Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2014 FBO #4452
MODIFICATION

R -- CI Medical Services

Notice Date
1/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Treasury, Internal Revenue Service (IRS), National Office Procurement (OS:A:P), 6009 Oxon Hill Road, Suite 500, Oxon Hill, Maryland, 20745
 
ZIP Code
20745
 
Solicitation Number
TIRNO-13-R-00032
 
Archive Date
2/28/2014
 
Point of Contact
Rita C. Baker, Phone: 240-613-8017, Glen Haskins-Whitehead, Phone: 240-613-8166
 
E-Mail Address
rita.baker@irs.gov, glen.haskins-whitehead@irs.gov
(rita.baker@irs.gov, glen.haskins-whitehead@irs.gov)
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT I This amendment reflects the following changes: 1) Proposal Due Date has changed from February 18, 2014 at 2:00 PM to February 13, 2014 at 1:00 PM. 2) Response to questions related to solicitation 3) Past Performance Questionnaire attached. 4) Non-Disclosure Forms attached. Please acknowledge and return with written proposal. 5) All amendments should be acknowledge and returned with written proposal. 6) Corrections made to the solicitation below are bolded and italicized. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The acquisition is issued as a Request For Proposal (RFP); solicitation number - TIRNO-13-R-00032; Firm Fixed Price/Indefinite Delivery Indefinite Quantity (FFP/IDIQ) contract is contemplated. The North American Industrial Classification Code (NAICS) 62111 with a business size standard of $9 million applies to this procurement. All responsible sources may submit a proposal which shall be considered by the agency. QUESTIONS AND SUBMISSION OF PROPOSALS All questions concerning this procurement, either technical or contractual must be submitted in writing to Contracting Office by January 23, 2014. No direct discussion between the technical representative and a prospective offeror will be conducted unless it is deemed necessary by the Contracting Officer. Proposals must be received no later than 2:00 P.M., Eastern Standard Time (EST) on February 18, 2014. The Offeror's pricing shall be stated on an Firm Fixed Price basis. The offeror agrees to hold the prices in its quote firm for 120 calendar days from the date specified for receipt of proposals. An original signed proposal with five copies must be received by Rita Baker at IRS Procurement, OS:A:P:B:B:A, 6009 Oxon Hill Rd., Oxon Hill, MD., 20745, no later than 2:00 P.M., Eastern Standard Time (EST) on February 18, 2014. Please note that mail room hours are 8:30 A.M. until 4:30 P.M. Monday through Friday only. Late Proposals will not be accepted. Telephone inquiries will not be returned. SUPPLIES OR SERVICES AND PRICES/COSTS Line Item No. Description of Supplies/Services Qty U/I Unit Price Total The contractor shall provide medical services for Criminal Investigative Staff on a Nationwide basis. The Contractor will be required to evaluate applicants and student trainees to determine medical eligibility for the special agent position; medically review and determine incumbent special agent s participation in the IRS-CI physical fitness program (PFP) and evaluate and review firearms instructors annual lead and audiogram medical surveillance examinations. 0001 Base Year: Medical Services. The Period of 1.00 EA __________ __________ Performance for the base year will be from April 1, 2014 through March 31, 2015. 0002 Base Year: CI Medical Services, 1.00 EA __________ __________ Travel - NTE $34,100 CI Medical Services 1001 Option Year 1: CI Medical Services. Period 0.00 EA __________ __________ of Performance shall be from April 1, 2015 through March 31, 2016. NTE 1002 Option Year 1: CI Medical Services - Travel 0.00 EA __________ __________ NTE $34,100 CI Medical Services. NTE 2001 Option Year 2: CI Medical Services. Period 0.00 EA __________ __________ of Performance shall be from April 1, 2016 through March 31, 2017. NTE 2002 Option Year 2: CI Medical Services 0.00 EA __________ __________ Travel - NTE - $34,100 CI Medical Services 3001 Option Year 3: CI Medical Services. Period 0.00 EA __________ __________ of Performance shall be from April 1, 2017 through March 31, 2018. NTE 3002 Option Year 3: CI Medical Services 0.00 EA __________ __________ Travel - NTE - $34,100 CI Medical Services. 4001 Option Year 4: CI Medical Services. Period 0.00 EA __________ __________ of Performance shall be from April 1, 2018 through March 31, 2019. NTE 4002 Option Year 4: CI Medical Services 0.00 EA __________ __________ Travel - NTE - $34,100 SECTION I CRIMINAL INVESTIGATION MEDICAL SERVICES CONTRACT STATEMENT OF WORK 1.0 BACKGROUND Special agents are duly sworn federal law enforcement officers who possess accounting expertise and specialized skills to investigate complex financial crimes. Agents must be able to handle long hours and stressful, dangerous, and potentially violent situations. Special agents investigate and assist in prosecuting individuals for tax and other financial crimes, such as money laundering, currency violations, high-level narcotics trafficking, organized crime, and fraud. Since the duties of these positions are exacting and involve the responsibility for the safety of the others under potentially stressful conditions, all tentative selectees and incumbents must possess physical, emotional and mental stability. Therefore, all applicants and incumbents must pass the medical requirements as outlined in the Treasury Enforcement Agent medical standards published by the Office of Personnel Management (OPM). http://www.opm.gov/policy-data-oversight/classification-qualifications/general-schedule-qualification-standards/1800/criminal-investigator-treasury-enforcement-agent-1811/. Incumbents audiogram results will be evaluated against the Occupational Health and Safety Administration Hearing Conservation Standard as outlined in 29 CFR 1910.95 and Recording and Reporting Criteria for Occupational Hearing Loss Cases as outlined in 29 CFR 1904.10 (a). 2.0 OBJECTIVES The IRS-Criminal Investigation (CI) is seeking a medical contractor to provide medical services to the special agent applicant pool and incumbent population. The Contractor will be required to evaluate applicants and student trainees to determine if they meet the medical qualifications for the special agent position; conduct mandatory incumbent annual medical screening examinations to determine if they can safely participate in law enforcement duties and the physical fitness program (PFP). Annual audiograms will be evaluated to determine if an average of 10 decibel (dB) standard threshold shift exists at 2000, 3000 and 4000 Hz when compared to the agents' baseline audiogram, as well as all the other requirements outlined in 29 CFR 1910.95. The Contractor Medical Review Officer (MRO) will also provide medical expertise in evaluating agents conditions that require fitness for duty examinations and/or Independent Medical Evaluations (IME) to determine if the condition under evaluation precludes safe performance of law enforcement duties, including when returning to duty from an injury or illness or when a medical or psychological condition is self-reported that may pose a safety risk. The Contractor will ensure agents and applicants receive the appropriate tests necessary to make medical determinations and report clearance results to the Agency as timely as possible. The Contractor shall provide the necessary facilities, staff, materials and equipment to administer an all-inclusive medical examination/screening program, and assist IRS with the development of new CI policies and programs and continue to implement current policies and programs. The Contractor will sub-contract to medical specialists on a case-by-case basis, when necessary. The Contractor will work with the respective CI personnel in updating forms and reports as necessary to reflect updated changes with CI policies within the timeline established. 3.0 RESOURCE REQUIREMENTS The Contractor shall be required to demonstrate the following evidence of experience and resources: 3.1 Medical Resources (a) Existing, fully operational organization of full-time, part-time and/or contract examining physicians in all examining locations. (b) Each examining physician should have laboratory facilities conveniently located within or near the contracted medical facility and shall have access to providers in audiometric testing and ophthalmology. (c) The Contractor shall be able to perform all phases of an examination in one day at a facility located in close proximity (50 mile radius) to examinee's home or office. (d) The Contractor shall procure clinics that provide quality care and are knowledgeable and capable of performing the full scope of the CI medical screening services accurately. The clinic personnel are expected to be proficient at performing the services requested and act in a professional manner. The clinics are expected to have a clean and sanitary environment. Special agents, student trainees and applicants must have the capability to make an appointment for their medical screenings. The contractor should avoid using clinics that provide walk-in services only in order to avoid long wait times. Clinics are expected to be located in safe areas. (e) The Contractor shall have sufficient full-time medical staff to supervise and audit the examining physicians and clinics to adequately establish a system for quality control. The supervisory staff shall include, at a minimum, physicians Board-certified in Internal Medicine and/or Occupational Medicine with the ability to exercise perceptive judgment on health standards. (f) All means of exchanging or transmitting sensitive information from the Contractor to the IRS must meet IRS policies and federal guidelines and requirements. Applicable guidelines and requirements may vary depending on methods and technologies used. There may be some technologies mandated by the IRS for sensitive information, such as SecureZip and encryption. The Contractor shall perform all cryptographic operations using, at a minimum, FIPS-validated (e.g., FIPS 140-2 or later) encryption technology. (NIST SP 800-53 SC-13 CE1). 3.2 Central Administration and Records The Contractor's headquarters shall have appropriate and sufficient facilities, space, and personnel to maintain centralized administration of the program including automated tracking of applicant/incumbent examination processes and a central location for all hard copy applicant/incumbent examinations records. The Contractor shall have operating procedures that allow for effective communication between the examining physician, the Contractor's staff and the CI Program Managers in a sensitive and confidential manner. Appropriate agency personnel shall have access to Contractor's tracking databases as delineated by the Program Manager. The Contractor shall have a hierarchical database with password protection for scheduling requests and clearance notification for applicant/incumbent employees entered by agency personnel. The Contractor agrees not to breach the confidential nature of the medical records generated under this contract. The Contractor shall maintain all original medical examination/screening forms in a secure location meeting all federal requirements for medical records. 3.3 Medical Review Officer and Key Personnel The Contractor shall ensure that a Board Certified Internist or a Physician Board Certified in Emergency Medicine or Occupational Medicine with knowledge of CI federal law enforcement medical requirements reviews each case. The Contractor shall ensure qualification standards consistency and program compliance through internal standard operating procedures. All other personnel must have knowledge and experience in occupational medicine and the processes for a medical clearance program. 4.0 OTHER REQUIREMENTS 4.1 Examinations/Screening Process The Contractor will schedule examinations/screening appointments via a password protected secure webpage through which designated personnel will be able to track examinations, screening progression and medical clearance status. The Contractor will send out incumbent examination packets, incumbent medical exam results, pre-placement medical information and other relevant CI medical information utilizing the established UPS account for the Contractor through the IRS. The Contractor will be provided with an account number and will include relevant information in the reference field as an identifier. The Contractor shall comply with IRS policy IRM 10.5 regarding Privacy, Information Protection & Data Security (PIPDS) located at http://www.irs.gov/irm/. All mail to agents or prospective agents containing PII (i.e., social security numbers, etc.) must be double packaged. Double packaged is defined as information sealed within an envelope and then contained within the UPS carrier package. Examining physicians shall perform all phases of the examination in one day, unless otherwise medically required. The Contractor shall provide clearance information via a password protected secure webpage for the scheduling entity and Program Manager within fifteen (15) working days from completion of the examination/screening. 4.2 Examinations/Screening Requirements IRS EXAM PROTOCOL APPLICANT PRE-PLACEMENT EXAM ANNUAL MEDICAL SCREENING EXAM FITNESS FOR DUTY EXAM HEALTH HISTORY QUESTIONNAIRE Y Y Y PHYSICAL EXAM Y MI Y BLOOD PRESSURE Y Y Y HEIGHT & WEIGHT Y Y Y HEARING HISTORY N Y MI OSHA AUDIOGRAM Y Y MI Audiogram for the Hearing Conservation Program N Y NA MI RESTING EKG Y Every 5 years beginning at the age of 40 MI EXERCISE EKG (Stress Test) MI MI MI SPIROMETRY Y N MI VISION Y N MI DISTANT - uncorrected and corrected Y N MI NEAR - uncorrected and corrected Y N MI DEPTH PERCEPTION - seconds of arc Y N MI COLOR - Ishihara Y N MI PERIPHERAL Y N MI LIPID PANEL & GLUCOSE Y Y MI BLOOD LEAD & ZINC PROTOPORPHYRIN (ZPP) Y Y MI BLOOD CHEMISTRY W/LIPIDS Y MI MI THYROID PANEL MI MI MI COMPLETE BLOOD COUNT WITH DIFFERENTIAL (CBC W/D) Y Y MI ROUTINE URINALYSIS Y N MI PURIFIED PROTEIN DERIVATIVE (PPD) (Tuberculosis Skin Test Screening) Y N MI PHYSICIAN / MEDICAL REVIEW OFFICER (MRO) REVIEW AND FINDINGS Y Y Y LEGEND: Y = YES, N = NO, MI = MEDICALLY INDICATED ADDITIONAL REQUESTED SERVICES: PHYSICIAN CONSULTATION NURSE CONSULTATION OVERNIGHT EXPRESS HEP-B SHOT 4.3 Pre-Placement Medical Clearance Exam Process and Tracking Applicant and Special Agent Student Interns The Contractor will be provided with the Applicant Medical Standard Operating Procedures (SOP) that provides the details of this process. Medical examinations are required to determine if the special agent applicants (including re-instatement transfers) meet the basic medical qualification standards and can safely perform the physical and medical requirements of the special agent position. Since the duties of these positions are exacting and involve the responsibility for the safety of the others under potentially stressful conditions, all tentative selectees must possess emotional and mental stability. Participants in the Special Agent Student Intern Program must also pass a pre-placement medical exam prior to the conversion to the special agent position. Special Agent Student Interns are required to complete at least 640 hours of work experience and educational requirements as quickly as possible in order to convert to a special agent. The conversion to a special agent must take place within 120 days after completion of degree requirements. Therefore, it is imperative that the special agent student trainee's medical clearances are given high priority with the medical examination and clearance process. The IRS Cincinnati Employment Branch (CEB) will provide the Contractor with a "hot list" of applicants and student trainees that need pre-placement examinations. The hot list may also include applicants and student interns who need to update their health history questionnaire 18 months from the initial clearance and repeat their medical examination that expire 24 months from the initial clearance. The IRS Cincinnati Employment Branch will notify those individuals who need to be re-evaluated 60 days prior to the expiration of their health history questionnaire or medical clearance. The Contractor will mail the pre-placement medical information directly to the applicants and student interns and schedule their medical examination appointments within 10 calendar days of receipt of notification. The Contractor will utilize the IRS UPS contract and comply with the IRS policy regarding Personally Identifiable Information (PII). All packages to agents or perspective agents containing PII (i.e., social security numbers, etc.) will be double packaged. The Contractor will facilitate the applicant and student intern medical clearance processes and provide IRS designated personnel with a password protected secure webpage so that they will be able to track examination/screening progression, as needed. When requested, weekly reports will be provided (Friday @ noon Eastern, with the exception of holidays) by the Contractor on the status of each applicant and SAST medical clearance. In the event of a Friday holiday, the report will be provided the day before or after the Friday holiday. The Contractor will provide medical results, clearance status and all required follow-up within 15 work days of completion of the medical exam via a password protected secure webpage. If additional medical information is required in order to make a medical determination, applicants and student interns will be given 30-calendar days to provide the information to the MRO. If the medical information submitted within 30 days is incomplete or not the information requested, a medical determination will be made based on the medical information the MRO has on file. Laws and regulations protect the privacy of an individual's medical results and medical information can only be disclosed to individuals with a need to know. The MRO issues a written medical determination to the IRS Cincinnati Personnel Branch in accordance with CI policies. 4.4 Applicant Pre-Placement/Baseline Exam Components • Medical History Review; • Physical Examination; Vision (Corrected and Uncorrected, near and far visual acuity; color vision, peripheral vision; depth perception); • OSHA Audiogram; • Resting Electrocardiogram; • Spirometry; • Blood Lead and Zinc Protoporphorin (ZPP); ; • CBC, routine urinalysis, and blood chemistries with lipid profile; • Purified Protein Derivative (PPD) - Tuberculosis Skin Test; Note: If a positive PPD is indicated, CHS will set applicant as a "further evaluation" required. The CHS MRO will send the applicant a letter including the test results. If a chest x-ray may be necessary for positive PPD tests. The applicant is responsible for obtaining a chest x-ray, at their own expense, to obtain a medical clearance.. If the Contractor does not receive a reply back within the designated time period, a Not Medically Qualified (NMQ) report is sent to CEB & the IRS will notify the applicant of the findings and medical clearance rating. • Standards Review and Summary Statement. 4.5 Annual Medical Screening Examination and Clearance Ratings It is mandatory for all special agents to complete their annual medical screening clearances for participation in PFP, Hearing Conservation Program and Lead/ZPP screening programs. The Contractor will mail all incumbent special agents the necessary medical information packet for their annual medical screening examination 60 days prior to their birthday, utilizing the IRS UPS contract and complying with all PII policies. It is imperative that agents schedule their exam upon receipt of their medical packet and take their exam prior to their birthday to allow enough time for the MRO to review their evaluation to avoid a lapse in their medical clearance. All medical clearances expire on the agent's birthday. The Contractor will send out email reminder notifications to agents who have not completed their medical screening within 30 and 45 days after the packet is issued. A copy will be sent to the designated CI personnel on the 45-day notice. There are exceptions to this requirement and exceptions are coordinated with the Contractor and the CI Embedded Human Resources staff. For instance, agents who are stationed overseas are required to take their annual medical screening when they return to the United States annually. All newly hired agents at the Federal Law Enforcement Training Center (FLETC) will not be required to take their annual medical screening while in training. All new hires will be placed on the incumbent birthday exam schedule once they report to their respective field office after completion of training. The MRO reviews the findings from the contracted examining physician and will determine if the agent can safely perform law enforcement duties and participate in the PFP. The MRO will also determine if any conditions reported pose a safety risk in performing law enforcement duties. If a safety risk is identified, the MRO will will work with Employee Relations/Labor Relations (ER/LR) in placing the agent on Temporary Restricted Duty and request additional medical information regarding the conditions identified. At their own expense, agents may opt to go to their private physician for their annual medical screening examination, however; the blood lead test and audiogram must be conducted by the CI medical contractor. Agents must notify the medical contractor if they choose to go to their own physician for their annual medical screening. The agent is responsible for ensuring that his/her private physician completes and submits the required CI medical screening examination form to the Contractor MRO for review. The CI MRO will review the medical results for all agents and provide a final medical determination if the agent is cleared to participate in the physical fitness program and has met lead surveillance requirements. The exam turn-around timeline does not go into effect until the Contractor receives all paperwork and lab results from the agent's private physician. Agents may need to provide additional medical information or go for additional medical tests if the MRO identifies significant health risks, conditions or diseases that require clarification before a medical determination can be made. The agent is responsible for payment of any additional testing needed in order for a medical determination to be made. The Contractor will provide resting EKGs to agents every 5 years beginning at the age of 40. Exercise EKGs (stress tests) will be given if the MRO determines that it is medically necessary. Agents will not be authorized official time to exercise until they have received a medical clearance from the MRO. The Contractor will notify the designated CI Headquarters personnel of those agents who are non-compliant with completing their medical screening examination; not cleared - no exam and not cleared - no information provided. IRS will provide the Contractor with the new clearance categories to reflect current CI policies. The Contractor will update the clearance ratings for all active agents. Clearances updates in CAS and related reports will be completed within mutually agreed upon timeframes. The Contractor will re-review all medical screenings taken since August 27, 2010 and apply/transfer the new clearance ratings. The MRO will re-review those cases that require further evaluation on a case-by-case basis. 4.6 Annual Medical Screening Examination Components • A completed health history questionnaire; • Height and weight; • Complete Blood Count (CBC) to include lipid profile and glucose screening • Blood pressure; • A baseline EKG and then one every five years beginning at age 40; • Exercise EKG (Stress Test) - only if the MRO determines that it a cardiac stress test is medically indicated. The maximal stress test will be interpreted by a Cardiologist utilizing the Bruce Protocol; • Blood Lead and ZPP; • Annual Audiogram The MRO's medical determinations for the Physical Fitness Program: • Cleared to participate in the physical fitness program; • Not cleared to participate in the physical fitness program; • Cleared with restrictions to participate in the physical fitness program; • Clearance is pending further documentation to participate in the physical fitness program. The MRO's medical determinations for Law Enforcement Duties: • Cleared; • Not Cleared; • Not Cleared - No Exam; • Not Cleared -Pending Information not Received; 4.7 Blood Lead and Zinc Protoporphorin (ZPP) The blood lead and ZPP test is a mandatory component of the annual medical screening. If the blood lead and ZPP results are found to be above recommended OSHA levels, the MRO will contact the agent to repeat blood lead testing along with a test for a Complete Blood Count (CBC). The MRO will post all lead and ZPP results on the Contractor's password protected online system for designated CI personnel (i.e., Use of Force Coordinator and the CI Industrial Hygienist) to review for further preventive measures to be taken. 4.8 Hearing Conservation Program All Special Agents are included in the CI Hearing Conservation Program (HCP). As part of the HCP, audiograms will be offered to every incumbent agent. The MRO will review each annual audiogram to determine if the agent meets the OPM. http://www.opm.gov/policy-data-oversight/classification-qualifications/general-schedule-qualification-standards/1800/criminal-investigator-treasury-enforcement-agent-1811/ medical qualification standards at and if an average 10 decibel (dB) standard threshold shift exists at 2000, 3000 and 4000 Hz when compared to the agents' baseline audiogram. The MRO will also determine if all other requirements outlined in the OSHA Hearing Standard, 29 CFR 1910.95 as well as the OSHA Recording and Reporting Criteria for Cases Involving Occupational Hearing Loss, 29 CFR 1904.10 (a) are met. If an agent is found to have a hearing condition, the MRO will recommend a repeat audiogram. If the special agent fails the repeat audiogram, he/she will be placed on TRD and scheduled for a Functional Hearing Test (FHT. 4.9 Fitness for-Duty Exam and/or Independent Medical Exam A Fitness for Duty Exam (FFDE) and/or Independent Medical Exam (IME) will be given by request of CI via a letter outlining: a statement of the problem, the employee's employment status as of the date of the request, any medical and administrative reports that are available, CI performance and medical standards, and a job description. The Chairperson of the Medical Advisory Committee must approve all requests for FFDE and/or IME. The Contractor will then schedule a medical examination at a location as close to the agent's home or office as possible. The MRO will review the results of the special agent's current medical documentation from his/her private physician and the FFD/IME medical examination results to determine if, based on the medical condition under review, the agent is able to safely participate in law enforcement duties and the PFP and if further evaluations are necessary (e.g., psychological, medical, etc.). If it is determined that a psychological FFDE and/or IME evaluation is necessary, the Contractor will schedule appointments with either an approved psychologist and/or a psychiatrist. Employee travel costs to these sites are not included in this agreement and should be worked out between the employee and CI. The MRO will discuss the coordination of appointments and other pertinent information with the St. Louis LR/ER office to communicate with the employee. This is done to ensure special agents understand and comply with the details of the ordered exam. After the FFDE and/or IME results are reviewed, the MRO will provide a final report to CI Chairperson of the Medical Advisory Committee through the CI Health and Safety Officer within 30 calendar days of completion of all examinations. 4.10 Temporary Restricted Duty (TRD) Temporary restricted duty (TRD) is a short-term status that applies to special agents who do not or are suspected to not have the ability to safely perform the full-scope of the special agent position and/or cannot meet the medical qualifications. The determination to place a special agent on TRD should be based upon the safety concerns that the agent may pose to himself, colleagues or public citizens. Temporary restricted duty (TRD) is appropriate when there is an expectation or prognosis that the agent will make a full recovery in a reasonable amount of time. Generally, an agent can be placed on TRD for up to 180 days, but it may be extended for longer periods when deemed appropriate (i.e., medical treatment and/or recovery or pending resolution of a proposed personnel action). The Contractor will advise CI whenever the condition reviewed is at a level where it is believed that a sufficient safety risk exists and the agent should be temporarily restricted from performing law enforcement duties. The MRO will also advise the agency if the agent can safely drive a GOV, participate in defensive tactics and retain a weapon. 4.11 Return to Duty (RTD) Special agents are required to submit a Return to Duty (RTD) Medical Clearance Form completed by their treating physician when returning or wishing to work after an absence of more than 14 days due to a medical condition. A form completed by the agent's personal physician is required when an agent is medically ready to return to full duty after a period of restricted duty. The MRO will review these forms and make a medical determination within 7 work days as to whether the agent can return to performing the full range of special agent duties. The MRO's medical determination may result in the following: • MRO concurs and the special agent is approved to return to full duty. • MRO determines the agent needs to provide additional information for clarification before a medical determination to be made. The agent cannot return to full duty until the MRO receives the additional information andmakes a medical determination. • MRO determines that the agent should be ordered for a fitness-for-duty evaluation. 4.12 Post-Refractive Surgery Evaluation Special Agents, Special Agent Student Trainees, and applicants for these positions must submit a specific Return to Duty form designed to capture information related to possible post-refractive surgery complications. The MRO will review the forms submitted after the minimum recovery time listed below to determine medical qualification. PROCEDURES MINIMUM RECOVERY PERIOD Laser Assisted in Situ Keratomileusis (LASIK) 3 months Photorefractive Keratectomy (PRK) 6 months (amended from the previously required one-year waiting period) Automated Lamellar Keratoplasty (ALK) 1 year Radial Keratectomy (RK) 1 year The MRO's medical determination may result in the following: • MRO concurs and Agent is approved to return to full duty. • MRO determines the agent needs to provide additional information for clarification before a medical determination can be made. The agent cannot return to full duty until the MRO indicates that the agent is medically cleared. 4.13 Report of Medical and Psychological Conditions, Medications, Narcotics and Anti-Coagulants CI agents and student trainees are required to report to management any condition or medication that they are taking that they perceive to be a health or safety risk and that may prohibit them from performing the full range of essential law enforcement duties. Special agents and student trainees must report all use of narcotic medications and anti-coagulants. The CI MRO will review these reports and make a medical determination within 7 work days as to whether the agent can return to performing the full range of special agent duties. The MRO's medical determination may result in the following: • MRO concurs and Agent is approved to return to full duty. • MRO determines the agent needs to provide additional information for clarification before a medical determination to be made. • The agent cannot return to full duty until the MRO indicates that the agent is medically cleared. • MRO determines that the agent should be ordered for a fitness-for-duty evaluation. 4.14 Additional MRO Advisory Services The MRO will advise CI Medical Advisory Committee Chairperson after reviewing applicant or agent medical documentation resulting from the following common situations: • Conditions that pose a safety risk while participating in law enforcement duties and the physical fitness program; • Requests for extended sick leave; • Requests for leave without pay due to a medical condition; • Workers' compensation claims; • Long-term disability claims; • Use of a medical condition as a defense against administrative actions. 4.15 Hepatitis B and Overseas Travel Immunizations Special Agent trainees will receive their initial two Hepatitis B inoculations during their training while at FLETC. The trainees will schedule their third inoculation at a Contractor clinic near their POD during the appropriate time period. The Contractor will provide Hepatitis B immunizations to incumbent special agents upon request. The Contractor will have a nurse available to answer questions during designated time periods when special agents are taking their annual on-line blood borne pathogen training. To determine an agent's immunity, the Contractor will schedule a titer blood test or schedule additional Hepatitis B immunizations the agent may still need. All special agents working in the Narcotics and Counter Terrorism Program assigned work in foreign locations are required to obtain the proper medical clearance from the State Department prior to leaving the United States. The designated Point of Contact (POC) in the Narcotics and Counter-Terrorism group will coordinate all required medical examinations and immunizations through the Contractor. The Contractor will contact the special agent directly and determine the appropriate immunizations and examinations for the designated travel location, schedule the appointment(s) at a clinic close to the special agent's POD; explain the exam process and the need to return to the clinic for follow-up. Once the special agent is cleared by the MRO, the Contractor will notify the special agent, his/her manager and send all applicable clearance forms to the State Department. 4.16 Medical Advisory Committee (MAC) The CI Medical Advisory Committee (MAC) is composed of the Chairperson, CI's Health and Safety Officer/Industrial Hygienist, Embedded HR Director and HR Specialists, Employee Relations Specialists, two Supervisory Special Agents, Director NCITA, a GLS attorney, an EEO Representative and the Contractor Medical Review Officer and Contractor Program Managers. The MAC meets six (6) times per year, every other month at the main IRS building in Washington, DC. Topics of discussion include: current fitness for duty cases, temporary restricted duty and other related medical cases, medical policies and other programs including physical fitness. CI expects appropriate Contractor personnel to attend in person and be prepared to discuss relevant medical cases and issues in detail. Critical Incident Stress Debriefing The Contracted Psychologist will provide critical incident stress debriefing counseling for IRS undercover agents; stress assessments; stress management; and stress management training. Additionally, the contractor shall provide yearly and semi-annual debriefing to IRS Criminal Investigation undercover agents. Also, the Contractor shall provide incident/trauma intervention counseling to special agent's IRS personnel following critical/traumatic incidents. Breath Alcohol Testing Special Agents in Charge (SAC) and equivalent Headquarters personnel are authorized to order an 1811 to undergo alcohol testing when they have reasonable belief or supporting documentation that a violation of CI Directive No. 6 has occurred. Criminal Investigation Directive No. 6 states in part: Any Special Agent who management has reason to suspect is intoxicated or under the influence of alcohol while on official duty may be subject to alcohol testing. Any agent who is requested to take a breath alcohol test is required to do so or he/she will be subject to disciplinary action, up to and including removal from the Service. When requested a breath alcohol test, the SAC will obtain concurrence from their Director Field Operations (DFO) or equivalent Headquarters official. Alcohol tests are conducted to detect alcohol use (i.e., the consumption of any beverage, mixture, or preparation, including any medication, containing alcohol. The contractor will be available 24/7 Monday-Friday to set up the breath alcohol test. The IRS SACs will contact the contractor by calling 1-800-638-8476 to request the breath alcohol test. An IRS request for breath alcohol testing services must include the following information: 1. SAC's name 2. SAC's telephone number 3. Name of the 1811 suspected to be under the influence 4. Agent's social security number 5. Agent's address at the time the call is placed. For confirmation of breath alcohol test results, the provider may also administer a blood alcohol test to confirm the breath alcohol test results. The contractor will review the results and advise IRS Employee Relations/Labor Relations of the test results and if any safety risk is identified. Upon receiving notification of need for the breath alcohol test from the authorized SAC, the contractor will identify a provider or send a certified collector on site to provide breath alcohol testing based on request within 2 hours whenever possible, (but no more than 8 hours). The contractor will then notify the SAC of the location for testing. The SAC will be responsible for ensuring the 1811 be tested within 30 minutes. Contractor may perform an alcohol confirmation test when required. Should further confirmation of the breath alcohol results be required, the contractor will notify the IRS SAC of a facility where the 1811 can be sent to perform a blood alcohol test. The SAC would be responsible for coordinating the transportation of the 1811 to the onsite or designated facility. The contractor Medical Review Officer will advise IRS SAC of the test results normal or abnormal or in the event an agent refuses to be tested. All tests and repeat tests will be billed in accordance with applicable year pricing schedule. 5.0 REQUIRED REPORTS • Monthly status report of Contractor projects will be provided as requested. • Weekly spreadsheet on the medical clearance status of special agent pre-placement examinations. The spreadsheet will capture the following information: Applicant's Last Name, First Name, Middle Initial, Type of Examination - New or Supplemental, Date of Exam, Date Examination Results Received by CHS, Type of Follow-Up Information Requested, and Date of Follow-Up Information was received by CHS, Clearance Status and Remarks. • Incumbent Medical Clearance Report - available on demand through an electronic tracking system. The report will include agents' medical compliance status for participation in law enforcement duties, the hearing conservation program and the physical fitness program. This report will be in a spreadsheet format with numerous sorting capabilities to include: agent name, field office, organization, etc. The report will be limited to those users identified by the IRS that need access to this report. • Monthly status report on the following information to support the monthly billing reports:: o Fitness for Duty Evaluations conducted and reviewed; o Independent Medical Evaluations ordered and reviewed (indicate type, i.e., functional hearing test, etc.) o Self-Reporting of Medical or Psychological Conditions, Medications and Anti-Coagulants forms received and reviewed; o Return to Duty forms received and reviewed; o Additional MRO advisory services requested/conducted, o Post-refractive Surgery forms reviewed, o Number of participants in the Hearing Conservation Program, o Number of OSHA recordable hearing cases. • A monthly status report on the number of Medical Screening Examinations: • Quarterly status report on the number of immunizations administered; • Monthly electronic billing with a break-down of services provided; • Small Business Subcontracting Plan. This plan shall be provided within two weeks of contract award. The Plan and required Semi-annual reporting on progress made against the plan shall be provided to the Contracting Officer. 6.0 GOVERNMENT FURNISHED INFORMATION The CI will provide the Contractor with all medical policies and procedures and all existing medical data for all the incumbent special agents. Cyber-security of Medical Data: The Contractor shall comply with IRS policy IRM 10.5 regarding Privacy, Information Protection & Data Security (PIPDS) located at http://www.irs.gov/irm/. All mail to agents or prospective agents containing PII (i.e., social security numbers, etc.) must be double packaged. Double packaged is defined as information sealed within an envelope and then contained within the UPS carrier package. 7.0 PERIOD OF PERFORMANCE The Base Year Period of Performance shall be from April1, 2014 through March 31, 2015. Four one-year options will be included in the contract as follows: Option Year One: April 1, 2015 through March 31, 2016 Option Year Two: April 1, 2016 through March 31, 2017 Option Year Three: April 1, 2017 through March 31, 2018 Option Year Four: April 1, 2018 through March 31, 2019 8.0 TRAVEL AND PER DIEM The Government will be responsible for reimbursement of travel costs only when the COR has approved such travel. All COR-authorized travel will be paid for on a reimbursement basis. Costs for lodging, meals, and incidental expenses incurred by contracted personnel on official company business are allowable subject to FAR 31.205-46, Travel Costs. These costs will be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulations located at http://www.policyworks.gov/. Actual travel costs claimed shall have supporting documentation, e.g. copy of paid bill for lodging and airline ticket receipt. All travel (air, land, and sea) including per diem, required in connection with the services to be provided under this contract shall be reimbursed at direct cost to the contractor. 9.0 OTHER TERMS AND CONDITIONS 9.1 RELEASE OF INFORMATION 9.2 Advertising of Award The contractor shall not refer to awards in commercial advertising in such a manner as to state or imply that the product or service provided is endorsed or preferred by the Federal Government or is considered by the government to be superior to other products or services. 9.3 News Release The contractor shall obtain explicit, written consent from the contracting officer before making reference to the product or services furnished pursuant to the provisions of this contract in any news release or commercial advertising, or in connection with any news release or commercial advertising. 9.4 Contract Clauses and Provisions Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.acquisition.gov/far/index.html. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Regulation. 9.5 Other Considerations - Rights to information developed will remain with the Government to the extent authorized under FAR 52.227-14, Rights In Data - General. 9.6 Contracting Officer's Representative The Contracting Officer's Representative (COR) for this order is: Name: TBA Address: Telephone: FAX: E-mail: The Alternate COR for this order is: Name: TBA Address: Telephone: The COR will represent the Contracting Officer in the administration of technical details within the scope of this task order. The COR is also responsible for the final inspection and acceptance of all reports and such other responsibilities as may be specified in the order. The COR is not otherwise authorized to make any representations or commitments of any kind on behalf of the Contracting Officer or the government. The COR does not have authority to alter the contractor's obligations or to change the order specifications, price, terms or conditions. If, as a result of technical discussions, it is desirable to modify order obligations or the statement of work, changes will be issued in writing and signed by the Contracting Officer. The government, without prior notice, may change the COR assignment for this order at any time. The contractor will be notified of the change. 9.7 Project Manager (Subject Matter Expert) is: Name: TBA Address: Internal Revenue Service Telephone: Fax: E-mail: The contractor shall also provide a Project Manager who shall have the authority to make cost, technical, hiring and dismissal decisions, or special arrangement as deemed necessary. The Project Manager shall be responsible for the overall management and coordination of this contract and shall act as the central point of contact with the government. The Project Manager shall have full authority to act for the contractor in the performance of the required services. The Contractor Project Manager, or a designated representative, shall meet with the COR and the CI Project Manager to discuss problem areas as they occur. The Project Manager or designated representative shall respond within four hours after notification of the existence of a problem. The Project Manager shall be able to fluently read, write, and speak the English language. 9.8 Key Personnel 9.8.1 The contractor shall use the key personnel set forth in its proposal for performance of the effort set forth under task orders against this task order. In the event that one or more of the personnel are not available, or become unavailable, the contractor shall furnish substitute personnel of equal skills, which substitutions shall be subject to approval of the Contracting Officer. 9.8.2 All requests for substitutions must include a detailed explanation of the circumstances necessitating the proposed substitutions, a complete resume for the proposed substitute, and any other information requested by the contracting officer needed to approve or disapprove the proposed substitution. All proposed substitutions must have qualifications that are equal to or higher than the qualifications of the person(s) to be replaced. The contracting officer or an authorized representative will evaluate such requests and promptly notify the contractor of approval or disapproval within 5 business days of receipt of the substitution request. 9.8.3 Type of Contract This will be an FFP/IDIQ contract. The contract minimum guaranteed amount will be $50,000. 9.8.4 Evaluation of Contractor Performance 9.8.5 Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15 by the government COR with input provided by the CI Project Manager. A final performance evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluations will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor will be permitted 30 (thirty) days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the contracting officer, whose decision will be final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. 9.8.6 Electronic Access to Contractor Performance Evaluations - Contractors may access evaluations through a secure Web site for review and comment by completing the registration form that can be obtained at the following address: http://ocm.od.nih.gov/cdmp/cps_contractor.htm The registration process requires the contractor to identify an individual who will serve as a primary contact and who will be authorized access to the evaluation for review and comment. In addition, the contractor will be required to identify an alternate contact that will be responsible for notifying the contracting official in the primary contact is unavailable to process the evaluation within the required 30-day time frame. 10.0 GENERAL PROPOSAL INSTRUCTIONS 1. Submission of Offerors. Prospective Offerors must sign and date offers sent to the office specified in this solicitation at or before the exact time and date specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3 (b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10)Past Performance Information All proposals shall be clearly labeled, on the outside with the offeror's name, address, solicitation number and respective requirement being proposed. All pages of each proposal shall be appropriately numbered, and identified with the name of the offeror and solicitation number, to the extent practicable. An original and five (5) copies of the proposal and all supporting documentation shall be submitted. Proposal shall not exceed 175 pages in length. Any pages in excess of 175 will not be considered. Proposals shall be submitted on 8 ½" x 11" paper, with font size no smaller than 12 points, and shall be formatted in MS Office/Word Version 3 or higher. 1. The original copy of the proposal shall contain the original of all documents requiring signature by the offeror. Use of reproductions of signed originals is authorized on the remaining five (5) copies of the proposal. 2. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. 3. Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the date and time specified in the solicitation. (2) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered. It maybe considered if: (A) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (B) If this solicitation is a request for proposals, it was the only proposal received. However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offerors will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (a) Contract award. The Government may evaluation offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussion if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (b) MULTIPLE AWARDS. REMOVED. (c) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (d) (1) The agency's evaluation of the significant weak or deficient factors in the debrief offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rational for award. (5) For acquisition of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. The Department of Treasury, Internal Revenue Services, Human Capital Organization, intends to issue a Request for Proposal for Criminal Investigative Services according to OPM Standard. http://www.opm.gov/policy-data-oversight/classification-qualifications/general-schedule-qualification-standards/1800/criminal-investigator-treasury-enforcement-agent-1811/ Point of Contact Information: The schedule contractor shall provide the name, address, telephone number, fax number, and email address of the person(s) to be contacted concerning questions about your firm's proposal. PROPOSAL DUE DATE: Offerors shall acknowledge receipt of any amendments to the RFP by signature and date, and return them along with their proposals. Proposals are due in one original and five (5) hard copies, one (1) copy of the Technical Approach (Volume I), Pricing Information (Volume II), and Past Performance (Volume III) by 2:00 P.M. (EST) on February 18, 2014. LATE PROPOSALS WILL NOT BE CONSIDERED. Hard copies shall be hand delivered or mailed to the mailing address below. NO ELECTRONIC PROPOSALS WILL BE ACCEPTED. Internal Revenue Service (IRS) Office of Procurement, Constellation Center, 5th Floor Mailroom Attention: Rita Baker, OS:A:P:B:B:A 6009 Oxon Hill Rd Oxon Hill, MD 20745 Mail Room Hours of Operation are: Monday - Friday, 8:00 A.M. to 4:30 P.M. Proposals shall have "RFP No. TIRNO-13-R-0032 CI Medical Services" clearly identified on each Section Title Page. Failure to properly mark packaging and the required submittals could cause your proposal to be misdirected and/or received late. YOU, the offeror bears the burden of timely submission and receipt. CORRESPONDENCE NO ELECTRONIC PROPOSALS WILL BE ACCEPTED. All communications concerning the solicitation, including any of a technical nature, must be made in writing through the Contract Specialist and/or the Contracting Officer. Correspondence, including written questions, should be directed to the attention and address of Rita Baker, Contract Specialist, and/or to rita.baker@irs.gov. There will be no verbal communications. Phone calls will not be returned. All communication should be directed in writing to the individual(s) above, however, offerors are advised that questions of a technical nature must be submitted in writing. In order to ensure questions concerning any technical aspect of the solicitation receive a timely response, these questions must be received no later than January 23, and shall be in writing. Questions may also be submitted in writing via e-mail at rita.baker@irs.gov. 11.0 EVALUATION CRITERIA The criteria, listed in descending order of importance that shall be used to evaluate each vendor's offer will include technical understanding/management capability, relevant experience, past performance, personnel and price with award being made to the Offeror who provides the best overall value to the Government. (a) TECHNICAL UNDERSTANDING: Technical capability shall be evaluated to determine whether the Offeror clearly demonstrated technical experience, technical understanding, and approach to this project as it relates to the requirements of the SOW. The Government will assess whether the Offeror clearly described its capability to provide effective and efficient services necessary to successfully complete the SOW tasks within the specified period of performance. The Government will evaluate the suitability of the Offeror's proposed solution for the tasks and assess the quality of the solution, likelihood of the solution's success, inherent risk, methodology for approaching the solution, an overall understanding of the requirement. Resource information, such as data concerning material, subcontracts, assignment of labor hours to labor categories, etc., will be evaluated for its appropriateness to the overall requirement. The Government will also evaluate the Offeror's management approach and procedures for managing and controlling the performance of the tasks and providing quality control to ensure that all tasks are completed in a timely and satisfactory manner. (b) RELEVANT EXPERIENCE: The Government will evaluate the Offeror's recent and relevant experience in performing tasks related to the SOW. The Offeror will be evaluated on the quality of its experience on similar work, in particular, experience in law enforcement workforce medical surveillance and health management. Documented experience submitted by the Offeror must be recent and relevant to requirements and tasks outlined in the SOW. (c) PAST PERFORMANCE: The Government will evaluate the Offeror's recent and relevant past performance in performing tasks related to the SOW. The Offeror will be evaluated on the quality of its past performance on similar work, including overall customer satisfaction, cost control, timeliness of performance, and effectiveness at successfully accomplishing stated goals. References submitted by the Offeror must be recent and relevant to requirements andtask outlined in the SOW. (d) MANAGEMENT CAPABILITY: The Government will assess the Offeror's personnel qualifications, experience related to the SOW and suitability of the Offeror's management and technical personnel who will coordinate closely with the Government's COR. The Government will evaluate the Offeror's proposed staffing to ensure that adequate, properly qualified personnel will be available for performance. (e) PRICE: WE RECOMMEND ITEMIZED PRICING FOR ALL MEDICAL SERVICES 12.0 EVALUATION OF RATINGS The Government will evaluate the Offeror's proposed pricing categories and prices. (1) Excellent: reflects a high probability of meeting the requirements of the SOW. An extremely low risk quote which addresses all requirements of the SOW in a detailed manner. Demonstrates exceptional ability to meet IRS needs. (2) Very Good: reflects a slightly increased risk of poor performance. A very good rating should still reflect extensive, detailed responses to all requirements. Reflects either less than exceptional ability to meet IRS needs, minor lack of understanding of the SOW, and/or minor mistakes or omissions. (3) Good: reflects an average risk of poor performance. A good rating should reflect detailed responses to all requirements. Reflects a lesser ability to meet IRS needs (when compared with an excellent or very good), minor to moderate lack of understanding of the SOW, and/or minor to moderate mistakes or omissions. (4) Satisfactory: reflects a more than average risk of poor performance without changes to the contractors approach. A satisfactory rating should reflect responses to all requirements. Reflects an ability to meet the minimum IRS needs, moderate lack of understanding of the SOW, and/or moderate mistakes or omissions. (5) Unsatisfactory: reflects a high, unacceptable risk of poor performance. An unsatisfactory rating may not reflect responses to all requirements. It may also reflect an inability to meet minimum IRS needs, severe lack of understanding of the SOW, and/or severe mistakes or omissions. 13. CONTRACT CLAUSES AND PROVISIONS Please note that due to the character limitations in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at http://www.acquisition.gov/far/index.html. All FAR representations and certifications shall be submitted through Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Regulation. FEDERAL ACQUISITIONS REGULATIONS INCORPORATED BY REFERENCE: FAR 24.104 Protection of Privacy and Freedom of Information FAR 52.202-1 Definitions (Jan 2012) FAR 52.212-1 Instructions to Offerors-Commercial Items (JUL 2013) FAR 52.225-5, Trade Agreements (NOV 2013) FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Apr 2010) FAR 52.213-2 Invoices FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 Buy American Act Supplies (Feb 2009) FAR 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) FAR 52.232-33 IPP FAR 52.239-1 Privacy or Security Safeguards (Aug 1996) FAR 52.219-8 Utilization of Small Business Concerns (Jul 2013) FAR 52.222-50 Combatting trafficking in Persons FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Veterans (Sept 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-54 Employment Eligibility Verification (Jul 2012). FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act. FAR 52.227-14 Rights in Data Clause FAR 52.232-18 Availability of funds (APR 1984) FAR 52.233-2 Service of protest (SEPT 2006) FAR 52.244-5 Competition in subcontracting (Dec 1996) FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.233-3 Protest After Award (Aug 1996) FAR 52.203-13 Contractor Code of Business Ethics and Conduct (Apr 2010) FAR 52.213-2 Invoices FAR 52.209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 Buy American Act Supplies (Feb 2009 FAR 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) FAR 52.239-1 Privacy or Security Safeguards (Aug 1996) FAR 52.219-8 Utilization of Small Business Concerns (Jul 2013) FAR 52.222-50 Combatting trafficking in Persons FAR 52.222-26 Equal Opportunity (Mar 2007) FAR 52.222-35 Equal Opportunity for Veterans (Sept 2010) FAR 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) FAR 52.222-54 Employment Eligibility Verification (Jul 2012). FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act. FAR 52.227-14 Rights in Data Clause FAR 52.232-18 Availability of funds (APR 1984) FAR 52.233-2 Service of protest (SEPT 2006) FAR 52.244-5 Competition in subcontracting (Dec 1996) IR1052.239-9008 Section 508 Information, Documentation and Support (SEP 2006) In accordance with 36 CFR 1194, Subpart D, the electronic information technology (EIT) products and product support services furnished in performance of this contract shall be documented to indicate the current conformance level with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Board's Electronic and Information Technology Accessibility Standards. At no time during the performance of the award shall the level of conformance go below the level of conformance in place at the time of award. At no additional cost, the contractor shall provide information, documentation, and support relative to the supplies and services as described in Section J, Attachment [Fill in]. The contractor shall maintain this detailed listing of compliant products for the full contract term, including forms of extensions, and shall ensure that it is current within five calendar days after award and within three calendar days of changes in products being utilized as follows: (a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b) End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c) Support services for products shall accommodate the communication needs of end-users with disabilities. (End of clause) IR1052.239-9010 Section 508 Services (SEP 2006) All contracts, solicitations, purchase orders, delivery orders and interagency agreements that contain a requirement of services which will result in the delivery of a new or updated electronic and information technology (EIT) item/product must conform to the applicable provisions of the appropriate technical standards in 36 CFR 1194, Subpart B, and functional performance criteria in 36 CFR 1194.31, Subpart C, unless an agency exception to this requirement exists. The following technical standards and provisions have been determined to be applicable to this contract: ___ 1194.21, Software applications and operating systems. __(a) __(b) __(c) __(d) __(e) __(f) __(g) __(h) __(i) __(j) __(k) __(l) ___ 1194.22, Web-based intranet and internet information and applications. __(a) __(b) __(c) __(d) __(e) __(f) __(g) __(h) __(i) __(j) __(k) __(l) __(m) __(n) __(o) __(p) ___ 1194.23, Telecommunications products. __(a) __(b) __(c) __(d) __(e) __(f) __(g) __(h) __(i) __(j) __(k) - __(k:1) __(k:2) __(k:3) __(k:4) ___ 1194.24, Video and multimedia products. __(a) __(b) __(c) __(d) __(e) ___ 1194.25, Self contained, closed products. __(a) __(b) __(c) __(d) __(e) __(f) __(g) __(h) __(i) __(j) ___ 194.26, Desktop and portable computers. __(a) __(b) __(c) __(d) The standards do not require the installation of specific accessibility-related software or the attachment of an assistive technology device, but merely require that the EIT be compatible with such software and devices so that it can be made accessible if so required by the agency in the future. The following functional performance criteria (36 CFR 1194.31) apply to this contract. _X_ (a) At least one mode of operations and information retrieval that does not require user vision shall be provided, or support for assistive technology used by people who are blind or visually impaired shall be provided. _X_ (b) At least one mode of operation and information retrieval that does not require visual acuity greater than 20/70 shall be provided in audio and enlarged print output working together or independently, or support for assistive technology used by people who are visually impaired shall be provided. _X_ (c) At least one mode of operation and information retrieval that does not require user hearing shall be provided, or support for assistive technology used by people who are deaf or hard of hearing shall be provided. _X_ (d) Where audio information is important for the use of a product, at least one mode of operation and information retrieval shall be provided in an enhanced auditory fashion, or support for assistive hearing devices shall be provided. _X_ (e) At least one mode of operation and information retrieval that does not require speech shall be provided, or support for assistive technology used by people with disabilities shall be provided. _X_ (f) At least one mode of operation and information retrieval that does not require fine motor or simultaneous actions and that is operable with limited reach and strength shall be provided. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/TREAS/IRS/NOPAP/TIRNO-13-R-00032/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN03277444-W 20140201/140130234422-a8fb44c1041c8446ed713e5938e75cf2 (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.