Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOURCES SOUGHT

J -- Provide High Voltage Preventive Maintenance

Notice Date
4/27/2012
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
ACC-RSA-CCAD - (SPS), ATTN: SIOCC-RS-AQ, 308 Crecy Street, Corpus Christi, TX 78419-6170
 
ZIP Code
78419-6170
 
Solicitation Number
W912NW-12-T-0880
 
Response Due
5/11/2012
 
Archive Date
7/10/2012
 
Point of Contact
Peggy Echols, (361)961-3913
 
E-Mail Address
ACC-RSA-CCAD - (SPS)
(peggy.echols@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice W912NW-12-R-0880 Responses to this Request for Information (RFI) are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is for market research purposes only. Respondents should not submit any proprietary information when responding to this RFI. Respondents should also note that the Government will not return any information submitted in response to this RFI. The Government is not responsible for any costs incurred by respondents regarding any responses to this RFI. Respondents must submit capability statements that clearly define the firm's ability to perform the work stated in this RFI in conjunction with the DRAFT specifications. The DRAFT specifications and sources sought document are subject to change. Draft specifications and/or sources sought document will be amended accordingly to reflect any changes. The requirement is for high voltage technical and maintenance support at the Corpus Christi Army Depot, Corpus Christi, Texas. The Government will not exercise any supervision or control over the contractor personnel performing these tasks. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool (FAR Part 10) being used to determine potential large and small business firms capable of providing the services described herein prior to determining the method of acquisition and issuance of a solicitation. It is also a tool to get feedback on the requirement, detailed in the Draft specification. Feedback is encouraged and appreciated. The NAICS contemplated for this requirement is 238210. It is the Government's intention to solicit the requirement under full and open competitive procedures; however, the current capabilities of industry, to include large and small business, must be confirmed. As such, all eligible large and small businesses are encouraged to respond, as requested. The Government is not obligated to and will not pay for any information received from respondents as a result of this RFI. ANTICIPATED PERIOD OF PERFORMANCE: one year plus 2 option years. REQUIREMENTS: Refer to the Attached Draft specification. The Contract Type is anticipated to be a Time and Materials. SUBMITTAL INFORMATION: It is requested that interested businesses submit to the address identified in paragraph (12) below, a brief capabilities statement package (not more than 5 pages in length, single spaced, and 10 point font) demonstrating ability to perform the requirements in the attached Draft specification. A generic capability statement is not acceptable. Please review carefully the requirements listed below. This documentation must address, at a minimum, the following: (1) title of the specification you are applying for; (2) company profile to include number of employees, annual revenue history, office locations(s), DUNS number, CAGE Code, Tax ID, and a statement regarding current small/large business status; (3) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether as prime or subcontractor, contract value, government point of contact with current telephone number, and a brief description of how the referenced contract relates to the requirements described herein; (4 management approach to staffing this effort with qualified personnel; (5) company's ability to perform at least 51% of the work; (6) company's ability to perform work during stated period of performance; (7) company's ability to get Rapid Gate access to the Naval Air Station Corpus Christi; (8) company's ability to manage and store the material in a manner that will not incur costs to the Government for storage; and (9) The capability statement package shall be sent to Peggy Echols (Contracting Officer) by email at peggy.echols@us.army.mil and mail a hard copy to Commander, Corpus Christi Army Depot, ACC-RSA-CCAD (SPS) ATTN: SIOCC-RS-AQ, 308 Crecy Street, Bldg 129, Stop 7, Corpus Christi, Texas 78419-5260. Submissions must be received at the office cited no later than 11 Mayl 2012, 11:00 a.m. central standard time. Please reference all email correspondence with the following subject line: Sources Sought Notice W912NW-12-R-0880. (13) All responses must include the following information: Company name, address, business size; point of contact (POC) name, phone number, and email address. PERFORMANCE WORK STATEMENT Performance Work Statement (PWS) for High Voltage Technical & Maintenance Support, Corpus Christi Army Depot, Corpus Christi, TX. 1.0SCOPE In support of the Corpus Christi Army Depot the contractor shall provide high voltage preventative maintenance (PM) and general maintenance and repair (M&R) of all buildings, installed equipment, refrigeration units, heating/ventilation and air conditioning (HVAC) systems for the U.S. Army Depot, Corpus Christi, TX (CCAD). Tasks involve a mix of management, supervisory, and maintenance skills, to perform scheduled preventative maintenance and regular and unscheduled maintenance and repair of CCAD facilities, equipment, and components. 2.0APPLICABLE DIRECTIVES 25-92 CCAD Records Management 37-17 Maintenance Accounting Reporting Systems Manual w/ Appendices 40-2 Vision Conservation 40-3 Hearing Conservation Program 200-16 Hazardous Materials Management 385-7 Reporting of Unsafe and Unhealthful Working Conditions 385-9 Confined Space 385-13 Hazard Communication Program and Chemical Hygiene Program 385-18 Engine Test Cell Safety 385-20 CCAD Contractor Safety & Occupational Health (SOH) Program 385-23 Respiratory Protection Program 385-26 CCAD Fall Protection Program 420-2 Facilities Engineering - Facilities Work Requests 600-12 Dept of Army Civilian and Contractor In-Processing Technical Manuals specifically related to all types of maintenance. 3.0 ACRONYMS AND ABBREVIATIONS AC/DCAlternating Current/Direct Current AISAutomated Information Systems AOAdministration Officer AQLAcceptable Quality Level CCAD Corpus Christi Army Depot CLINContract Line Item Number CNOChief of Naval Operations CORContracting Officers Representative CPARSContractor Performance Assessment Reporting System DFWPDrug Free Workplace DGRDesignated Government Representative DoDDepartment of Defense DoDAACDepartment of Defense Activity Address Code DONDepartment of the Navy DONCAFDepartment Of Navy Central Adjudication Facility EFEMS Electronic Facilities Equipment Maintenance System FARFederal Acquisition Regulation FOBFree On Board FSOFacility Security Officer HAZMATHazardous Material HQMCHeadquarters Marine Corp HVACHeating, Ventilation and Air Conditioning IAWIn accordance with IGEIndependent Government Estimate ISSOTInter-Service Supply Operating Team JPASJoint Personnel Adjudication System KOContracting Officer LPOLocal Processing Office M&RMaintenance & Repair MIL-STDMilitary Standard NACNational Agency Check NACINational Agency Check with Inquiries NACLCNational Agency Check with Local Agency and Credit Check NAVSUPNaval Supply OPMOffice of Personnel Management OSHAOccupational Safety and Health Association PMPreventative Maintenance POPPeriod of Performance POVPrivate Owned Vehicle PPEPersonal Protective Equipment PWSPerformance Work Statement QAEQuality Assurance Evaluator QCQuality Control QCPQuality Control Program SAAR-NSystem Authorization Access Request - Navy UICUnit Identification Code VARVisit Authorization Request WAWFWide Area Workflow WOWork Order WRWork Request 4.0 HIGH VOLTAGE ELECTRICAL REPAIR AND PREVENTIVE MAINTENANCE SUPPORT: Provide high voltage electrical support services as requested to ensure the continuous uninterrupted operation of production equipment and to restore to an operational condition those systems which fail during the term of the contract. Maintain, and repair the high voltage electrical equipment from the utility power source entry point, including switch gear equipment, transformers, over current protective devices, and all other associated hardware to the disconnecting means (switch) at the equipment being served. Perform preventative maintenance, and corrosion control on equipment identified by bar code or serial number. Performance of preventative maintenance, inspections, testing, and service shall be conducted per equipment manufacturers (OEM) recommendations, manufacturer's specifications, and industry standards for all electrical equipment, electrical components, and electrical hardware in support of Blade Balance Stands I & II (Whirl Towers 1 &2). Perform PM, and scheduled and unscheduled repairs on the below listed equipment: oWhirl Tower 1 equipment to be supported include but not limited to: o3000 KVA Transformer o500 KVA Transformer o15 KV Switchgear oProtection Relays oMotor Starters oMotor Control Center oBreakers oHeaters oRotating Equipment oCables oGrounding oWhirl Tower 2 equipment including: 12 KV Isolation Switch 300 KVA Transformer 150 KVA Transformer 15 KV Switchgear Protection Relays Vacuum Circuit Breaker 3800 KVA Dry Transformer Motor Control Center Emergency Generator Pringle Switch Cables Grounding oTransmission Test Cell equipment to be supported includes: High Voltage isolation switchgear Power distribution and control equipment 5000 KVA double-ended substation (12,470/4,160 VAC) and components 1000 KVA double-ended substation (12,470/480/277 VAC) and components Various 480 VAC Motor Control Centers (MCC) 4,160 VAC Reduced Voltage Motor Starters with add-on Motor Protection Relay Systems 4,160/480 VAC transformers 12,470/4,160 VAC transformers 12,470/480 VAC transformers 4,160/120 VAC transformers It is estimated that an average of 1,024 maintenance/installation/removal actions per year will be performed at an average of 2 per day. Estimated time to complete 1 work request/maintenance/installation/removal action is 4 hours. The contractor shall identify at least one high voltage electric maintenance technical lead that will be responsible for ensuring the completion of maintenance tasks during normal working hours and during period when overtime work is required. Receive Preventative Maintenance approved Work Orders from Program Manager at the start of scheduled shift on printed paper copies. Perform Preventative Maintenance approved Work Orders on high voltage electrical systems and equipment per requirements of the Work Order. Perform M&R IAW the directives of the Work Request/Work Order. Document completed maintenance actions on Work Orders and obtain signature of applicable shop supervisor on printed paper copy of Work Order. Perform fabrication, installation, modification, overhaul, maintenance, and repair of high voltage equipment of unlimited complexity including subassemblies, printed circuit cards, and chassis control, including components installed in fast-acting doors, production shop equipment, and other industrial plant systems. Perform routine tasks to including; identifying, checking, and connecting power and signal cables; replacing defective parts and assemblies that have been identified by higher grade mechanics; or monitoring system operation by following operating and testing procedures for the system and associated test equipment; and identifying and reporting improper operating indications. Construct individual chassis and components of high voltage electrical equipment in accordance with detailed schematics, layout diagrams, and assembly instructions. Test work by checking circuit continuity, resistance and impedance, and similar measurements as specified in assembly instructions. Properly tag high voltage electric systems out/in prior to, and upon completion of, work on any high voltage equipment. High voltage electrical work will include requirements to install, modify, repair, maintain, troubleshoot, test, and load new and existing electrical lines, circuits, systems, and associated fixtures, controls, and equipment in an industrial complex. Some of the other possible equipment required for repair or preventive maintenance on an as needed basis is listed below: opower panels obreakers odistribution panels ofans oelectric blower motors omotor controllers ospace lighting and fixtures operimeter lighting and poles ocontrollers ogenerators oelectric roll-up doors othermocouple sensors oblast and paint booth electrical systems oboth fire and intrusion alarm systems olighting protection systems oAC/DC rectification systems ogalvanic and impressed current cathodic protection systems(prevent corrosion on underground or submerged equipment/pipes opower and control circuits oindustrial shop equipment High Voltage Electrician shall be licensed by the state as a journeyman electrician in accordance with the licensing requirements of the state of Texas. Proof of license shall be made available to government representatives upon request. Expired licenses are not permitted and electricians shall not be permitted to perform electrical services at the Corpus Christi Army Depot unless in possession of a current, valid, state certified high voltage license. Task is currently performed utilizing DOL Labor Category ELECTRONICS MAINTENANCE TECHNICIAN II, DOL Category Number 23182. All personnel working on site with the contractor shall be licensed master or journeyman electricians in accordance with the licensing requirements of the state of Texas. Proof of license shall be made available to government representatives upon request. Work of the maintenance electrician requires rounded training and experience usually acquired through a formal apprenticeship or equivalent training and experience. Task is currently performed utilizing DOL Labor Category ELECTRONICS MAINTENANCE TECHNICIAN II, DOL Category Number 23182. 5.0OVERTIME REQUIREMENTS: When required, the contractor shall provide support services after normal scheduled work hours to meet emergency and urgent requirements. Contractor must respond to emergency work orders within 2-hours. Work performed outside normal work hours will be reimbursed in accordance with the rates proposed in the Labor Category Table. Prior to working overtime the contractor shall be required to obtain authorization from the Contract Officer Representative (COR). Emergency and urgent estimated overtime will be approximately 15 percent. 6.0 PERIOD OF PERFORMANCE: Base Period01 June 2012thru 31 May 2013 Option Year 101 June 2013 thru31 May 2014 Option Year 201 June 2014 thru31 May 2015 7.0PLACE OF PERFORMANCE: Corpus Christi Army Depot, Corpus Christi, TX. The Maintenance Center is a large complex industrial area that includes, but is not limited to the following buildings and areas: BLDG 6Brooks-Range Maintenance BuildingBLDG 360Hazmat Stowage BLDG 8Main CCAD Repair BuildingBLDG 372Brooks-Range O& N Team BLDG 10Quality ControlBLDG 1152Production Equipment Support BLDG 19Tech DataBLDG 1209Maintenance-Teams BLDG 22WarehouseBLDG 1217Warehouse BLDG 29Aviation ReadinessBLDG 1219NTA Maintenance Building BLDG 48 Whirl Tower #1 Support BuildingBLDG 1246Maintenance-Teams Night BLDG 49Rotary WingBLDG 1260Training & Security BLDG 73Battery ShopBLDG 1714Warehouse BLDG 77Control BuildingBLDG 1725Warehouse BLDG 98Can ShopBLDG 1727Civilian Personnel/Safety BLDG 127Container ShopBLDG 1728Machinery Room BLDG 129ContractingBLDG 1731Education Center BLDG 130DynCorpBLDG 1740LMP Training BLDG 131AMCOM EngineeringBLDG 1746-AFacilities Division BLDG 132Radioactive StorageBLDG 1746-BFacilities Division BLDG 134Riggers ShopBLDG 1746-CFacilities Division BLDG 135Multi-purpose StorageBLDG 1746-DFacilities Division BLDG 136HGAR 43 StorageBLDG 1770Mail Room BLDG 137CH-47/AH-64 ProductionBLDG 1787-AAdmin Building BLDG 147UH-60/Ch-47 PDNBLDG 1787-BAdmin Building BLDG 165DES Welding ShopBLDG 1787-CAdmin Building BLDG 206Equipment MaintenanceBLDG 1787-DAdmin Building BLDG 245Blade Shop AnnexBLDG 1804Generator Room BLDG 250Training & DevelopmentBLDG 1808Large Paint Hangar BLDG 257Hazardous Material StowageBLDG 1825Equipment Maintenance BLDG 258Property BookBLDG 1828Bearing Shop BLDG 259Hazardous Material AdminBLDG 1880Electrical/Electronics Building BLDG 339Motor PoolHNGR 43Structural Repair BLDG 340Plating ShopHNGR 44Retro - Fit BLDG 341Hazmat StorageHNGR 45CH-47 Assembly BLDG 353Hazmat StorageHNGR 46UH/60 Recap BLDG 355Hazmat StorageHNGR 47Assembly BLDG 356Hazmat StorageWhirl Tower #1Blade testing BLDG 357Hazmat StowageWhirl Tower #2Blade Testing 8.0WORK ENVIRONMENT AND PHYSICAL DEMANDS: Work is performed in an industrial maintenance environment. Apply established safety regulations and practices to minimize minor violations and to avoid major violations due to employee error or negligence. Must completely understand and be physically capable of performing all aspects of the mission described above and capable of working in an outside environment, exposed to heat, dust, inclement weather, primarily standing on hard surfaces for 8 - 10 hours a day. Frequent kneeling, crouching, stooping, and walking are required. 9.0 GENERAL SAFETY AND HOUSEKEEPING: Safety: Contractor personnel shall utilize personal protective equipment (PPE) required to execute mission in a safe manner including earplugs, earmuffs, foot protection toecaps, respiratory equipment, and eye protective safety goggles or shields. Housekeeping: Contractor personnel shall keep his/her office and work area clean, presentable, and in a safe condition at all times. Dispose of all HAZMAT materials in accordance with local HAZMAT procedures. 10.0SECURITY REQUIREMENTS: Information Security: To the extent the contractor receives or is given access to proprietary data, data protected by the Privacy Act of 1974, or other classified or privileged technical, business, or financial information under this contract, the contractor shall treat and protect such information in accordance with any restrictions imposed on such information. Access includes the functions of data handling, storage, electronic transmission and physical distribution. 10.1Physical Security: The contractor is responsible for knowledge of and compliance with all CCAD and local site instructions, policies, and procedures regarding physical security in the performance of this contract. The contractor shall safeguard all Government property in assigned work areas and secure all Government material in the contractor's possession when not under direct physical control of contractor employees. 10.2Identification Badges and Passes: All contractor employees shall obtain and display required employee and vehicle passes IAW local base policy and instructions. The contractor shall submit to the CCAD Contracting Officer, prior to the performance start date, an estimate of the number of personnel expected to implement the contract. The Government will issue badges without charge. Each employee shall provide the information requested for the badge and vehicle pass, and shall wear the Government-issued badge over the front of their outer clothing, visible and above the waist. Government-issued employee identification will be worn at all times while on the installation and provided for inspection when requested by management, security, or police personnel. Passes and badges issued by the contractor to their employees are in addition to the requirements of the Government for employee identification. Lost badges must be reported immediately to the issuing office. The contractor shall be responsible for ensuring all departing contractor employees are out-processed, to include turn-in of security identification badges. When an employee leaves the contractor's service, the employee's identification card shall be returned to the COR upon their departure. The COR will have and exercise full and complete control as to granting or denying security identification badges. It shall be the contractor's responsibility to account for all security identification badges issued to its contracted employees. 11.0CONTRACT SECURITY REQUIREMENT Work under this task order requires access to personally identifiable information (PII) and information protected by the Privacy Act of 1974. In addition to the security requirements below, contractors performing work under this task order must meet the following criteria: All individuals with access to PII or Privacy Act information must be US Citizens; therefore US Citizenship is a requirement. In all cases contract employees must meet eligibility requirements for a position of trust at a minimum. The contractor shall comply with all applicable DoD security regulations and procedures during the performance of this task order. Contractor shall not disclose and must safeguard procurement sensitive information, computer systems and data, privacy act data, sensitive but unclassified (SBU) information, classified information, and all government personnel work products that are obtained or generated in the performance of this task order. Contractor employees are required to have National Agency Check, Local Agency Check and Local Credit Check (NACLC) investigation at a minimum in accordance with DoD Instruction 8500.2. Local Agency Check and Local Credit Check must be submitted and results received prior to commencement of work. A security clearance may also be required to perform work under this contract. AN "UNFAVORABLE" OR "NO DETERMINATION" ADJUDICATION OF THE CONTRACTOR EMPLOYEES INVESTIGATION WILL RESULT IN IMMEDIATE TERMINATION OF ACCESS TO THE WORKSPACE AND RECORDS. Purpose: Reference is hereby made to Army awarded contracts requiring contractor access to Army information systems, SBU information, areas critical to the operations of the command, and/or classified information. Although these contracts may not be classified, contractor employees are required to have obtained a favorably adjudicated National Agency Check with Local Agency and Credit Checks (NACLC) determination at a minimum. The Department of the Defense (DoD) has determined that all DoD Information systems are sensitive regardless of whether the information is classified or unclassified. A contractor whose work involves access to sensitive unclassified information warrants a judgment of an employee's trustworthiness. Therefore, all personnel accessing DoD Computer systems must undergo investigation for a position of trust to verify their trustworthiness. Also, Commands will include Facility Access Determination (FAD) program requirements in the contract specifications when determinations for facility access only will be required on the contractor employees. The following addresses those requirements for Security. NO FOREIGN NATIONAL WILL BE EMPLOYED ON THIS GOVERNMENT CONTRACT. This clause does not apply to employees hired overseas In accordance with Status of Forces Agreements, Diplomatic (memorandums) of understanding or other Host Nation Agreements. Employees hired under these agreements are subject to local pre-employment checks. "Each contractor employee shall comply with the HSPD-12 E-Verify Federal Acquisition Regulations FAR Clause 52.222-54 Employment Eligibility Verification" All contractors, working within DoD Spaces must be entered into the Joint Personnel Adjudication System (JPAS), and then owned by their contracting company facility security officer (FSO). The receiving command Security Manager will then service those individuals in JPAS for tracking and monitoring of their investigation status. If no previous investigation exists the contractor personnel shall complete the requirement for a NACLC. NACLC's for positions of trust will be processed through the receiving command Security Manager. Investigative requirements for DoD Contractor personnel requiring access to classified information are managed under the National Industrial Security Program (NISP). Requests for investigation of contractor personnel for security clearance eligibility are processed by the Office of Personnel Management (OPM) and adjudicated by Defense Industrial Security Clearance Office (DISCO). The Contractor shall ensure that a complete security package, (SF-85, SF-85P, SF-86 and FD258 2 copies) are submitted to the Command Security Officer receiving the contracted services in order for the Security Officer to conduct a suitability review of the submitted investigative forms. The Contractor FSO or security representative shall ensure that individuals assigned to the command are U.S. citizens and will ensure completion of the SF-85P or SF-86. The SF-85P or SF-86 along with the original signed release statements and two applicant fingerprint cards (FD 258) will be forwarded to the receiving command Security Manager at least one week prior to reporting for duty. Personnel cannot be properly processed and provided system access prior to their reporting date without receiving the investigative paperwork one week prior. For contracts requiring a position of trust the Command Security Officer will submit the forms for a position of trust. For classified contracts the contractor FSO will submit the SF-86 to OPM for processing and eventual adjudication by DISCO. The completed SF-85P or SF-86 will be reviewed by the receiving command Security Manager for completeness, accuracy and suitability prior to the submission. If the contractor appears suitable after the questionnaire has been reviewed, the request will be forwarded to OPM. The completed SF-85P or SF-86 along with attachments will be forwarded to the Office of Personnel Management (OPM) who will conduct the NACI investigation or equivalent. All contract personnel will in-process with the receiving command Security Manager and Information Assurance Manager upon arrival to the command and will out-process prior to their departure. Please note: When processing a Questionnaire for National Security Positions, the applicants can only access the e-QIP system if they have been instructed to do so by an appropriate official at sponsoring agency. Individuals cannot pre-apply for a security clearance, nor update their security questionnaire, unless granted access by an appropriate agency official. The e-QIP software can be accessed at the Office of Personnel Management (OPM) website http://www.opm.gov/e-qip/index.asp or http://www.dss.mil the contractor shall provide the completed Questionnaire for Public Trust Positions, or Questionnaire for National Security Positions with the original signed release statements and two applicant fingerprint cards (FD 258) to the receiving command Security Manager for suitability determination. The receiving command Security Manager will review the form for completeness, accuracy and suitability issues, and forward to OPM as detailed on the OPM website. Applicants can obtain an SF-86 or SF-85P by visiting the Office of Personnel Management (OPM) website located at: http://www.opm.gov/forms/html/sf.asp. The responsibility for providing the fingerprint cards rests with the contractor. The Department of the Army will provide the completed investigation to the receiving command Security Manager for the determination in cases where a favorable determination cannot be reached due to the discovery of potentially derogatory information. The command will provide written notification to the contractor advising whether or not the contractor employee will be admitted to command areas or be provided access to unclassified but sensitive business information. Determinations are the sole prerogative of the commanding officer of the sponsor activity. If the commanding officer determines, upon review of the investigation, that allowing a person to perform certain duties or access to certain areas, would pose an unacceptable risk, that decision is final. No due process procedures are required. The contractor employee shall take all lawful steps available to ensure that information provided or generated pursuant to this arrangement is protected from further disclosure unless the agency provides written consent to such disclosure. Security clearance requirements are defined in the DD-254 of the basic contract for those contracts that will require employees to handle classified information. The FSO will ensure that the SAAR-N is forwarded to the receiving command Security Manager for receipt at least one week prior to the start date for the individual. "ALL AUTHORIZED USERS OF DoD INFORMATION SYSTEMS SHALL RECEIVE INITIAL INFORMATION ASSURANCE IA ORIENTATION AS A CONDITION OF ACCESS AND THEREAFTER MUST COMPLETE ANNUAL IA REFRESHER AWARENESS TRAINING TO MAINTAIN AN ACTIVE USER ACCOUNT." Pre-employment Clearance Action: Employees requiring access to classified information, upon reporting to their position, will be read into access by the local command security representative. A local classified material handling indoctrination will take place at that time. The I-9 form lists acceptable forms of identification that can be provided to prove U.S. citizenship. Dual citizens are required to renounce their secondary citizenship in order to work for the U.S. government. Citizenship can be renounced by turning in the foreign national passport to a government security officer for destruction or to the originating embassy of the passport. Individuals should request a signed affidavit from their embassy recognizing the renouncing of their citizenship. 11.1 Acceptable Proof of Citizenship a. For individuals born in the United States, a birth certificate is the primary and preferred means of citizenship verification. Acceptable certificates must show that the birth record was filed shortly after birth and it must be certified with the registrar's signature. It must bear the raised, impressed, or multicolored seal of the registrar's office. The only exception is if a state or other jurisdiction does not issue such seals as a matter of policy. Uncertified copies of birth certificates are not acceptable. A delayed birth certificate is one created when a record was filed more than one year after the date of birth. Such a certificate is acceptable if it shows that the report of birth was supported by acceptable secondary evidence of birth. Secondary evidence may include: baptismal or circumcision certificates, hospital birth records, or affidavits of persons having personal knowledge about the facts of birth. Other documentary evidence can be early census, school, or family bible records, newspaper files, or insurance papers. All documents submitted as evidence of birth in the U.S. shall be original or certified documents. b. If the individual claims citizenship by naturalization, a certificate of naturalization is acceptable proof of citizenship. c. A Passport, current or expired, is acceptable proof of citizenship. d. A Record of Military Processing-Armed Forces of the United States (DD Form 1966) is acceptable proof of citizenship, provided it reflects U.S. citizenship. e. If Citizenship is from the Island of Puerto Rico; see Puerto Rico Birth Certificates Law 191of 2009,at web site http://www.prfaa.com/birthcertificates/. f. If citizenship was acquired by birth abroad to a U.S. citizen parent or parents, the following are acceptable evidence: (1) A Certificate of Citizenship issued by the Department of Homeland Security, U.S. Citizenship and Immigration Services (USCIS) or its predecessor organization. (2) A Report of Birth Abroad of a Citizen of the United States of America (3) A Certificate of Birth.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/5d59fc98b3426927469399f6f2342e5b)
 
Place of Performance
Address: ACC-RSA-CCAD - (SPS) ATTN: SIOCC-RS-AQ, 308 Crecy Street Corpus Christi TX
Zip Code: 78419-6170
 
Record
SN02733849-W 20120429/120428000115-5d59fc98b3426927469399f6f2342e5b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
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.