Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2025 SAM #8671
SOLICITATION NOTICE

68 -- Amendment 2 - Medical Gas Services and Supplies

Notice Date
8/21/2025 10:24:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
W40M MRC0 WEST JBSA FT SAM HOUSTON TX 78234-4504 USA
 
ZIP Code
78234-4504
 
Solicitation Number
PANHCA-25-P-0000_009908
 
Response Due
9/1/2025 6:00:00 AM
 
Archive Date
09/16/2025
 
Point of Contact
Kevin Vijayan, Phone: 2105384861, Albert Lee
 
E-Mail Address
kevin.vijayan.civ@health.mil, albert.a.lee.civ@health.mil
(kevin.vijayan.civ@health.mil, albert.a.lee.civ@health.mil)
 
Description
Performance Work Statement Non-personal Services/Medical Gas Products and Services/ Fort Polk, LA 1. GENERAL 1.1. This is a non-personal services contract (as defined by Federal Acquisition Regulation (FAR) Subpart 37.104) and is intended to create an employer- employee relationship between the Government and the Medical Gas provider only to the extent necessary for providing the medical gas services required under the contract. The performance of the medical gas provider under a non-personal services contract are subject to oversight by the Logistics Department. Any personal injury claims alleging negligence by representatives of the medical gas provider will be the responsibility of the medical gas provider. The authority for this contract is 10 United States Code 1089 and 10 United States Code 1091. 1.2. Background. Bayne-Jones Army Community Hospital is a general medical and surgical community hospital site at building 285 in Fort Polk, LA and is part of the Defense Health Agency (DHA). It is accredited by The Joint Commission (TJC). The mission of Bayne-Jones Army Community Hospital (BJACH) is to provide world-class medicine to the military personnel and their families in a safe, clean, and aesthetically pleasing Medical Treatment Facility MTF. BJACH is located on a 10-acre wooded site bordered by 3rd Street to the south, HWY 467 to the north, Louisiana Ave to the east and BLDG 350 to the west. 1.3. Scope of Work. The contractor shall provide medical gas products and services to include refilling government owned oxygen tanks of various sizes, providing filled cylinders of nitrous oxide, nitrogen, various sizes of carbon dioxide, oxygen, lung diffusion mix, medical air, filling bulk liquid oxygen tank, and associated service such as hydrostatic testing of cylinders, cylinder and bulk oxygen tank maintenance, delivery, and removal of empty tanks at the MTF BJACH, Fort Polk, Louisiana as required by this Performance Work Statement (PWS) and in accordance with the terms and conditions of this contract. 1.4. Period of Performance (POP). The POP shall be a 12-month Base Year (BY) with four (4) 12-month Option Year (OY) periods. A six (6) month extension period will be available at the end of the 4th OY. 1.5. HOURS OF PERFORMANCE The Contractor shall ensure routine orders are delivered within 5 business days of being requested. The Contractor shall adhere to routine delivery hours of 0800 to 1630, Monday through Friday, excluding federal holidays, scheduled installation closures, or unexpected post closure due to threat, weather conditions, etc. The Contractor shall fulfil emergency orders within 24 hours of being requested. Contractor shall contact a member of the receiving department to coordinate delivery times. Holidays. The following is a list of legal federal holidays as referred to elsewhere in the contract and PWS: New Year's Day January 1st Martin Luther King's Birthday 3rd Monday in January Presidents' Day 3rd Monday in February Memorial Day Last Monday in May Juneteenth Day 19-Jun Independence Day 4-Jul Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veteran's Day 11-Nov Thanksgiving Day 4th Thursday in November Christmas 25-Dec 1.6. Standards. The Contractor shall ensure routine orders are delivered within five (5) business days of request. The Contractor shall ensure emergency orders are delivered within 24 hours of request. The Contractor shall perform hydrostatic testing on cylinders when they reach the 5-year expiration from the previous hydrostatic testing date. The Contractor shall maintain cylinders at industrial standards according to the cylinder contents. The Contractor shall return cylinders after hydrostatic testing within 30 days of receiving them. The contractor shall maintain the bulk oxygen tank at industrial standards and perform maintenance at least once each year of the contract award. The Contractor shall ensure liquid oxygen is delivered with a minimum 99% purity. The Contractor shall adhere to routine delivery hours of 0800 to 1630, Monday through Friday, excluding federal holidays, scheduled installation closures, or unexpected post closure due to threat, weather conditions, etc. The Contractor shall ensure delivered medical gas always matches the label on the cylinder 100% of the time. The Contractor shall ensure compressed gas cylinder safety protocols are followed 100% of the time by ensuring caps or other safety device are in place, and cylinders are properly secured upon delivery. The Contractor shall ensure cylinders are delivered at least 3/4 full. 1.7. QUALITY CONTROL (QC). Quality Control is the responsibility of the Contractor. The Contractor is responsible for the delivery of quality services/supplies to the Government (see FAR 52.246-1, Contractor Inspection Requirements). The Contractor shall develop, implement and maintain an effective Quality Control System which includes a written Quality Control Plan (QCP). The QCP shall implement standardized procedure /methodology for monitoring and documenting contract performance to ensure all contract requirements are met. The Contractors' QCP shall contain a systematic approach to monitor operations to ensure acceptable services/products are provided to the Government. The QCP, as a minimum, shall address continuous process improvement; procedures for scheduling, conducting and documentation of inspection; discrepancy identification and correction; corrective action procedures to include procedures for addressing Government discovered non-conformances; procedures for root cause analysis to identify the root cause and root cause corrective action to prevent re-occurrence of discrepancies; procedures for trend analysis; procedures for collecting and addressing customer feedback/complaints. The Contractor shall, upon request, provide to the Government their quality control documentation. A comprehensive QCP shall be submitted to the KO and COR within ten (10) days after contract award and within five (5) working days when changes are made thereafter (see Section J Exhibit B Deliverable #1). After acceptance of the quality control plan the Contractor shall receive the Contracting Officer (KO) acceptance in writing of any proposed change to their QC system prior to implementation. 1.8. QUALITY ASSURANCE (QA). The Government will evaluate the Contractor's performance under this contract in accordance with the Quality Assurance Surveillance Plan (QASP). This plan is a Government only document primarily focused on what the Government must do to assure that the Contractor has performed in accordance with the requirements of the contract. 1.9. CRIMINAL HISTORY BACKGROUND CHECKS. No performance under this contract will be allowed without full compliance with the Crime Control Act of 1990, as implemented by Department of Defense Instruction 1402.5, Enclosure 5 (Healthcare Workers), dated 19 January 1993. All contract providers under this PWS must undergo a criminal history background check IAW the DoDI 1402.5 procedures. Background checks will be based on the procedures in Enclosure 6 to DoDI 1402.5. Providers also must comply with DoD 5200.2R, DoD Personnel Security Program, to obtain access to government computer systems based on the information provided on Standard Form 85P completed by the contract provider. This may also include fingerprints of individuals obtained by a law enforcement officer and inquiries will be made through the Federal Bureau of Investigation (FBI) and state criminal history repositories. 1.10. COMPLIANCE WITH CRIME CONTROL ACT OF 1990. This position requires the contractor to comply with Public Law 101-647 (Crime Control Act) and submit to a criminal history background check performed by the government. The contractor shall schedule an appointment with the Security & Intelligence Office at the MTF within 3 working days after start of performance under this contract. The contractor will be fingerprinted and complete a Standard Form SF 85. If the contract employee is in a position that requires access to Critical Sensitive or Classified Information the contract agency Facility Security Office (FSO) is responsible for ensuring that the employee has the required SECURITY clearance to include submitting a SF86 EPSQ questionnaire to DSS and obtaining the necessary SECURITY clearance level through DISCO as prescribed by the National Industrial Security Program Operating Manual (NISPOM) The contractor shall be advised that a FAVORABLE report is needed as a condition of employment under Army Contracts. Until the final background checks are completed, line of sight restriction shall apply and access to classified or Critical Sensitive information will be denied until a final SECURITY clearance or an interim SECURITY clearance has been granted by DISCO and the appropriate security verification and visitation letter has been received by the MTF Security and Intelligence office. Security will notify each department head when line of sight requirement can be lifted. 1.10.1. Contract employees who previously received a background check and do not have a two-year break in service must get verification from Security and Intelligence Office at the MTF. All employees are required to have a record re-verification and internal record check at a minimum of every five years. 1.11. SECURITY REQUIREMENTS. Security clearances are not required. The Contractor shall provide an up-to-date access roster, electronically to the COR within 30 calendar days after performance start date and yearly thereafter. (see Section J Exhibit B Deliverable #2). The COR will forward the access rosters to the Security and Intelligence Division (S&ID), the Directorate of Plans, Training, Mobilization and Security (DPTMS) and visitors center yearly or upon request. 1.11.1. Contractor personnel performing work under this contract shall be able to read, write, speak, and understand the English language to effectively carry out all contract requirements. They shall have a command of both the written and spoken English language to properly, clearly and effectively communicate in person or via electronic devices (telephone and/or computer) with co-workers, customers and the general public. 1.11.2. Contractor personnel performing work under this contract shall be U.S. citizens unless the provisions of AR 25-2, Army Cybersecurity have been fully completed and approval has been granted by the Government for a non-U.S. citizen to perform the required support. 1.11.3. Access and General Protection/Security Policy and Procedures. This standard language text is for contractor employees with an area of performance within an Army controlled installation, facility or area. Contractor and all associated sub-contractor's employees shall comply with applicable installation, facility and area commander installation/facility access and local security policies and procedures (provided by government representative). The contractor shall also provide all information required for background checks to meet installation access requirements to be accomplished by installation Provost Marshal Office, Director of Emergency Services or Security Office. Contractor workforce must comply with all personal identity verification requirements as directed by DOD, HQDA and/or local policy. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. 1.11.4. OPSEC Training: All Contractor employees must complete annual Operational Security (OPSEC) awareness training. In accordance with DODM 5205.02-M (DOD Operations Security (OPSEC) Program Manual), Contractor employees shall complete initial OPSEC Level I training no later than (NLT) 30 calendar days after performance start date. New Contractor employees must complete Level I OPSEC training within 30 calendar days of reporting for duty and submit certificates to COR upon completion. OPSEC training is available at the following website: https://securityawareness.usalearning/gov/opsec/. OPSEC Awareness Training attendance and compliance may be documented as a performance metric and be part of past performance information in support of future source selections. Neither the Contractor nor any of its contract service providers shall disclose or cause to disseminate any information concerning operations of military activities. All inquiries, comments, or complaints arising from any matter observed, experienced, or learned as a result of, or in connection with, the performance of this contract, the resolution of which may require the dissemination of official information, shall be directed to the COR and KO. The Contractor shall only conduct business with KO, COR or Alternate COR (ACOR). Names of authorized personnel shall be provided to the Contractor by the COR, in writing, and updated as necessary throughout the contract period. The Contractor shall develop an OPSEC Standard Operating Procedure (SOP)/Plan to be reviewed and approved by the responsible government OPSEC officer, per AR 530-1 (Operations Security) and COR NLT 30 calendar days after performance start date and annually thereafter (see Section J Exhibit B Deliverable #3). This SOP/Plan will include the Government's critical information list, why it needs to be protected, where it is located, who is responsible for it and how to protect it. The plan shall also address how the Contractor shall conduct a rotation at the JRTC utilizing SECRET material and identify an individual who will be the Contractor's OPSEC Coordinator. This SOP shall identify an individual who will be the Contractor's OPSEC Coordinator. The Contractor shall ensure this individual becomes OPSEC Level II certified per AR 530-1. 1.11.5. Threat Awareness and Reporting Program (TARP). The Contractor shall comply with the Threat Awareness and Reporting Program (TARP) and ensure all employees complete annual Level I Antiterrorism Awareness Training requirements prescribed by DOD regulations and Defense Federal Acquisition Regulation Supplement (DFARS), Section 252.225- 7043 (Level I Antiterrorism Awareness Training). All Contractor employees, to include subcontractor employees, requiring access to Army installations, facilities and controlled areas shall complete AT Level I training and submit employee certificates of completion to the COR NLT 30 calendar days after performance start date and annually thereafter (see Section J Exhibit B Deliverable #4). AT level I awareness training is available at the following website: https://jkodirect.jten.mil/Atlas2/page/login/Login.jsf. In the event that the automated system is not available (e.g., server problems), AT Level I Awareness Training can be provided by a qualified instructor. Contact the installation AT/FP Office for guidance. If the training is not completed online, the Level I AT Awareness instructor qualification shall be coordinated with the installation Antiterrorism Officer or (installation security equivalent) and the resultant name(s) of approved instructors shall be provided to the contracting officer or designee along with all associated cost or schedule impacts to the contract. Antiterrorism performance (AT Level I Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract and be part of past performance information in support of future source selections. IAW DoDI 2000.12, all DoD and non-DoD Tenants will comply with the installation AT Program. The Contractor shall attend TARP training at least annually IAW DoDM 5205.02, Enclosure 7, paragraph 3. d. The Contractor shall report threat-related incidents, behavioral indicators and/or other matters of counterintelligence interest specified in AR 381-12, paragraph 3 to the Contractor's Facility Security Officer, nearest military CI office, Federal Bureau of Investigation and/or the Defense Security Service. Methods of reporting include online at https://www.inscom.army.lmil/isalute and by phone 1- 800-CALL-SPY (1-800-225-5779). 1.11.6. ""iWATCH Training. The contractor and all associated sub-contractors shall brief all CSPs on the local iWATCH program (training standards provided by the MTF antiterrorism officer). This local developed training will be used to inform CSPs of the types of behavior to watch for and instruct CSPs to report suspicious activity to the COR. This training shall be completed within 14 calendar days of contract award and within 14 calendar days of new CSPs commencing performance with the results reported to the COR NLT 30 calendar days after contract award (see Section J Exhibit B Deliverable #5)."" 1.11.7. Sponsoring organizations, activities whose personnel do not need access to multiple Installations or access to the government information systems will submit a completed access control roster to the Visitor Control Center (VCC) (see Section J Exhibit B Deliverable #6). They may receive a MOBILISA visitor card for the terms of their contract (until contract end date, not to exceed 3 years) when sponsored on an access roster. If not sponsored they will only receive a pass for up to 7 days. 1.11.8. MOBILISA card expirations may be updated to reflect a new contract period by submitting an updated access control roster to the VCC. 1.11.9. Access rosters may only be submitted via e-mail to the VCC by a .mil, .gov, .AAFES, address by the COR or security activity, all others will be returned without action. 1.11.10. Installation Access. All unescorted visitors to Fort Polk must be vetted at the Visitors Center, located adjacent to the main gate on Louisiana Avenue (building 5903). Personnel requiring unescorted access will present a state issued Real ID Act compliant driver's license (check status of your state at: https://www.dhs.gov/real-id- enforcement-brief ). Visitors who do not have a Real ID act compliant driver's license may use alternate forms of ID to prove their identity. Contact the Fort Polk Visitor's Center at (337) 531-7907 to obtain a listing of authorized alternate forms of identity. Each visitor with acceptable screening results will be issued an access control credential for unescorted access to the installation. Personnel with unfavorable screening results may be denied unescorted access to Fort Polk. Law enforcement data obtained during the vetting process will not be released by personnel at the Visitors Center. A waiver process has been established for personnel who are denied unescorted access. Generally, waivers will be processed within five days of completion. 1.11.11. Escorted visitors who are accompanied by Department of Defense-affiliated personnel (active- duty Soldiers, civilian common access card holders, retiree ID card holders, DoD dependent ID card holders, and civilian contractor Common Access Card (CAC) holders) will not require vetting for access and will only need to produce a valid ID card; these visitors must be in the immediate vehicle of the escorting card holder. DoD affiliated personnel will be responsible for their escorted visitors on the installation. Personnel who are enrolled and vetted through the Rapid Gate program or possess an installation issued ID/Pass do not have escorting privileges. 1.11.12. The Fort Polk Visitors Center is open Monday to Friday 0500 to 2100 and Saturday and Sunday 0800 to 1600. For additional information concerning access control please contact the Visitors Center at (337) 531-0380/4978/7186. 1.11.13. Contractors shall provide an access roster to Directorate of Emergency Services (DES), Visitors Center of all employees monthly or when any personnel change occurs for access to Fort Polk. Access rosters must be forwarded by the COR to the visitors control center using a specific format electronically from a government computer (see Section J Exhibit B Deliverable #6). All personnel employed under this contract will adhere to all Fort Polk access control policies which include, weapons registration, transportation of weapons on the installation, access control policies, use of installation passes and ID cards and the operation of motor vehicles. 1.11.14. Installation AT/FP. Pursuant to DoD Instruction Number 2000.16, ""DoD Antiterrorism (AT) Standards,"" dated October 2, 2006, each Contractor employee requiring access to a Federally-Controlled Installation, facility and/or federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at http://jko.jten.mil/courses/atl1/launch.html The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer's Representative (if appointed) within five working days after contract award or prior to access to a federally- controlled installation or information system. 1.11.15. Special Instructions. a. Using an internet search engine, search JKO (Joint Knowledge Online) to begin the process. Clicks: No DOD CAC I am a US mil, government civil servant, or contract employee I've been directed to take required training on JKO Click on Courses I do not have a .MIL, .GOV, or .NDU.EDU address or I am a Multi-National Student Fill out the contact sheet and email to sponsor (This is the COR) Sponsor will email to the JKO help desk. (This is the COR) Approval Help desk sends non-CAC user an email with User ID Help desk will send a separate email with electronic token to register a new password (token is good for 24 hrs) New User follows the instructions in the email and enters a new password User will need to enroll in Course # JS-US007-14 (User has up to 30 days to complete the course) In the event that the automated system at https://jkodirect.jten.mil not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness instructor qualification must be coordinated with the installation Antiterrorism Officer or (installation security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract and be part of past performance information in support of future source selections. 1.12. POST AWARD CONFERENCE/PERIODIC PROGRESS MEETINGS. The Contractor shall attend, participate in and furnish input to scheduled and unscheduled meetings, conferences and/or briefings that relate to the contracted functions and services as required to provide effective communication and impart necessary information. These meetings include both on-site and off-site meetings, and the frequency may be weekly, monthly or as otherwise required. These meetings shall be at no additional cost to the Government. 1.13. CONTRACTING OFFICER REPRESENTATIVE (COR). The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. The COR is authorized to perform the following functions: assure Contractor performs 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, notifies both the KO and Contractor of any deficiencies, coordinates availability of government furnished property and provide site entry of Contractor personnel. The COR will also prepare Contractor Performance Assessment Reports System (CPARS) reports based on documented Contractor performance evaluations. A letter of designation is issued to the COR with a copy furnished to the Contractor stating the responsibilities and limitations of the COR, especially with regard to 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 contract. 1.14. CONTRACTOR PERSONNEL. The Government has the right to issue a barred from installation letter to any Contractor employee, or prospective Contractor employee, who is identified as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population. The Contractor shall furnish all personnel required for efficient operation of all phases of work incidental to performing the services required by this PWS. The Contractor shall provide qualified and trained personnel with the required technical, educational, and cultural experience to accomplish all requirements as specified in this PWS. The Contractor shall be responsible for ensuring all personnel performing work under this contract possess and maintain current certifications required by the PWS during the execution of this contract. 1.15. IDENTIFICATION OF CONTRACTOR EMPLOYEES. All Contractor personnel shall be identifiable by visibly wearing on the front exterior clothing, above the waist, a readable identification badge furnished by the Contractor and made of durable plastic. All Contractor identification shall comply with the standards established by Homeland Security Presidential Directive 12 (HSPD-12). The badge format is subject to approval by the COR. Badges shall be laminated and include the company's name (prime Contractor or sub-Contractor), ID number, issue and expiration dates, employee name, job title and a color photograph of the recipient. A list of badges issued shall be provided to the KO and COR no later than 10 calendar days after performance start date and updated as changes occur (see Section J Attachment 2 Deliverable #7). The list shall include the badge ID number, issue and expiration dates, and the employee's name for each badge issued. 1.16. Contractor shall only conduct business with the KO and COR. The names of the KO, COR and Alternate COR (if appointed) shall be provided to the Contractor by the Government, in writing, and updated as necessary throughout the contract period. 1.17. Contractor shall comply with all applicable federal, state and local laws and ensure equipment is secure while protecting material, equipment, and supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. 1.18. The Contractor shall be responsible for the performance and conduct of Contractor and subcontractor employees at all times. It is essential that all Contractor personnel meet the highest standards of professionalism and personal integrity. The Contractor shall ensure their personnel do not perform work under the influence of alcohol, illegal prescribed drugs or any other incapacitating agents. Personnel employed by the Contractor in the performance of this contract, or any representative of the Contractor entering Fort Polk and any other performance locations supported under this contract, shall abide by the applicable installation security regulations. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Removal of employees does not relieve the Contractor from the responsibility for the work defined in this contract. The Contractor shall not employ for performance under this contract any person whose employment would result in a conflict of interest with the Government's standards of conduct. 1.19. All Contractor personnel shall conform to standards of conduct and code of ethics, which are consistent with those applicable to Government employees as provided in the Joint Ethics Regulation 5500.7.R. Contractor personnel shall present a neat professional appearance and be easily identified. This shall be accomplished by wearing distinctive clothing bearing the company name and by wearing appropriate badges that contain the company name and employee's name. 1.20. ORGANIZATIONAL CONFLICT OF INTEREST (OCI). 1.20.1. Purpose. The primary purpose of this section of the PWS is to aid in ensuring the following: a. The Contractor does not obtain an unfair competitive advantage by establishing the ground rules for a future competition; b. The Contractor's objectivity and judgment are not biased because of its present or future interests (financial, contractual, organizational or otherwise) which relate to work performed under this contract; and c. The Contractor does not obtain an unfair competitive advantage by virtue of its access to non- public or proprietary information belonging to others. 1.20.2. Definitions: 1.20.2.1. The term ""Contractor"" herein used means: (a) the organization (hereinafter referred to as ""it"" or ""its"") entering into this agreement with the Government; (b) all business organizations with which it may merge, join or affiliate now or in the future and in any manner whatsoever, or which hold or may obtain, by purchase or otherwise, direct or indirect control of it; (c) its parent organization if any and any of its present or future subsidiaries, associates, affiliates or holding companies and; (d) any organization or enterprise over which it has direct or indirect control now or in the future. 1.20.2.2. The term ""proprietary information"" for purposes of this clause means any information considered so valuable by its owners that it is held secret by them and their licensees. Information furnished voluntarily by the owner without limitations on its use, or which is available without restrictions from other sources, is not considered proprietary. 1.20.3. Biased Ground Rules. This type of conflict may arise in situations where a company sets the ground rules for a future competition. For example, when a Contractor develops requirements then competes to provide products or services to satisfy those requirements, thus obtaining a competitive advantage. Impaired Objectivity. This type of conflict may exist where a Contractor's obligations under a contract require objectivity, but another role of the Contractor casts doubt on its ability to be truly objective. An example of this type of conflict is where a Contractor's work under one contract entails evaluating itself, its affiliates, or its competitors under a separate contract. 1.20.4. Unequal Access to Information. This type of conflict may arise when a Contractor has access to nonpublic or proprietary information as part of its performance under a contract that gives it an unfair advantage in a competition for a later contract. 1.20.5. General Constraints. The provisions of FAR Subpart 9.5, Organizational and Consultant Conflicts of Interest, concerning organizational conflicts of interest govern this contract. Potential conflicts may exist in accordance with FAR 9.505-1, Providing Systems Engineering and Technical Direction, through 9.505-4, Obtaining Access to Proprietary Information. In this regard, the Contractor is responsible for identifying any actual or potential organizational conflicts of interest to the KO that arise as the result of performance under this contract. To avoid or mitigate a potential conflict related to performance under this contract, the KO will impose appropriate constraints such as the constraints discussed below. Since it is impossible to foresee all the circum...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db15412bd3e64c8ab64f59facfa8e195/view)
 
Place of Performance
Address: Fort Polk, LA 71459, USA
Zip Code: 71459
Country: USA
 
Record
SN07561883-F 20250823/250821230100 (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.