Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2017 FBO #5678
SOLICITATION NOTICE

U -- Catholic Education Coordinator - Attachment_1-Catholic Education Service Coordinator PWS - Attachment_3-WD 15-5367 (Rev. 4) - Attachment_2-Quote_Sheet

Notice Date
6/8/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Department of the Air Force, Air Force Global Strike Command, 28 CONS, 1000 Ellsworth Street, Suite 1200, Ellsworth AFB, South Dakota, 57706-4904, United States
 
ZIP Code
57706-4904
 
Solicitation Number
EllsworthAFB_CatholicEducationCoordinator
 
Archive Date
7/5/2017
 
Point of Contact
Ryan M. Smith, Phone: 6053851763, Arturo Manzo, Phone: 6053851732
 
E-Mail Address
ryan.smith.108@us.af.mil, arturo.manzo@us.af.mil
(ryan.smith.108@us.af.mil, arturo.manzo@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment_2-Quote_Sheet Attachment_3-WD 15-5367 (Rev. 4) Attachment_1-Catholic Education Service Coordinator PWS_6 Jun 17 Combined Synopsis/Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13, 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 Request for Quote is for a Catholic Education Services Coordinator for the 28th Bomb Wing, 28th Contracting Squadron (28 CONS), Ellsworth Air Force Base (EAFB), South Dakota. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, Defense FAR Supplement Publication Notice 20161222, and Air Force Acquisition Circulars 2017-0127. This will be a 100% small business set-aside. The NAICS code for this requirement is 611710 - Education Support Services, with a size standard of $15,000,000.00. DESCRIPTION OF REQUIREMENT: The Catholic Education Services Coordinator shall serve as resource person, advisor and coordinator of religious education program for the Ellsworth Air Force Base Catholic Community. The Coordinator consults and coordinates with the Catholic Chaplain, priest, or designee, who in turns monitors the coordinator's work. The Catholic Education Services Coordinator shall comply with all the requirements in accordance with the attached Performance Work Statement. This requirement calls for support at Ellsworth Air Force Base, South Dakota. The anticipated Period of Performance is from: 1 August 2017 - 31 July 2020 (Base + Two Option Years). ***To be considered for award, you or your entity must be System for Award Management (SAM), www.sam.gov registered and subsequently enrolled in Wide Area Workflow (WAWF), https://wawf.eb.mil/, for purpose of invoice/payment if awarded the contract. Please note that WAWF is the ONLY ACCEPTABLE means of invoicing and payment. Offerors should provide their DUNS number, CAGE code, and confirmation of their SAM registration along with their quote. ATTACHMENTS INCORPORATED BY REFERENCE: Attachment I Performance Work Statement dated 2 June 2017 Attachment II Quote Sheet Attachment III Wage Determination 15-5367 CLAUSES INCORPORATED BY REFERENCE: 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-19 Incorporation by Reference of Representations and Certification. DEC 2014 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment OCT 2015 52.212-4 Contract Terms and Conditions--Commercial Items JAN 2017 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies OCT 2016 52.222-26 Equal Opportunity SEP 2016 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans FEB 2016 52.222-41 Service Contract Labor Standards MAY 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-11 Extras APR 1984 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-40 Providing Accelerated Payments to Small Business Subcontractors DEC 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting OCT 2016 252.225-7036 Buy American--Free Trade Agreement--Balance of Payments Program--Basic DEC 2016 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.243-7001 Pricing Of Contract Modifications DEC 1991 INSTRUCTIONS AND CLAUSES: The following clauses and provisions apply to this solicitation and are included by reference: 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items Addendum to FAR 52.212-1 Instructions to Offerors - Commercial Items (a) To ensure timely and equitable evaluation of the quotations, the Offeror must follow the instructions contained herein. The Quotations must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. (b) The Contracting Officer has determined there is a high probability of adequate price competition in this acquisition. Upon examination of the initial offers, the Contracting Officer will review this determination, and if in the Contracting Officer's opinion, adequate price competition exists, no additional information will be requested. However, if at any time during this competition the Contracting Officer determines that adequate price competition no longer exists; Offerors may be required to submit information to the extent necessary for the Contracting Officer to determine the reasonableness and affordability of the price. (c) Point of Contact (POC): The Contract Administrator (CA), A1C Arturo Manzo, is the primary POC for this acquisition. Address any questions you have to the CA. Written questions concerning the solicitation may be sent to A1C Arturo Manzo, arturo.manzo@us.af.mil. (d) The response shall consist of two (2) separate factors: •1. Factor I - Price Quote •2. Factor II - Technical Qualification •a. Sub-Factor 1 - Education and Experience (e) Quote Specifics: All quotes must include the following information: 1. Vendor's complete mailing and remittance address and contact information. 2. Offeror shall be enrolled in the System for Award Management (SAM) database (www.sam.gov) and ready future enrollment in WAWF, for payment and invoicing in electronic funds transfer - payable 30 days upon delivery. 3. Full Reps and Certs shall be accomplished in conjunction with SAM registration in accordance with 53.212-3 Offeror Representation and Certifications- Commercial Items (APR 2016). 4. Quotes shall be valid through 30 September 2017. (f) Factors for Award: •1. Factor I - Price Quote •(a) Insert proposed unit and prices on Quote Sheet, Attachment II. The extended amount must equal the whole currency unit price multiplied by the number of units. The quote must be submitted for all three (3) years (base + two (2) option years) and the six month extension option. 2. Factor II - Technical Qualification - Limited to no more than 25 pages. •(a) Sub-factor 1 - Education and Experience: Offeror must submit a resume showing a minimum of two years experience and a minimum of two references related to their work and experience in the following areas: •a. Working or volunteering in a Catholic church/school environment. •b. Leading a Catholic religious education program or similar position. •c. Teaching Catholic church programs (e.g., Religious Education / Confraternity of Christian Doctrine, aka CCD, & RCIA). •d. Have or obtain Catechist Certification from Archdiocese for the Military Services, USA. •e. Have an earned Bachelor's Degree Addendum to FAR 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to be the Lowest Price Technically Acceptable (LPTA) offer utilizing FAR Parts 12 and 13. The Government may award without discussions; however, the Government reserves the right to conduct discussions if deemed in the Government's best interest. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable I. Factor 1 - Price Proposal. All offeror's proposed price will be determined by multiplying the quantities by the proposed unit price for each Contract Line Item Number (CLIN) to confirm the extended amount and the total amount. Failure to include a price for each CLIN may exclude the offeror from further consideration for award. The total evaluated price will include all option periods including the six month extension. The price evaluation will document the reasonableness and completeness of the total evaluated price. Arithmetic Discrepancies. For the purpose of initial evaluation of offers, the following will be utilized in resolving arithmetic discrepancies as submitted by the offeror. •(A) Obviously misplaced decimal points will be corrected; •(B) Discrepancy between unit price and extended price, the unit price will govern; •(C) Apparent errors in extension of unit prices will be corrected; •(D) Apparent errors in extended prices per CLIN will be corrected. II. Factor 2 - Technical Proposal. The Government technical evaluation team shall evaluate the technical proposals on an acceptable/unacceptable basis. Ratings will be assigned as follows: Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation Only those proposals determined technically acceptable will be considered for further evaluation. The proposal shall be evaluated against the following factors: Subfactor 1 - Education and Experience Description: This subfactor evaluates how well the contractor identifies sufficient education and experience needed to ensure successful contract performance. Measure of Merit: This requirement is met when the offeror submits a resume that meets the guidelines IAW Performance Work Statement paragraph 1.2. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options, to include the FAR 52.217-8 CLIN 3001, to the total price for the basic requirement. For the evaluation of the option price pursuant to FAR clause 52.217-8, Option to Extend Services, the price proposed for CLIN 3001 for this option period will be included in the total evaluated price (TEP) but will not be included in the initial contract award. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) CLAUSES INCOROPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (JAN 2017) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xi) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). •(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) •(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) •(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015). •(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). •(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (Oct 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). Note to paragraph (b)(1)(xvi) : By a court order issued on October 24, 2016, 52.222-59 is enjoined indefinitely as of the date of the order. The enjoined paragraph will become effective immediately if the court terminates the injunction. At that time, DoD, GSA, and NASA will publish a document in the Federal Register advising the public of the termination of the injunction. •(xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). •(xviii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). •(xix) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. •(xx) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 2014) In compliance with the Service Contract Labor Standards statute 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 01112 - General Clerk II Monetary Wage-Fringe Benefits $12.03-36.25% (End of clause) 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) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplements (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (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 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). Invoice + Receiving Report (Combo) (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. FA4690 (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 F87700 Issue By DoDAAC FA4690 Admin DoDAAC FA4690 Inspect By DoDAAC FA4690 Ship To Code FA4690 Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) F1V0A2 Service Acceptor (DoDAAC) F1V0A2 Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (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 email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Contracting Administrator: arturo.manzo@us.af.mil Contracting Officer: cindy.fedorkowicz@us.af.mil Resource Advisor: shannon.olson@us.af.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. DFAS Customer Service 1(888) 332-7411 (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman As prescribed in 5301.9103, insert the following clause: OMBUDSMAN (JUN 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). c) If resolution cannot be made by the contracting officer, concerned parties may contact the Air Force Installation Contracting Agency (AFICA)/KG (OL-Global Strike Command) 841 Fairchild Ave Building 5571, Rm 327 Barksdale AFB, LA 71110 Phone :( 318)456-6336 Fax: (318)456-7861 Email: ig.afica_kg.workflow@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 Contractor Access to Air Force Installations As prescribed in 5342.490-1, insert a clause substantially the same as the following clause in solicitations and contracts: CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (NOV 2012) "For either the site visit or contract performance, all personnel requesting access to Ellsworth Air Force Base must possess a valid State or Government picture identification card. Furthermore, individuals presenting identification cards from a state that is non-compliant with the REAL ID Act will require additional documentation to gain unescorted base access. Additional documentation include a valid U.S. or foreign government issued passport, an employment authorization document that contains a photograph, or identification cards issued by federal state or local government agencies that include a photo and biographic information. A full list of REAL ID Act compliant and non-complaint states can be found at: https://www.dhs.gov/current-status-states-territories. (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, and a signed copy of your contract to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2946cdee11e8c348e36d4003e53d330c)
 
Place of Performance
Address: Ellsworth AFB Chapel, Ellsworth AFB, South Dakota, 57709, United States
Zip Code: 57709
 
Record
SN04538467-W 20170610/170608235633-2946cdee11e8c348e36d4003e53d330c (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.