SOURCES SOUGHT
66 -- Snorkel Exhaust Fume Extractors
- Notice Date
- 5/10/2024 9:54:20 AM
- Notice Type
- Sources Sought
- NAICS
- 333413
— Industrial and Commercial Fan and Blower and Air Purification Equipment Manufacturing
- Contracting Office
- ARMY MED RES ACQ ACTIVITY FORT DETRICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- PANMRA-24-P-0000-004035
- Response Due
- 5/23/2024 7:00:00 AM
- Archive Date
- 06/07/2024
- Point of Contact
- REBECCA WISNER, Phone: 3016191349
- E-Mail Address
-
rebecca.c.wisner.civ@health.mil
(rebecca.c.wisner.civ@health.mil)
- Small Business Set-Aside
- LAS Local Area Set-Aside (FAR 26.2)
- Description
- Request for Information (RFI) Snorkel Exhaust Fume Extractors� General Information: This is an RFI as defined in FAR 15.201(e) to ascertain whether a commercial item exists that provides the capabilities described herein. �� This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI will be treated as business confidential information. �Nonetheless, submitters should properly mark their responses if the information is confidential. �Responses to the RFI will not be returned. �Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �Responders are solely responsible for all expense associated with responding to this RFI. RFI Response and due date: 23 May 2024 10:00 AM Eastern Time (ET)� Instructions to Responders: Responses from all capable and qualified sources are encouraged to respond to this request. � White papers should adhere to the following formatting and outline instructions: 1. � All submissions shall be made electronically and be in one of the following formats: Microsoft Word or Adobe PDF. 2. Cover Page (1page) ��� �Title� ��� �Organization ��� �Responders technical and administrative points of contact (names, addresses, phone, fax number and email addresses) ��� �Topic area(s) addressed ��� �NAICS Code ��� �Cage Code and Unique Entity ID 3. � Interested parties are asked to respond to this RFI and submit a capabilities statement that supports the focus of this RFI as detailed below. �Please review the place of performance requirements. Please submit written responses via email in Microsoft Office 2000 or 2007 format. �All responses should be complete: in 12-point font; and not to exceed 3 pages total, including graphics, tables, and appendices. 4. �Provide a Rough Order of Magnitude (ROM) to meet the requirement to include level of effort, equipment, hours as applicable. No hardcopies shall be accepted. No written solicitation document is available at this time. Telephone requests will not be honored, and no bidders list shall be maintained. No inquiries regarding any potential future acquisition activities shall be entertained. Potential offerors are requested to direct all questions via email to the Point of Contact listed below. Responses are due to the Point of Contact, Ms. Rebecca Wisner at email: �rebecca.c.wisner.civ@health.mil no later than 10:00 AM ET, 23 May 2024 � This requirement is to establish a Blanket Purchase Agreement (BPA) for fume exhauster arms with installation and services agreement with a 5-year ordering period.� DRAFT PERFORMANCE WORK STATEMENT (PWS) Snorkel Vent Tubes Walter Reed Army Institute of Research (WRAIR), Logistics Branch (LOG) Part 1 General Information 1. ��� �General: �This is a non-personal service(s) contract under which the personnel rendering the service(s) are not subject, either by the contract�s terms or by the manner of its administration, to the supervision and control usually prevailing in relationships between the Government and its employees. 1.1 ��� �Description of Services/Introduction: �This is a non-personal service(s) and materiel contract to provide new fume exhauster arms throughout the laboratories and work areas. This requirement includes removal of current fume exhauster arms and disposal, installation and adaptation to existing exhaust ducts, training personnel on use and user maintenance, and routine maintenance and repair as required. 1.2 ��� �Background: The Walter Reed Army Institute of Research (WRAIR) provides unique research capabilities and innovative medical solutions to a range of Force Health Protection and Readiness challenges currently facing U.S. Service Members, along with threats anticipated during future operations. � Through both times of peace and war, infectious diseases have killed, sickened, and disabled far more Service Members than bombs and bullets. WRAIR has created a model of vaccine and therapeutic development that is unique, nimble, and responsive to dynamically evolving infectious disease threats of military importance. WRAIR, with its unparalleled expertise, facilities, and international network, has developed many vaccines and drugs in use today by military and civilian medicine around the globe. � In addition to protecting against infectious disease threats, WRAIR conducts basic and applied research that promotes psychological resilience, enhances neurological functioning, and improves operational readiness among U.S. Service Members. By using a continuum of research from basic science to applied field studies, WRAIR creates innovative solutions to enhance Service Members� resilience and recovery. Research in military psychiatry and neuroscience has been an integral part of WRAIR's portfolio for more than 70 years. WRAIR researchers are recognized leaders in operational medical research for the military in several fields, including brain trauma, blast exposure, deployment stressors, and sleep management. The Logistics Branch (LOG), Equipment Management department is spearheading this multi-branch requirement for new fume exhauster arms throughout their laboratories and work areas.� 1.3 ��� �Scope/Period of Performance: � 1.3.1�� �Scope: �The Contractor shall provide non-personal service(s) and materiel. This shall include providing all personnel, equipment, supplies, transportation, tools, materials, supervision, and other items necessary to perform services as described in the Performance Work Statement (PWS) and associated contract documents, except for those items specified in Part 3 Government Property and Services. The Contractor shall perform to the standards and acceptable quality levels identified in this PWS and associated contract documents. 1.3.2 �� �Period of Performance: The period of performance for this requirement shall be as follows: Year 1�� �30 SEP 2024 � 29 SEP2025 Year 2�� �30 SEP 2025 � 29 SEP2026 Year 3�� �30 SEP 2026 � 29 SEP2027 Year 4�� �30 SEP 2027 � 29 SEP2028 Year 5�� �30 SEP 2028 � 29 SEP2029 1.4 ��� �Objectives: �The objective of this contract is to provide new fume exhauster arms with all required components for installation and required use. The services shall include site assessment to ensure proper fume exhauster arm and installation components are ordered for compatibility to existing exhaust ducts, removal and disposal of existing fume exhauster arms, installation of new fume exhauster arms, training personnel on proper use and user level maintenance, and provide routine maintenance and repair as required. 1.5 ��� �General Information: 1.5.1 ��� �Quality Control Plan (QCP):� The Contractor�s existing quality assurance system shall be utilized In Accordance With (IAW) Federal Acquisition Regulation (FAR) 12.208. � 1.5.2 ��� �Quality Assurance: �The Government will evaluate the Contractor�s performance under this contract IAW the Quality Assurance Surveillance Plan (QASP). This plan is primarily focused on what the Government must do to ensure that the Contractor has performed IAW the performance standards. It defines how the performance standards will be applied, the frequency of surveillance, and the acceptable quality levels (performance thresholds). 1.5.3 ��� �Recognized Holidays: �The following provides information on recognized holidays for the purpose of the PWS. If submittal of any documentation (e.g., deliverables, submittals, etc.) deadlines fall on a holiday, the closest workday prior to the holiday will apply as the deadline for submittal.� 1.5.3.1 ��� �U.S. Holidays: �Work shall be performed on U.S. federally recognized holidays occurring during the normal workweek unless otherwise directed by the KO. When a U.S. holiday occurs on a Saturday or a Sunday, the holiday is observed on the preceding Friday or following Monday, respectively.� New Year�s Day January 1st�� ��� ��� �M. L. King Memorial Day 3rd Monday in Jan Presidents� Day 3rd Monday in February�� ��� �Memorial Day last Monday in May Juneteenth June 19th � � � � � � � � � � � � � � � � � � � � �Independence Day July 4th�� ��� ��� ��� � Labor Day 1st Monday in September � � � � � � � � �Columbus Day 2nd Monday in October Veteran�s Day November 11th � � � � � � � � � � � � � �Thanksgiving Day 4th Thursday in November Christmas Day December 25th� 1.5.3.2 ��� �Host Nation Holidays: �Reserved. 1.5.4 ��� �Operating Hours: �The Government facility office hours, facility operating hours, and the Contractor support hour requirements often coincide, however, they may differ. Please refer to the following.� 1.5.4.1 ��� �Government Facility Office Hours: �The Government facility office hours occur between the hours of 0800 and 1800, Monday through Friday, except U.S. Holidays identified in paragraph 1.5.3.1 above or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. � 1.5.4.2 ��� �Government Facility Operating Hours: �The Government facility operating hours occur between the hours of 0600 and 1800, Monday through Saturday. �The Government facility is open for operations during the recognized U.S. Holidays identified in paragraph 1.5.3.1 above. The facility may close due to local or national emergencies, administrative closings, or host nation national holidays. 1.5.4.3 ��� �Contractor Support Hours: �The Contractor shall provide support during the same hours as the supported Government organization. The Contractor shall maintain an adequate workforce at all times, for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce is essential. For other than firm fixed price contracts, the Contractor will not be reimbursed when the Government facility is closed for the above reasons. 1.5.4.3.1 ��� �Contractor Work Plan: �The Contractor shall prepare and maintain a work plan. The plan, as a minimum, shall identify regularly scheduled work (to include location, work to be completed, timeline, etc.). The Contractor�s proposed work plan shall be submitted to the KO via the COR for review within ten days after date of contract award. The Government will review and either accept or return their comments to the Contractor within ten days. The Contractor shall then have three days to submit a final work plan. Any proposed change to the accepted final work plan is required to be resubmitted via the COR for review and acceptance by the KO at a minimum 30 days prior to implementation. The timeline noted above shall apply for review and acceptance for proposed changes (A.004). 1.5.5 ��� �Training Holidays: �WRAIR has historically granted military personnel training holidays as compensation for time that they spent in field training. These are typically combined with regular holiday leave schedules (for example, Christmas half-days or day-on-day-off schedules). Training holidays may affect access to military operated facilities. If scheduled work or access to facilities is required, coordination with occupants will be necessary or the work in affected facilities shall be rescheduled after the training holiday. 1.6 ��� �Place of Performance: �The work to be performed under this contract will be performed at the WRAIR, Building 503 Robert Grant Avenue, Silver Spring, MD 20910. This is a Government facility. 1.7 ��� �Security Requirements: �The following information is provided on security related matters. 1.7.1 ��� �Security Program: �Reserved.� 1.7.2 ��� �Personnel Security Clearance Requirements: �Reserved. 1.7.3 ��� �Installation Access: �Access to U.S. installations, buildings and controlled areas is limited to personnel who meet security criteria and are authorized. Failure to submit required information/data and obtain required documentation or clearances will be grounds for denying access to U.S. installations, buildings, and controlled areas. The Contractor shall ensure that any subcontractors used in performance of this contract complies with these requirements and that all employees, of both the Contractor and any subcontractor utilized by the Contractor, are made aware of and comply with these requirements. The Contractor shall be aware of and comply with the requirements associated with Installation Access Control. The Government is not liable for any costs associated with performance delays due solely to a firm�s failure to comply with Installation Access Control System (IACS) processing requirements.� The Contractor shall return installation passes to the issuing IACS office when the contract is completed or when a Contractor employee no longer requires access.� 1.7.3.1 ��� �Installation Pass Log: �Reserved.� 1.7.3.2 ��� �Individual Termination or Expiration of Employment: �The Contractor shall collect the installation access passes the same day employment of an individual has expired or has been terminated and shall return them to the issuing office within five days. 1.7.3.3 ��� �Contract Termination or Cancellation: �Reserved. 1.7.3.4 ��� �Common Access Cards (CAC) and CAC Log: � Reserved. 1.7.4 ��� �Background Checks: �Reserved. 1.7.4.1 ��� �U.S. Citizen: �Reserved. � 1.7.4.2 ��� �Local Nationals and Third Country Nationals: �Reserved. 1.7.5 ��� �Physical Security: �The Contractor shall safeguard all Government equipment, information, and property provided for Contractor use. At the close of each work period, Government facilities, equipment, and materials shall be secured IAW the Army Physical Security Program, Army Regulation (AR) 190-13. 1.7.6 ��� �Operations Security (OPSEC) Requirements: �Contractor personnel shall adhere to facility security policies and restrictions. The Contractor shall immediately report suspicious activities to security personnel. Government issued access badges shall not be worn outside designated facilities where visible to the general public. � 1.7.7 ��� �Key Control: �Reserved. 1.8 ��� �Post Award Conference/Periodic Progress Meetings: �The Contractor shall attend any post award conference convened by the contracting activity or contract administration office IAW FAR Subpart 42.5. The KO, COR, and other Government personnel, as appropriate, may meet periodically with the Contractor to review the Contractor's performance. At these meetings the KO will apprise the Contractor of how the Government views the Contractor's performance and the Contractor shall apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the Government. The Contractor shall attend, participate in, and furnish input to scheduled and unscheduled meetings, conferences, and briefings that relate to the functions and services herein as required by the Government to provide effective communication and impart necessary information. The Contract Manager or designated representative shall attend meetings as requested by the Government. Meeting attendees shall at times include Contractor managerial, supervisory, and other personnel knowledgeable of the subject matter. Meetings may start or end outside of regular duty hours. 1.9 ��� �Contracting Officer�s Representative (COR): �Refer to Part 2 of this PWS for the definition of a COR. As determined by the KO, a COR will be appointed and identified by letter of designation, a copy of which will be provided to the Contractor by the KO. The designation letter states the responsibilities and limitations of the COR, especially regarding changes in cost or price, estimates, or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is not authorized to obligate the Government. If the work is not written in the contract, the COR is not authorized to request new work. The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract, perform inspections necessary in connection with contract performance, maintain written and oral communications with the Contractor concerning technical aspects of the contract, issue written interpretations of technical requirements, including Government drawings, designs, specifications, monitor Contractor's performance and notifies both the KO and Contractor of any deficiencies, coordinate availability of Government property, and coordinate site entry of Contractor personnel. � 1.10 ��� �Key Personnel: �Reserved. 1.11 ��� �Identification of Contractor Employees: �All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties must identify themselves, to include proper marking of signature blocks in correspondence, to avoid creating an impression in the minds of members of the public that they are Government officials. The Contractor shall ensure that all documents or reports, produced by Contractors are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. � 1.11.1 ��� �Contractor Workspace: �Reserved 1.11.2 ��� �Contractor Identification Badges: �Reserved. 1.12 ��� �Contractor Travel: �Reserved. � 1.13 ��� �Other Direct Costs (ODCs): �Reserved. 1.14 ��� �Data Rights: The Government has unlimited rights to all documents and materials produced under this contract. All documents and materials, to include the source codes of software, produced under this contract shall be Government owned and are the property of the Government with all rights and privileges of ownership and copyright belonging exclusively to the Government. These documents and materials may not be used or sold by the Contractor without written permission from the KO. All materials supplied to the Government shall be the sole property of the Government and may not be used for any other purpose. This right does not abrogate any other Government rights. 1.15 ��� �Non-Disclosure Requirements: �Reserved. 1.15.1 �� �Non-Disclosure Statements: �Reserved. 1.16 ��� �Protection of Government and Contract Information: Per Public Use Notice of Limitations stated by Defense Imagery Management Operations Center and contained at �www.dimoc.mil/resources/limitations/, the Contractor shall not cite any information (e.g., contract information, pictures, locations, etc.) obtained through this contract on any hard copy or digital marketing tools to include its company website. 1.17 ��� �Organizational Conflict of Interest (OCI): �Contractor and subcontractor personnel performing work under this contract may receive, have access to or participate in the development of proprietary or source selection information (e.g., cost or pricing information, budget information or analyses, specifications, or work statements, etc.) or perform evaluation services which may create a current or subsequent OCI as defined in FAR Subpart 9.5. The Contractor shall notify the KO immediately whenever it becomes aware that such access or participation may result in any actual or potential OCI and shall promptly submit a plan to the KO to avoid or mitigate any such OCI. �The Contractor�s OCI mitigation plan will be determined to be acceptable solely at the discretion of the KO. In the event the KO unilaterally determines that any such OCI cannot be satisfactorily avoided or mitigated, the KO may affect other remedies as he or she deems necessary, including prohibiting the Contractor from participation in subsequent contracted requirements which may be affected by the OCI (A.012). 1.18 ��� �Phase In /Phase Out Period: �Reserved. 1.19 ��� �Safety: �The following provides information pertaining to safety and accident prevention: 1.19.1 ��� �Safety Laws and Regulations: �The Contractor shall comply with FAR 52.236-13, Accident Prevention (November 1991), the references contained therein (e.g., U.S. Army Corps of Engineers Safety and Health Requirements Manual (EM 385-1-1)).� The requirements under FAR 52.236-13 and specifically of the EM 385-1-1 include, but are not limited to the following:� (a) Before initiation of work at the job site, an Accident Prevention Plan, written by the Contractor for the specific work and hazards of the contract and implementing in detail the pertinent requirements of EM 385-1-1; will be reviewed for acceptance by designated Government personnel. �Specific requirements for development of the Accident Prevention Plan are found in 01.A and Appendix A of EM 385-1-1. EM 385-1-1 is available online at www.usace.army.mil (A.013).� (b) Before beginning each activity involving a type of work presenting hazards not experienced in previous project operations or where a new work crew or subcontractor is to perform work, Activity Hazard Analysis (AHA) shall be prepared by the Contractor performing the work activity (See paragraph 01.a.09 of EM 385-1-1). (c) The Contractor shall require subcontractors to submit their plan of operations showing methods they propose to use in accomplishing major phases of work. (d) The Contractor shall discuss the plans in conferences convened by the KO prior to starting work on each major phase of operation. Plans shall include all pertinent information such as layout of haul roads, access roads, storage areas, electrical distribution lines, methods of providing minimum exposure to overhead loads, and methods of access to work areas. The plan for accomplishing the initial work phase shall be submitted within fifteen calendar days after award of the contract. Plans for subsequent major phases of work shall be submitted no later than fifteen calendar days prior to initiation of work on each major phase. (e) In all areas where construction, demolition, alteration, building, or similar related activities take place, the Contractor shall have the following minimum personal protective clothing and equipment requirements in place for any person working on or visiting the site: short sleeve shirt; long trousers; steel-toed safety boots; and hard hat.� 1.19.1.1 ��� �In addition to other requirements for accident prevention specified in this contract, the Contractor shall comply with all Federal and State requirements governing safety and health protection on construction sites and other applicable occupational safety codes. The Contractor shall indicate its plan for compliance considering conditions of the work described by the design, technical proposal, operational activities of the Government or others in the area of the work, identification of the coordinator, and implementation of all other accident prevention provisions of this contract.� 1.19.1.2 ��� �The Contractor shall complete and provide safety notifications required by host nation authorities and will provide documented proof to the KO via the COR, no later than 30 days that such notifications were made (A.013). 1.20 ��� �Environmental Compliance: �Reserved. 1.20.1 �� �Environmental Compliance Plan and Program: �Reserved. � 1.21 ��� �Required Training: �Reserved. 1.21.1�� �Anti-Terrorism (AT) Level I: �Reserved. 1.21.2 ��� �OPSEC: �Reserved. 1.21.3 ��� �Information Security Program (InfoSec): �Reserved. 1.21.4 ��� �Information Assurance (IA): �Reserved. � �� � 1.21.5 ��� �Privacy Act of 1974 and Health Insurance Portability and Accountability Act (HIPPA): �Reserved. � 1.21.6�� �Threat Awareness Reporting Program (TARP): �Reserved. 1.21.7�� �Controlled Classified Information (CUI): Reserved. 1.21.8�� �Privacy and Civil Liberties: Reserved.�� � �� 1.22 ��� �Authorization to Perform Services in Foreign Countries: �Reserved. � 1.23 �� �Notice to Proceed: �Reserved. 1.24 ��� �Electromagnetic Compatibility Directive: �Reserved. � 1.25 ��� �Government Property and Services: �Refer to Part 3 of this PWS for Government property (GP) for this contract. For all issued GP for this contract, the Contractor shall submit a property management plan to the KO and the Property Administrator via the COR within 30 days after date of contract award (A.023). 1.26 �� �Conventional Forces Europe (CFE) Treaty Verification Inspection: �Reserved. ? PART 2 DEFINITIONS & ACRONYMS 2. ��� �Definitions and Acronyms 2.1 ��� �Definitions: �Although not inclusive of every term used within this PWS, the following provides a list of definitions used throughout this PWS and commonly used in the acquisition field.� Contracting Officer � means a person with the authority to enter into, administer, and/or terminate contracts and make related determinations and findings on behalf of the Government. Note: The only individual who can legally bind the Government. Contracting Officer's Representative (COR) � As defined in Defense Federal Acquisition Regulation Supplement (DFARS) 202.101, means an individual designated and authorized in writing by the KO to perform specific technical or administrative functions. DoD Instruction (DoDI) 5000.72, Part II Definitions states the following when defining a COR: �Defined in subpart 202.101 of Reference (f). Any individual delegated responsibilities pursuant to subpart 1.602-2 of Reference (e), regardless of local terminology, must be certified IAW this instruction. For example, local terminology can be COR, KO�s technical representative, technical point of contact, technical representative, alternate COR, administrative COR, assistant COR, line-item manager, task order manager, quality assurance personnel, quality assurance evaluator, or COR management.� In addition, AR 70-13, Chapter 2, paragraph 2-2g, states, in part, the following when providing other surveillance support personnel to assist the COR when needed, ��These other surveillance support personnel may serve as on-site representatives of the COR in performance of actual contract surveillance if they meet all COR requirements and have been appointed by the KO as alternate CORs.�� Contractor � means a supplier or vendor awarded a contract to provide specific supplies or service to the Government. The term used in this contract refers to the prime. Contractor-acquired Property - means property acquired, fabricated, or otherwise provided by the Contractor for performing a contract and to which the Government has title. Day � means, unless otherwise specified, a calendar day. Defective Service � means a service output that does not meet the standard of performance associated with the Performance Work Statement. Deliverable � means anything that can be physically delivered but may include non-manufactured things such as meeting minutes or reports. Government-furnished Property � As reflected in FAR 52.245-1, Government-furnished Property �means property in the possession of, or directly acquired by, the Government and subsequently furnished to the Contractor for performance of a contract. Government-furnished property includes, but is not limited to, spares and property furnished for repair, maintenance, overhaul, or modification. Government-furnished property also includes contractor-acquired property if the contractor-acquired property is a deliverable under a cost contract when accepted by the Government for continued use under the contract. Government Property - means all property owned or leased by the Government. Government property includes both Government-furnished and Contractor-acquired property. Government property includes material, equipment, special tooling, special test equipment, and real property. Government property does not include intellectual property and software. Property Administrator - means an authorized representative of the KO appointed IAW agency procedures, responsible for administering the contract requirements and obligations relating to Government property in the possession of a Contractor. High Level Objective (HLO) � means a key overarching result-based objective for a project necessary to achieve the project�s vision. HLOs are similar to Level 2 in a Work Breakdown Structure. Each HLO may contain several statements to flesh out the areas necessary to meet the objective. Physical Security � means that part of security concerned with physical measures designed to safeguard personnel; to prevent unauthorized access to equipment, installations, material, and documents; and to safeguard against espionage, sabotage, damage, and theft.�� � Quality Assurance � (or Government contract quality assurance) means the various functions, including, inspection, performed by the Government to determine whether a Contractor has fulfilled the contract obligations pertaining to quality and quantity. Quality Assurance Surveillance Plan (QASP) � means the key Government-developed surveillance process document and is applied to Performance-Based Service Contracting (PBSC). The QASP is used for managing Contractor performance assessment by ensuring that systematic quality assurance methods validate that Contractor quality control efforts are timely, effective, and are delivering the results specified in the contract or task order. The QASP directly corresponds to the performance objectives and standards (i.e., quality, quantity, timeliness) specified in the PWS. It provides specific details on how the Government will survey, observe, test, sample, evaluate, and document Contractor performance results to determine if the Contractor has met the required standards for each objective in the PWS. The QASP, with very few if any exceptions, is an internal to Government document. � Quality Control � means all necessary measures taken by the Contractor to assure that the quality of an end product or service shall meet contract requirements. Statement � means the specific results-based activities required to satisfy HLOs. A statement contains a result, thecontext of the statement, and the required action(s). Statements focus on �what� is to be accomplished; however, they are not prescriptive in describing �how� the outcome is to be achieved. Each HLO may have several statements to flesh out the areas necessary to meet the objective. Statements are similar to Level 3 in a Work Breakdown Structure. Subcontractor � means one that enters into a contract with a prime Contractor. The Government does not have privity of contract with the subcontractor. Workday - The number of hours per day the Contractor provides services IAW the contract. Work Week - Monday through Friday, unless otherwise specified. 2.2 ��� �Acronyms: �Although not inclusive of every term used within this PWS, or that may be included in an acquisition, the following provides a list of acronyms commonly used in the acquisition field.� AHA�� ��� ��� �Activity Hazard Analysis AOR�� ��� ��� �Area of Responsibility AQL�� ��� ��� �Acceptable Quality Levels AR�� ��� ��� �Army Regulation AT�� ��� ��� �Anti-terrorism ATCTS�� ��� �Army Training Certification Tracking System CAC�� ��� ��� �Common Access Card CFE �� ��� ��� �Conventional Forces Europe COR�� ��� ��� �Contracting Officer�s Representative CV�� ��� ��� �Curriculum Vitae DA�� ��� ��� �Department of the Army DAIG�� ��� ��� �Department of the Army Inspector General DD254�� ��� �Department of Defense Contract Security Requirement List DFARS�� ��� �Defense Federal Acquisition Regulation Supplement DOCPER�� ��� �Contractor Personnel Office DoD�� ��� ��� �Department of Defense DoDD�� ��� ��� �Department of Defense Directive FAR�� ��� ��� �Federal Acquisition Regulation� FRG�� ��� ��� �Federal Republic of Germany FTE�� ��� ��� �Full Time Equivalent� GFP�� ��� ��� �Government Furnished Property GP�� ��� ��� �Government Property HLO�� ��� ��� �High Level Objective�� � HIPAA�� ��� �Health Insurance Portability and Accountability Act of 1996 IA�� ��� ��� �Information Awareness IAC�� ��� ��� �Installation Access Control...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/758cbc91556f45dd9077b8c455ce60cb/view)
- Place of Performance
- Address: Silver Spring, MD 20910, USA
- Zip Code: 20910
- Country: USA
- Zip Code: 20910
- Record
- SN07060511-F 20240512/240510230046 (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 |