SOLICITATION NOTICE
R -- AMERICAN SIGN LANGUAGE INTERPRETATION SERVICES AT DLA DISTRIBUTION NORFOLK, VA - ATTACHMENT 3 - PAST PERFORMANCE QUESTIONAIRE - ATTACHMENT 2 - WAGE DETERMINATION - ATTACHMENT 1 - STATEMENT OF WORK
- Notice Date
- 2/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541930
— Translation and Interpretation Services
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Distribution, J Avenue, DDC J7-AB, Bldg 404, New Cumberland, Pennsylvania, 17070-5001, United States
- ZIP Code
- 17070-5001
- Solicitation Number
- SP3300-14-Q-0051
- Archive Date
- 5/30/2014
- Point of Contact
- Julie A Metzger, Phone: 717 770-6243
- E-Mail Address
-
julie.metzger@dla.mil
(julie.metzger@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ATTACHMENT 1 - STATEMENT OF WORK ATTACHMENT 2 - WAGE DETERMINATION ATTACHMENT 3 - PAST PERFORMANCE QUESTIONAIRE NOTICE TO OFFERORS DLA Distribution Norfolk, VA has a requirement to provide on-site sign language interpreter services to effectively facilitate the communication needs of the government personnel across all levels of the organization. Sign language interpretation services will afford the hearing impaired personnel the opportunity to participate in workforce development through cross training programs and process improvement initiatives. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with 13 of the Federal Acquisition Regulations (FAR) 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. This is a Request for Quote (RFQ) and the solicitation number is SP3300-14-Q-0051. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-72 effective 30 Jan. 2014 and Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20140129 edition and Defense Logistics Acquisition Directive (DLAD) Current to Revision 5 and PROCLTR 2014-55. The complete text of any of the clauses and provisions may be accessed in full text at http://farsite.hill.af.mil. This solicitation is 100% set-aside for small Business concerns. The NAICS code applicable to this acquisition is 541930 and the small business size standard is $7.0 million. Any award resulting from this solicitation will be issued on a Standard Form (SF) 1449. Period of Performance shall be: Base Year: May 1, 2014 through April 30, 2015 Option Year 1: May 1, 2015 through April 30, 2016 Option Year 2: May 1, 2016 through April 30, 2017 The Service Contract Act of 1965, as amended, applies to this acquisition, per the Federal Acquisition Regulation (FAR) clauses that have been incorporated by reference. Wage Determination No. 1988-0742, Revision No. 27, dated 06/19/2013 is applicable to this solicitation. Payment will be made by Defense Finance and Account Service (DFAS). Contractor shall submit invoice(s) through Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006 Wide Area Workflow Payment Instructions. NOTE: To receive an award resulting from this solicitation, offerors MUST be registered in the System for Award Management (SAM) database IAW FAR 52.212-1(k) and DFARS 204.1104. Registration may be done on line at: www.sam.gov. SCHEDULE OF SUPPLIES/SERVICES BASE YEAR PERIOD OF PERFORMANCE May 1, 2014 through April 30, 2015 CLIN 0001 - Contractor shall provide all labor, material, equipment, travel, and supervision necessary to perform on-site support for sign language interpretation services Monday through Friday at DLA Distribution Norfolk, VA complete and in accordance with the attached Statement of Work. 12 months @ $ _______________ per month = $ _______________ total CLIN 0002 - Contractor shall provide all labor, material, equipment, travel and supervision necessary to perform sign language interpretation services on an as needed bases complete and in accordance with the attached Statement of Work NOTE: All appointments will be based on a 2 hour minimum. The quantities are estimates only and are NOT TO BE EXCEEDED (NTE) without notifying the Contracting Officer prior to performing the services. The contractor shall be paid for actual services provided. CLIN 0002AA Estimated 260 sessions up to 2 hours in length @ $ _______________per session = $ _______________ estimated total (NTE). CLIN 0002AB Estimated 202 sessions up to 1 hour in length @ $ _______________ per session = $ _______________ estimated total (NTE). CLIN 0002ACEstimated 102 sessions up to 1/2 hour in length @ $ _______________ per session = $ _______________ estimated total (NTE). NOTE: CLINS 0002AB & 0002AC will be used in conjunction with CLIN 0002AA (i.e. a session that exceeds 2 hours up to 3 hours will be priced as follows: 1 each price of CLIN 0002AA plus 1 each price of CLIN 0002AB a session the exceeds 2 hours up to 2 1./2 hours will be priced 1 each of CLIN 0002AA plus 1 each price of CLIN 0002AC). TOTAL BASE YEAR $ ____________________ OPTION YEAR 1 PERIOD OF PERFORMANCE May 1, 2015 through April 30, 2016 CLIN 1001 - Contractor shall provide all labor, material, equipment, travel, and supervision necessary to perform on-site support for sign language interpretation services Monday through Friday at DLA Distribution Norfolk, VA complete and in accordance with the attached Statement of Work. 12 months @ $ _______________ per month = $ _______________ total CLIN 1002 - Contractor shall provide all labor, material, equipment, travel and supervision necessary to perform sign language interpretation services on an as needed bases complete and in accordance with the attached Statement of Work NOTE: All appointments will be based on a 2 hour minimum. The quantities are estimates only and are NOT TO BE EXCEEDED (NTE) without notifying the Contracting Officer prior to performing the services. The contractor shall be paid for actual services provided. CLIN 1002AA Estimated 260 sessions up to 2 hours in length @ $ _______________per session = $ _______________ estimated total (NTE). CLIN 1002AB Estimated 202 sessions up to 1 hour in length @ $ _______________ per session = $ _______________ estimated total (NTE). CLIN 1002ACEstimated 102 sessions up to 1/2 hour in length @ $ _______________ per session = $ _______________ estimated total (NTE). NOTE: CLINS 1002AB & 1002AC will be used in conjunction with CLIN 1002AA (i.e. a session that exceeds 2 hours up to 3 hours will be priced as follows: 1 each price of CLIN 1002AA plus 1 each price of CLIN 1002AB a session the exceeds 2 hours up to 2 1./2 hours will be priced 1 each of CLIN 1002AA plus 1 each price of CLIN 1002AC). TOTAL OPTION YEAR 1 $ ____________________ OPTION YEAR 2 PERIOD OF PERFORMANCE May 1, 2016 through April 30, 2017 CLIN 2001 - Contractor shall provide all labor, material, equipment, travel, and supervision necessary to perform on-site support for sign language interpretation services Monday through Friday at DLA Distribution Norfolk, VA complete and in accordance with the attached Statement of Work. 12 months @ $ _______________ per month = $ _______________ total CLIN 2002 - Contractor shall provide all labor, material, equipment, travel and supervision necessary to perform sign language interpretation services on an as needed bases complete and in accordance with the attached Statement of Work NOTE: All appointments will be based on a 2 hour minimum. The quantities are estimates only and are NOT TO BE EXCEEDED (NTE) without notifying the Contracting Officer prior to performing the services. The contractor shall be paid for actual services provided. CLIN 2002AA Estimated 260 sessions up to 2 hours in length @ $ _______________per session = $ _______________ estimated total (NTE). CLIN 2002AB Estimated 202 sessions up to 1 hour in length @ $ _______________ per session = $ _______________ estimated total (NTE). CLIN 2002ACEstimated 102 sessions up to 1/2 hour in length @ $ _______________ per session = $ _______________ estimated total (NTE). NOTE: CLINS 2002AB & 2002AC will be used in conjunction with CLIN 2002AA (i.e. a session that exceeds 2 hours up to 3 hours will be priced as follows: 1 each price of CLIN 2002AA plus 1 each price of CLIN 2002AB a session the exceeds 2 hours up to 2 1./2 hours will be priced 1 each of CLIN 2002AA plus 1 each price of CLIN 2002AC). TOTAL OPTEION YEAR 2 $ ____________________ TOTAL ALL CLINS $ ____________________ The following FAR and DFARS clauses and provisions apply to this acquisition: FAR 52.212-1 Instructions to Offers-Commercial Items. Addenda to 52.212-1; the following paragraphs are hereby deleted from this provision: (d) products samples, (e) multiple offers and (h) multiple awards. DLAD 52.233-9000 AGENCY PROTESTS Companies protesting this procurement may file a protest 1) with the Contracting Officer, 2) with the General Accounting Office, or 3) pursuant to Executive Order No. 12979, with the Agency for a decision by the Activity's Chief of the Contracting Office. Protests filed with the agency should clearly state that they are an "Agency Level Protest under Executive Order No. 12979." (Note: DLA procedures for Agency Level Protests filed under Executive Order No. 12979 allow for a higher level decision on the initial protest than would occur with a protest to the Contracting Officer; this is not an appellate review of a Contracting Officer's decision on a protest previously filed with the Contracting Officer). Absent a clear indication of the intent to file an agency level protest, protests will be presumed to be protests to the Contracting Officer. (End of Provision) DLAD 52.233-9001 DISPUTES: AGREEMENT TO USE ALTERNATIVE DISPUTE RESOLUTION (ADR) (a) The parties agree to negotiate with each other to try to resolve any disputes that may arise. If unassisted negotiations are unsuccessful, the parties will use alternative dispute resolution (ADR) techniques to try to resolve the dispute. Litigation will only be considered as a last resort when ADR is unsuccessful or has been documented by the party rejecting ADR to be inappropriate for resolving the dispute. (b) Before either party determines ADR inappropriate, that party must discuss the use of ADR with the other party. The documentation rejecting ADR must be signed by an official authorized to bind the contractor (see FAR 52.233-1, or for the agency, by the Contracting Officer, and approved at a level above the Contracting Officer after consultation with the ADR Specialist and with legal counsel (see DLA Directive 5145.1). Contractor personnel are also encouraged to include the ADR Specialist in their discussions with the Contracting Officer before determining ADR to be inappropriate. (c) If you wish to opt out of this clause, check here ( ). Alternate wording may be negotiated with the Contracting Officer. (End of Provision) OFFER SUBMISSION INSTRUCTIONS - Quotes must include the following items. Submission of a quote that does not contain all items requested below may result in elimination from consideration for award. 1. Quotations may be submitted in contractor format and shall include: (1) Company name, address, telephone number, e-mail address, and FAX number; (2) Solicitation number; (3) Unit Price and extended prices for all CLINS; (4) Contractor DUNS Number and Commercial and Government Entity (CAGE) Code; (5) Signed acknowledgements of amendments (applicable only if any amendments are issued against this solicitation). 2. Complete technical and past performance information as requested under Evaluation - Commercial Items. 3. Contractors are required to include a copy of the FAR provision 52.212-3 - Offeror Representations and Certifications - Commercial Items and DFAR 252.212-7000 - Offeror Representation and Certification - Commercial Items with its proposal or may complete the representations and certifications on the internet at www.sam.gov. Failure to include the certifications along with the price proposal may result in elimination from consideration for award FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999) (a)The Government intends to award one contract to the responsive, responsible offer using the lowest priced, technically acceptable procedure. Award will be made on all or none basis. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for the non-cost factors. The following non-cost factors shall be used to evaluate quotes: Factor 1 - Technical Capability to meet the Government's requirement as set forth in the Statement of Work (SOW) as provided at Attachment 1. Factor 2 - Past Performance Quotes determined to have passed the technical capability requirements will then be evaluated for acceptable past performance history. Any offeror who has submitted a technically acceptable quote and who has been found to have a satisfactory record of past performance will then have its quote evaluated for the lowest price. Quotes shall be evaluated for acceptability (only) on a pass/fail basis and will not be rated. Contractors are reminded that a Request For Quotation is not a request for proposal and that a quote is not an offer that the Government accepts or awards. This competition is not being conducted using FAR Part 15 procedures. The award decision process is being conducted under FAR Part 12 and FAR Part 13, wherein the Contracting Officer is permitted to have substantive communications with individual contractors about their quotes without being subject to the policies and procedures of FAR Part 15, and without engaging in "discussions" or "negotiations" under FAR Part 15. The Government reserves the right to evaluate quotes and may seek to make an award without asking for revised quotes or entering substantive discussions. Accordingly, contractors are encouraged to provide their most realistic and competitive terms with their initial quotes. If the Contracting Officer does determine it is in the Government's best interest to conduct communications with offerors, and a contractor is given an opportunity to correct any deficiencies in a quote, and after correction the quote is still determined to be unacceptable, such determinations will be cause for rejection of the quote. No offeror will be given an unlimited amount of opportunities for correction of a quote. The Government reserves the right to make a final determination whether a quote is acceptable or unacceptable solely on the basis of the information submitted and proceed without requesting additional information. Factor 1 - Technical Capability to Meet the Requirements of the Statement of Work (SOW) as provided at Attachment 1. To be acceptable, the offeror must demonstrate an understanding of all work requirements set forth in the Statement of Work (SOW). To be acceptable, the offeror must submit a list identifying the onsite interpreter and the proposed additional interpreters necessary to fulfill the requirements set forth in the SOW. To be acceptable, the offeror must submit, for the On-Site Interpreter and each interpreter proposed, current certification by the National Association of the Deaf, or the Registry of Interpreters for the Deaf, or be included in Virginia's Directory of Qualified Interpreters. Resumes and other supporting documents submitted for the On-Site Interpreter and each interpreter must include relevant qualifications, certifications, background and knowledge, as identified in the Key Personnel and Personnel Qualifications and Certifications sections of the SOW, in sufficient detail to demonstrate the capability of the person. The person's work history should contain familiarity with the culture and language of Navy or DLA Government installation, or familiarity with the culture and language of large scale distribution operations as demonstrated through past work experience or education. The Government requires that the Contractor have at least 3 additional qualified and certified interpreters available to perform under this SOW. The documentation must indicate clearly whether the person identified is a current employee of the Contractor or a proposed new hire. If the person identified is a proposed new hire, a letter of intent to accept employment with the Contractor signed by the individual must be furnished. Factor 2 - Past Performance This standard is based upon the offeror's ability to substantiate credible examples of past performance associated with their commercial and Government offerings, inclusive of delivery, schedule compliance, product quality, and overall customer satisfaction. Offerors shall send the Past Performance Questionnaire provided in attachment 3 of the RFQ to at least three (3) references to complete regarding the offeror's past performance. Questionnaires must be submitted to the Contract Specialist by the date and time specified in attachment 3. Offers will be evaluated in these areas for past performance as they relate to the SOW. The information submitted should reflect an experience in similar types of contracts for the federal / state government or commercial firms. The minimum criteria for acceptability under this factor shall be the submission of written information that will satisfy the requirements listed below. Each subparagraph below shall be clearly identified and marked within each offeror's response as Factors 2A, & 2B. A. Credible examples of past performance (at least 3 prior contracts). Each example shall include (i) the name of the contracting activity, (ii) contract number, (iii) contract type, (iv) total contract value, (v) contract work, (vi) name of contracting officer, (vii) telephone and fax numbers, and (viii) name of any subcontractors. Past performance information provided shall be recent within the past 3 years. B. Examples of past performance provided under paragraph 2A shall include documentation of (i) the offeror's record of conforming to SOW, (ii) commitment to customer satisfaction and timely service, (iii) good workmanship and compliance with contract schedules, and (iv) a record of reasonable and cooperative behavior. The Government will evaluate past performance quotes on a pass / fail basis. The Government may review past performance information contained in government databases (PPIRS/CPARS), other agencies, and direct past performance experience obtained at this level. Offerors will be given an opportunity to address any unfavorable reports. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based upon absolute standards of acceptable performance. The Government will seek to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely service. Offerors without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance and, as a result, will receive a neutral rating for past performance. Options - The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offeror is unacceptable it the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Addenda to 52.212-4; the following clauses apply: DFARS 252.201-7000 Contracting Officer's Representative FAR 52.204-9 Personal Identity Verification of Contractor Personnel FAR 52.219-14 Limitations on Subcontracting FAR 52.223-10 Waste Reduction Program FAR 52.228-5 Insurance - Work on a Government Installation FAR 52.242-13 Bankruptcy DFARS 252-204-7000 Disclosure of Information DFARS 252.232-7010 Levies on Contract Payments FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders - Commercial Items (in paragraph (b) the following clause applies to this acquisition to include the following clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-14 Limitations on Subcontracting FAR 52.219-28 Post Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.222-36 Affirmative Action for Workers with Disabilities FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer- System for Award Management FAR 52.222-41 Service Contract Act FAR 52.222-42 Statement of Equivalent Rates for Federal hires In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage - Fringe Benefits Interpreter (Sign Language) - GS09 $24.74 DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following additional clauses/provisions apply: FAR 52.203-3 Gratuities DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.243-7002 Request for Equitable Adjustment DFARS 252.247-7023 Transportation of Supplies by Sea FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause) FAR 52.217-8 -- Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) FAR 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years and 6 months. (End of Clause) DLAD 52.204-9000 Contractor Personnel Security Requirements (a) Work to be performed under this contract or task order may, in full or in part, be performed at the Defense Logistics Agency (DLA) Headquarters (HQ) or other DLA field activity office(s), with physical access to a Federally-controlled facility. Prior to beginning work on a contract, DLA and its field activity offices require all contractor personnel working on the Federally-controlled facility to have a favorably adjudicated National Agency Check with Written Inquiries (NACI) or NACI equivalent. (b) Additionally, in accordance with Department of Defense (DoD) Regulation 5200.2-R, Personnel Security Programs, and DLA Issuance 4314, Personnel Security Program, all DoD Contractor personnel who have access to Federally-controlled information systems must be assigned to positions which are designated at one of three information technology (IT) levels, each requiring a certain level of investigation and clearance, as follows: (1) IT-I for an IT position requiring a single scope background investigation (SSBI) or SSBI equivalent; (2) IT-II for an IT position requiring a National Agency check with law and credit (NACLC) or NACLC equivalent; and (3) IT-III for an IT position requiring a NACI or equivalent. Note: IT levels will be designated according to the criteria in DoD 5200.2-R. (c) Previously completed security investigations may be accepted by the Government in lieu of new investigations if determined by the DLA Intelligence Personnel Security Office to be essentially equivalent in scope to the contract requirements. The length of time elapsed since the previous investigation will also be considered in determining whether a new investigation is warranted. To assist the Government in making this determination, the Contractor must provide the following information to the respective DLA Personnel Security Office immediately upon receipt of the contract. This information must be provided for each Contractor employee who will perform work on a Federally-controlled facility and/or will require access to Federally-controlled information systems: (1) Full name, with middle name, as applicable, with social security number; (2) Citizenship status with date and place of birth; (3) Proof of the individual's favorably adjudicated background investigation or NACI, consisting of identification of the type of investigation performed, date of the favorable adjudication, and name of the agency that performed the investigation; (4) Company name, address, phone and fax numbers with email address; (5) Location of on-site workstation or phone number if off-site (if known by the time of award); and (6) Delivery order or contract number and expiration date; and name of the Contracting Officer. (d) The Contracting Officer will ensure that the contractor is notified as soon as a determination is made by the assigned or cognizant DLA Personnel Security Office regarding acceptance of the previous investigation and clearance level. (1) If a new investigation is deemed necessary, the Contractor and Contracting Officer will be notified by the respective DLA Personnel Security Office after appropriate checks in DoD databases have been made. (2) If the Contractor employee requires access to classified information and currently does not have the appropriate clearance level and/or an active security clearance, the DLA Personnel Security Office will relay this information to the Contractor and Contracting Officer for further action. (3) The Contracting Officer will ensure that the respective DLA Personnel Security Office initiates the investigation for the required clearance level(s) of the Contractor personnel. (4) It is the Contractor's responsibility to ensure that adequate information is provided and that each Contractor employee completes the appropriate paperwork, as required either by the Contracting Officer or the DLA Personnel Security Office, in order to begin the investigation process for the required clearance level. (e) The Contractor is responsible for ensuring that each Contractor employee assigned to the position has the appropriate security clearance level. (f) The Contractor shall submit each request for IT access and investigation through the contracting officer to the assigned or cognizant DLA Personnel Security Office. Requests shall include the following information and/or documentation: (1) Standard Form (SF) 85, Questionnaire for Non-Sensitive Positions, or the SF 86, Questionnaire for National Security Positions (see note below); (2) Proof of citizenship (i.e., an original or a certified copy of a birth certificate, passport, or naturalization certificate); and (3) Form FD-258, fingerprint card (however, fingerprinting can be performed by the cognizant DLA Personnel Security Office). (Note to (f)(1) above: An investigation request is facilitated through use of the SF 85 or the SF 86. These forms with instructions as well as the Optional Form (OF) 306, Declaration for Federal Employment, which is required with submission of the SF85 or SF 86, are available at the Office of Personnel Management's (OPM) system called Electronic -Questionnaires for Investigations Processing (e-QIP). Hard copies of the SF85 and SF86 are available at OPM's web-site, www.opm.gov, but hard copies of the forms are not accepted.) (g) Required documentation, listed above in paragraphs (f) (1) through (3), must be provided by the Contractor as directed by the Contracting Officer to the cognizant DLA Personnel Security Office at the time of fingerprinting or prior to the DLA Security Office releasing the investigation to the Office of Personnel Management. (h) Upon completion of the NACI, NACLC, SSBI, or other sufficient, appropriate investigation, the results of the investigation will be forwarded by the office performing the investigation to either the appropriate adjudication facility for eligibility determination or the DLA Intelligence Security Division for review and determination regarding the applicant's suitability to occupy an unescorted entry position in performance of the DLA contract. Contractor personnel shall not commence work on this effort until the investigation has been favorably adjudicated or has been waived into the position pending completion of adjudication. The DLA Intelligence Personnel Security Office will ensure that results of investigations will be sent by the office performing the investigation to the Defense Industrial Security Clearance Office (DISCO) or DLA Intelligence Personnel Security Office. (i) A waiver for an IT-I or IT-II position to allow assignment of an individual Contractor employee to commence work prior to completion of the investigation may be granted in emergency situations when it is determined that a delay would be harmful to national security. A request for waiver will be considered only after the Government is in receipt of the individual Contractor employee's completed forms. The request for a waiver must be approved by the Commander/Director or an authorized representative of the site. The cognizant DLA Personnel Security Office reserves the right to determine whether a waiver request will be forwarded for processing, however, there will be no waiver for an IT-III position. The individual Contractor employee for which the waiver is being requested may not be assigned to a position, that is, physically work at the Federally-controlled facility and/or be granted access to Federally-controlled information systems, until the waiver has been approved. (j) The requirements of this clause apply to the prime Contractor and any subcontractors the prime Contractor may employ during the course of this contract, as well as any temporary employees that may be hired by the Contractor. The Government retains the right to request removal of Contractor personnel, regardless of prior clearance or adjudication status whose actions, while assigned to this contract, who are determined by the Contracting Officer to conflict with the interests of the Government. If such removal occurs, the Contractor shall assign qualified personnel, with the required investigation, to any vacancy. (k) All Contractor personnel who are granted access to Government and/or Federally-controlled information systems shall observe all local automated information system (AIS) security policies and procedures as provided by the DLA site Information Systems Security Officer. Violations of local AIS security policy, such as password sharing, performing personal work, file access violations, or browsing files outside the scope of the contract, will result in removal of the Contractor employee from Government property and referral to the Contractor for appropriate disciplinary action. Actions taken by the Contractor in response to a violation will be evaluated and will be reflected in the Contractor's performance assessment for use in making future source selection decisions. In addition, based on the nature and extent of any violations of AIS security policy, the Government will consider whether it needs to pursue any other actions under the contract such as a possible termination. (l) The Contractor is also required to obtain a common access card (CAC) for each contractor employee in accordance with procedures established at the DLA HQ or field activity office. When a CAC is required, the Contracting Officer will ensure that the contractor follows the requirements of Homeland Security Presidential Directive 12. (m) Contractor personnel must additionally receive operations security (OPSEC) and information security (INFOSEC) awareness training. The DLA annual OPSEC refresher training and DLA annual INFOSEC training will satisfy these requirements and are available through the DLA Intelligence Office. (n) When a Contractor employee who has been granted a clearance is removed from the contract, the Contractor shall provide an appropriately trained substitute who has met or will meet the investigative requirements of this clause. The substitute may not begin work on the contract without written documentation, signed by the Contracting Officer, stating that the new Contractor employee has met one of the criteria set forth in paragraphs (c), (d), or (i) of this clause, (i.e., acceptance of a previously completed security investigation, satisfactory completion of a new investigation, or a waiver allowing work to begin pending completion of an investigation). Contractor individual employees removed from this contract as a result of a violation of local AIS security policy are removed for the duration of the contract. (o) The Contractor shall notify the contracting officer in writing, within 12 hours, when a Contractor employee working on this contract resigns, is reassigned, terminated or no longer requires admittance to the Federally-controlled facility or access to Federally-controlled information systems. When the Contractor employee departs, the Contractor will relay departure information to the cognizant DLA Security Office so appropriate databases can be updated. The Contractor will ensure each departed employee has completed the DLA J6 Out-Processing Checklist, when applicable, for the necessary security briefing, has returned any Government-furnished equipment, returned the DoD CAC and DLA (or equivalent) badge, returned any DoD or DLA vehicle decal, and requested deletion of local area network account with a prepared Department of Defense (DD) form 2875. The Contractor will be responsible for any costs involved for failure to complete the out-processing, including recovery of Government property and investigation involved. (p) These Contractor security requirements do not excuse the Contractor from meeting the delivery schedule set forth in the contract, or waive the delivery schedule in any way. The Contractor shall meet the required delivery schedule unless the contracting officer grants a waiver or extension. (q) The Contractor shall not bill for personnel, who are not working on the contract while that Contractor employee's clearance investigation is pending. (End of Clause) DFARS 252.232-7006 Wide Area Workflow Payment Instructions. (a) Definitions. As used in this clause- "Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization. "Document type" means the type of payment request or receiving report available for creation in Wide Area Workflow (WAWF). "Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/ (e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). 2 in 1 Invoice (Contracting Officer: Insert applicable document type(s). Note: If a "Combo" document type is identified but not supportable by the Contractor's business systems, an "Invoice" (stand-alone) and "Receiving Report" (stand-alone) document type may be used instead.) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. N/A (Contracting Officer: Insert inspection and acceptance locations or "Not applicable.") (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* Field Name in WAWF Data to be entered in WAWF Pay Official DoDAAC SL4701 Issue By DoDAAC SP3300 Admin DoDAAC SP3300 Inspect By DoDAAC N/A Ship To Code N/A Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) SB3300 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Julie.Metzger@dla.mil (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Kenneth.Decker@dla.mil (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) Offerors responding to this announcement shall submit their quotations via FAX to Julie Metzger, 717-770-7591 or e-mail to Julie.Metzger@dla.mil. All quotes must be received by MARCH 21, 2014 AT 3:30 PM EST to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DDC/SP3300-14-Q-0051/listing.html)
- Place of Performance
- Address: DLA DISTRIBUTION NORFOLK, 1968 GILBERT ST., NORFOLK, Virginia, 23511, United States
- Zip Code: 23511
- Zip Code: 23511
- Record
- SN03293691-W 20140223/140221234642-15c9dedde7ad7be2def11f7468072fee (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 |