75H70720Q00026. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 March 30, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement is 621210 � Dentists Offices (PSC Code: Q503) with a small business size standard of 100. Due to the availability of these services a small business-aside will be used. Only one award will result from this solicitation. FOB Destination shall be Dulce, New Mexico, 87528.The Indian Health Service (IHS)/Albuquerque Area Office. The Jicarillla Service Unit has a requirement for two (2) Dental Assistants to provide services. The Government contemplates to award single Contracts resulting from this solicitation. PRICE OR COST This solicitation will result in single Firm-Fixed-Price (FFP) Contract and serve as a means of arriving at price reasonableness for award purposes. PURPOSE: The contractor will provide 1 to 2 dental assistants (see Description) to the following Albuquerque Area Indian Health Service Facility:� Jicarilla Service Unit (JSU) Dental Department 500 North Mundo Dr. Dulce, NM 87528 Acquisition will be for a six month base period with two six month option periods.� Estimated Hours of usage is up to 1040 hours (26 weeks x 40 hours = 1040 hours) per 6 month period. This contract is contingent upon an open vacancy at JSU Dental. ���� Statement of Work for JSU Dental Assistant Services Purchase of Dental Assisting services from an independent contractor(s) under a non-personal services contract/Purchase Order. Services are to be provided at a Government facility utilizing Government provided equipment, supplies, and instruments. Use of Government property is incidental to performance of this contract. DESCRIPTION OF SERVICES/SUPPLIES The contractor shall be in accordance with all Federal, State, Local, Tribal and IHS regulations and shall be made with minimal divergence from the schedule established and with minimum disturbance and maximum protection of government personnel, property and general public. The contractor(s) shall provide appropriate Dental Assisting non-personal healthcare services to patients of JSU with the following specifications: Please provide either 1 full time or 2 part-time Dental Assistants who will work to a total of no more than 40 hours per week, for a minimum of 26 weeks at the JSU Dental clinic. If providing 1 full-time Dental Assistant that will work 40 hours/week, then only 1 Dental Assistant will be needed to fulfil contract. However, if providing 2 part-time Dental Assistants, both DA�s hours together shall not equal more than 40 hours/week. Total Estimated hours per six month base period will be up to 1,040 hours, on an as needed basis.� Hours of operation are Monday thru Friday 8am to 4:30pm. No evenings or weekends required, no overtime required, no holidays required. P.L. 101-630 will be required. Immunization Certificate will be required. Background Check will be required.� Chaperone Form will be required. The Contractor(s) shall provide general Dental Assisting services to include, but not limited to: Following all infection control and OSHA protocols in line with JSU Dental Department policy Protecting all patient health information in line with JSU & HIPAA policies Providing dental chairside assistance with all routine dental procedures Preparing patient for dental procedure to be performed Proper cleaning and disinfection of dental operatories as per JSU Dental policy Preparing dental operatory with appropriate instruments and materials Updating patients� medical history and other forms and medical history in Dentrix. Updating patients� Dentrix notes as directed by dentists Positioning and exposing dental radiographs Applying topical fluoride for patients as directed by dentist Providing toothbrush prophylaxis to pediatric patients as directed by dentist Taking alginate dental impressions Performing routine dental laboratory procedures � fabricating dental models and custom trays Preparing dental laboratory prescriptions per dentist instructions Maintaining sundry supplies in dental operatory Sterilization of dental instruments Providing patient education � oral hygiene instruction, post-operative wound care, etc. Preparing and explaining various dental consent forms to patients Performing minimal dental receptionist duties as needed Measuring patient vital signs A valid Dental Assistant Certification is preferred Following various directions or completing any other tasks as assigned or requested by dentists and/or Lead Dental Assistant Shall work in collaboration with all dental staff and other JSU staff. Shall work with the Chief of Dental Officer to establish a monthly schedule of clinic days required. Changes to clinic visits and hours of services to be provided by the Contractor shall have prior approval of the Chief of Dental services at the IHS facility. Shall confer with dentists and Lead Dental Assistant on a regular basis assuring timely and adequate communication of findings or concerns for appropriate and quality patient care. Shall arrive in adequate time to prepare for Clinic day schedule. The Contractor is expected to demonstrate sensitivity to cross-cultural and language difference and have the ability to work through interpreters. RESPONSIBILITY FACTORS: The contractor(s) shall meet the following responsibility factors: The Contractor will ensure their employee completes the required documents for the character investigation in compliance with Public Law (P.L) 101-630 ""Indian Child Protection and Family Violence Act of 1990"".� � The contractor�s employee will answer and sign the document entitled; ""Care and Certification of Addendum to Declaration to Federal Employment, Indian Health Service, and Indian Child Care Worker Positions"". � The offer must show evidence of immunization records and recent (within 2 years) physical examination, which establishes fitness to perform the task.� See section on Health Requirements below. � The Contractor(s) shall comply with the standards and ethics of dental assisting and patient care as determined by JSU and abide with all Bylaws, policies, and regulations.� � The contractor(s) shall provide a copy of his/her work experience (resume, C.V.). � The contractor(s) must have an active and current Dental Radiology Certification OR must be actively working towards becoming certified. o��������� In cases where contractor(s) is not Dental Radiology Certified, contractor(s) will work with COR to set up a training schedule and reasonable date by which IHS Dental Radiology Certification will be obtained by contractor(s). PLACE AND SCHEDULE OF PERFORMANCE: DELIVERY LOCATION The contractor shall provide dental assisting non-personal healthcare services at the following Albuquerque Area Indian Health Service Facility:� Jicarilla Service Unit Dental Department 500 North Mundo Dr. Dulce, NM 87528 Services are to be performed during routine clinic hours and will not exceed 5 days per week.� ROUTINE CLINIC HOURS: Monday through Friday: 8:00AM-4:30PM. Lunch Break: 30 Minutes. Holidays: Closed. PERIOD OF PERFORMANCE The items required under this contract shall commence NLT 10 days after award: ����������� Start���� End Base���� TBD���� 6 months from start date Option Period #1���������� 6 months TBD� 6 months TBD Option Period #2���������� 6 months TBD� 6 months TBD Performance shall be for the period of TBD upon Contract Awarding and ending 6 months from start date with two option periods unless the period is changed by written modification to the purchase order in accordance with FAR 52.217-9, Option to Extend the Term of the Contract.� SCHEDULE OF DELIVERABLES OR REPORTING REQUIREMENTS: Delivery and accountability of work shall be documented by the Contracting Officer Representative (COR). QUALITY ASSURANCE: Review of quality of work will consist of assignments and tasks accomplished and supervisory review of work. Supervisor will then discuss results with COR who will notify the Contracting Officer and vendor of any deficiencies. The contractor is required to correct any deficiencies identified. Failure to take corrective action may result in termination of the contract. The contract may also be terminated for cause if facilities are endangered or harmed as a result of the contractor's action. The contractor(s) is subject to JSU Clinical Staff Bylaws and Rules and Regulations. CONTRACT OFFICER REPRESENTATIVE (COR) Jenna Lotz, DMD, 575-759-7302, is hereby designated as Contract Officer�s Representative for this service. The Contract Officer Representative responsibilities will be to coordinate with the contractor the technical aspects of this service and the review of performance hereunder.� The Contract Officer�s Representative does not have the authority to change or alter the order amount, terms and conditions. The Contract Officer�s Representative responsibilities include ensuring contractor accountability, monitoring the contractor's technical progress- including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements, interpreting the statement of work, performing technical evaluations as required, performing technical inspection and acceptance required, assisting the contractor in the resolution of technical problems encountered during performance and receiving and processing invoices for payment. COMPENSATION The Contractor shall be compensated at the agreed contract amount based on monthly invoices submitted and only for services in direct performance of this contract.� The Contract does not allow for annual or sick leave or other fringe benefits. Per mandate by the U. S. Department of Treasury and effective July 1996, payments by Electronic Funds Transfer System will be made to the Contractor's designated financial institute. The Contractor's pricing/cost includes all mandatory Federal, State and Local taxes. It is the sole responsibility of the Contractor to collect and pay for all New Mexico State Gross Receipt Taxes for business/work performed in the State of New Mexico, regardless of county the business/service/work was performed. The Indian Health Service will not withhold taxes nor will it issue a W-2 to the contractor. A firm fixed-price purchase order will be awarded for a base year, with two, 6 month option periods for renewal. Option renewal will be on the basis of satisfactory services provided and contingent upon availability of funds for the appropriate fiscal year. In accordance with the Fair Labor Standards Act (FLSA), employees/contractors will receive overtime pay for hours worked over 40 in a workweek at a rate not less than time and one-half their regular rates of pay. CLIENT BACKGROUND Some of the IHS patients receiving services under this contract may only speak a native language or may have limited comprehension of the English language, and/or may reside on a Native American Indian Reservation. The Contractor is expected to demonstrate sensitivity to cross-cultural and language difference and have the ability to work through interpreters. SUBCONTRACTS: None of the services furnished under this agreement shall be subcontracted or transferred to another contractor, or organization, without the specific prior written approval of the Contracting Officer.� CONTRACTING OFFICER RESPONSIBILITY: The authorities to negotiate changes in the terms and conditions or the amounts cited in the contract are reserved to the Contracting Officer. PAYMENT OFFICE The payment office is:�������������������������������������������������� Electronic Funds Transfer (EFT) Disbursed by: Albuquerque Indian Health Service������������������������������� U S Department of Treasury Division of Accounting Services����������������������������������� Office of Disbursements 4101 Indian School Road NE, Suite 225 ����������������������� Austin, TX 73301 Albuquerque, NM� 87110 GENERAL CONTRACT INFORMATION This is a non-personal health care service contract, as defined in Federal Acquisition Regulation (FAR) 37.401, under which the contractor is an independent contractor. FINGERPRINTING REQUIREMENTS FOR SECURITY AND SUITABILITY: Prior to start of services specified by the contract scope of work, the Contractor must contact Warren Cheromiah, at Telephone No. (505) 256-6749, Division of Contracts and Grants Management, AAO to schedule an appointment to complete the fingerprinting process required by the IHS regulations pertinent to security and character background investigations. GOVERNMENT FURNISHED INFORMATION, PROPERTY AND SERVICES Government unique information related to this requirement, which is necessary for Contractor performance, will be made available to the Contractor. The COR will be the point of contact for identification of any required information to be supplied by the Government.� Except for the property and service listed, the Government will provide, for joint use by the Government and the Contractor, all necessary equipment, supplies, and clinic space to perform the services under this contract. CONTRACTOR EXCLUSIVE USE: Personal Protective Equipment (PPE): The Government will furnish the Contractor with appropriate PPE other than specified in the contract. The Government will be responsible for any repair, cleaning, and inventory required for the PPE. This does not include any type of uniform or laboratory coat.� The Government will provide facility specific contractor identification badges for each contractor.� A minimum fee of $20.00 will be charged for lost or destroyed badges. Training: Facility specific orientation/training necessary for the Contractor to perform the required duties, e.g., IHS information technology (IT) systems and operational procedures. Training will be provided ONLY if the subject matter is necessary to improve or enhance the quality of dental assistant non personal healthcare services or includes mandates made by the IHS Service Units/Health Centers while working under this contract. Training may not be provided for the purpose of continuing education, career development, or individual development�this is up to the discretion of the Chief Dental Officer and the COR.� COR is the primarily responsible for monitoring the technical progress including surveillance and assessment of performance for this order. CONTRACTOR FURNISHED PROPERTY Except for the property specified as government furnished, the Contractor shall provide all uniforms and other personal medical instruments subject to the following: Uniforms and Lab Coats: Uniforms and Lab Coats must conform to the requirements of the Indian Health Service Manual, Part 3, and Chapter 4 and meet the approval of the Chief Dental Officer at each IHS facility. � Other personal medical instruments: �Other personal medical instruments� are defined as Contractor owned items may include but not limited to stethoscope, scissors, as appropriate to the work unit. The Contractor must not use unsafe equipment or supplies at any time during performance of this contract. All Contractor furnished equipment and supplies shall be subject to inspection by the Government and must be approved by the COR prior to use by the Contractor. The Government reserves the right to prohibit the use of any materials, supplies, or equipment. IDENTIFICATION OF CONTRACTOR: The Contractor must wear a government issued contractor identification badge during performance of duty.� PIV cards are issued after 120 days at Service Unit. MANAGEMENT OF MEDICAL INFORMATION: The Contractor must manage all patient information in accordance with HIPAA standards, Privacy Act, and IHS Service Unit and/or Health Center specific policies and protocols.� The Contractor must immediately report to the Contracting Officer or COR any information or circumstances that may violate any statute, policy, or procedure. IHS INFORMATION TECHNOLOGY SYSTEMS: The contractor(s) will be permitted IHS System Access into D1, Dentrix, Carestream, JSU Intranet, and JSU Outlook Email. � The contractor(s) will have use of various network computers in the Dental Department as needed for patient care, clerical, and reception duties. In performance of this contract, the Contractor must adapt to and successfully utilize IHS information technology systems � Electronic Dental Records (EDR) that are deemed by the IHS as necessary for acceptable contractor performance.� The Contractor must ensure that IHS information technology system security policies and procedures are adhered to. The IT policies and procedures will be made available to the Contractor at each IHS facility.� The Contractor must follow all appropriate federal required information Technology security requirements and will be operating under Health Insurance Portability and Accountability (HIPAA) and Privacy Act regulations. HEALTH REQUIREMENTS: The contract staff is responsible to furnish documentation that reflects immunity for the indicated vaccine preventable diseases through documented disease, vaccination history, serology results, and/or any documented episodes of adverse events after vaccination. Any contractor who is allergic to a component of a vaccine and/or have a history of a severe reaction to a vaccine will not be required to receive that vaccine with documented proof of contraindication to the vaccination. The following are additional requirements for specific vaccine preventable diseases. Measles: Vaccinations with 2 doses of live measles or MMR vaccines administered at least 28 days apart, Laboratory evidence of immunity, Laboratory confirmation of disease, or birth before 1957. Mumps: Vaccinations with 2 doses of live mumps or MMR vaccines administered at least 28 days apart, Laboratory evidence of immunity, Laboratory confirmation of disease, or birth before 1957. Rubella: Vaccinations with 1 dose of live rubella or MMR vaccines administered at least 28 days apart, Laboratory evidence of immunity, Laboratory confirmation of disease, or birth before 1957 Hepatitis B: Vaccinations with three doses of Hepatitis B vaccines, or signed declination of Hepatitis B vaccination series. Varicella: Vaccinations with two doses of varicella at least 4 weeks apart, laboratory evidence of immunity or confirmation of disease, diagnosis or verification of history of varicella disease by a health care provider, or diagnosis or verification of a history of herpes zoster by a health care provider. Influenza: Vaccination with one dose of current annual influenza season vaccine. Documented proof of the contraindication to the influenza vaccination as outlined by Advisory Committee on Immunization Practices recommendations, or written statement justifying religious exemption from influenza vaccination. Note: unvaccinated contract staff with an approved medical or religious exemption must wear an IHS-provided surgical or similar mask when working in patient care areas or other areas frequented by patients in an IHS facility during the influenza season. Pertussis Vaccination with one dose of Tdap vaccine. TB The contract staff must have written documentation of TB test (TST or IGRA) within the last 12 months. If documented Positive TB test: Provide chest x-ray report of �No active TB disease� following positive TB test. Annual sign and symptoms screen: If negative sign and symptom screen, follow up chest x-ray not indicated. If signs and symptoms screen positive, contract staff must have written documentation of chest x-ray and health care provider evaluation. Any additional immunization in accordance with IHS Immunization Policy that is available upon request. References: Centers for Disease Control & Prevention. (2017). Recommended Immunization Schedule for Adults Aged 19 years or older, United States 2018.� https://www.cdc.gov/vaccines/schedules/hcp/adult.html Centers for Disease Control and Prevention. (2011). Immunization of Health-Care Personnel:� Recommendations of the Advisory Committee on Immunization Practices (ACIP).� https://www.cdc.gov/mmwr/preview/mmwrhtml/rr6007a1.htm Indian Health Services. Indian Health Manual Chapter 12 Employee Immunizations. Indian Health Services. Indian Health Service Circular NO 2016.04: Mandatory Seasonal Influenza Immunizations for the Civilian Health Care Personnel. Retrieved from https://www.ihs.gov/ihm/index.cfm?module=dsp_ihm_circ_main&circ=ihm_circ_1604�� Centers for Disease Control and Prevention. (2015). Epidemiology and Prevention of Vaccine Preventable Diseases (2015) 13th Ed. OTHER REQUIREMENTS OF CONTRACT SERVICES: A contractor providing service under this contract must attend mandatory orientations specified by the IHS. Contractors are mandated to cooperate with the appropriate IHS managers when the contractors� employees are subpoenaed or requested by Tribal, State or Federal Parties to provide testimony as stated in Section 5-27.3(B)(9) of the Indian Health Manual. Any Contractor�s employee demonstrating impaired judgment will not be allowed to continue working. The Government reserves the right to remove any Contractor�s employee who is impaired. CRIMINAL HISTORY BACKGROUND CHECK: Contractor�s employees whose duties and responsibilities involve regular contact or control over children are subject to a character investigation as required by Public Law 101-630, The Indian Child Protection and Family Violence Act. The minimum standards of character shall ensure that none of the individuals described in subsection have been found guilty of, or entered a plea of nolo contendere or guilty to, any felonious offense, or any of two or more misdemeanor offenses, under federal, state, or tribal law INVOLVING CRIMES OF VIOLENCE; SEXUAL ASSAULT, MOLESTATION, EXPLOITATION, CONTACT OR PROSTITUTION; CRIMES AGAINST PERSONS; OR OFFENSES COMMITTED AGAINST CHILDREN. These crimes do not hold a time statue and will be evaluated the same under any Child Care �CNACI� investigation with IHS. IHS will conduct these investigations following award of a contract. Until the character investigation has been completed and the Contracting Officer notified of the results, the Contractor�s employees must not have unsupervised contact with Indian children. Contractor�s employees are not able to work a scheduled shift until the security check is performed and clearance has been obtained by the appropriate agency. At a minimum, fingerprints are required and upon clearance of this stage a contractor�s employee may work a scheduled shift. However, Contractor�s employees are required to complete the detail background application and application is to be completed within 30 days once the contractor�s employee has been given access. All Contractors� employees are subject to criminal background check prior to performing services in accordance with the PURCHASE ORDER terms and conditions. The contractor shall ensure that each of their employees complete the Certification of Criminal History and Background Check Packet. The completed forms are to be returned to the COR. Additional Background Check packets can be obtained through the COR. GOVERNMENT HOLIDAYS (https://www.federalpay.org/holidays) New Year�s Day���� Martin Luther King�s Birthday���� President�s Day���� Memorial Day���� Independence Day Labor Day���� Columbus Day���� Veteran�s Day���� Thanksgiving Day���� Christmas Day *Any other day specifically declared by the President of the United States to be a national holiday (www.opm.gov/fedhol). 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 contract 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; (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-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), 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. 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 contract 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 - Central Contractor Registration. Failure to submit directly to the offices listed above will delay prompt payment of your invoice. CONTRACTOR PERFORMANCE EVALUATION REPORT During the life of this contract, the contractor�s performance will be evaluated on an interim and final basis pursuant to FAR Subpart 42.15.� Evaluation will become part of the contract file and will be used as past performance information in evaluating the Contractor�s, and any significant subcontractors� or affiliates, past performance on future contracts.� Contractor Performance Assessment Report System (CPARS) is an on-line reporting system https://www.cpars.gov/. The Contractor Performance Report is completed by the COR electronically and sent to the Contractor for review and approval at the end of each performance period as an interim report and at the end of the contract performance as a final report.� After review by the Contracting Officer, the report becomes a permanent record of the Contractor�s past performance. SECURITY ����������� To perform the work specified herein, contractor personnel will require access to sensitive data, regular access to HHS-controlled facilities, and/or access to HHS information systems.� The Government has determined the position sensitivity under this effort to be Level 1. ����������� To gain access to the sensitive data, HHS-controlled facilities, and/or HHS information systems, the Contractor shall comply with Homeland Security Presidential Directive 12, Policy for a Common Identification Standard for Federal Employees and Contractors, and with the personal identity verification and investigation procedures obtained in: o��������� HHS Information Security Program Policy, http://www.hhs.gov/ocio/securityprivacy/ o��������� HHS Office of Security and Drug Testing, personnel Security/Suitability Handbook, ?�������� http://www.hhs.gov/ocio/policy/hhs-ocio-2011-0003.html o��������� Reserved o��������� HHS HSPD-12 Implementation Policy (draft) ����������� The minimum Government investigation for a non-critical sensitive position is a National Agency Check and Inquiries (with fingerprinting), which consists of searches of records covering specific areas of a person�s background during the past five years.� Those inquiries are sent to current and past employers, schools attended, references, and local law enforcement authorities.� More restricted positions, above non-sensitive, require more extensive documentation and investigation. ����������� Contractors should ensure that the employees whose names they submit have a reasonable chance for access approval.� Delays associated with rejections and consequent reinvestigations may not be excusable. ����������� Typically, the Government investigates personnel at no cost to the Contractor, but the expense of multiple investigations for the same position is difficult to justify. Consequently, multiple investigations for the same position may, at the Contracting Officer�s discretion, justify reduction(s) in the Contract price of no more than the cost of the extra investigation(s). ����������� Language similar to this Security section shall be included in any Sub-Contracts which require Sub-Contractor personnel to have access to an information system, access to sensitive data, regular or prolonged access to a HHS-controlled facility, or any combination of these three. ����������� Inquiries, including requests for forms and assistance, should be directed to the Contracting Officer or his/her designee, listed in the Contract. ����������� Within seven (7) calendar days after final acceptance of the work specified herein, the Contractor shall return all identification badges to the Contracting Officer or the COR. ����������� REFERENCES o��������� The work to be performed under this contract will assist the IHS in better meeting legislative mandates and associated implementation guidance from OMB, HHS, NIST, and US Cert.� Statutes and Acts generally applicable to IHS security include, but are n...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b6e075a47a744a18aad90074cbe1c758/view)
- Place of Performance
- Address: Dulce, NM 87528, USA
- Zip Code: 87528
- Country: USA
- Zip Code: 87528
- Record
- SN05681829-F 20200607/200605230143 (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 |