Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 17, 2020 SAM #6744
SOLICITATION NOTICE

R -- DoD Badging Database and Supplies for Wounded Warrior Games

Notice Date
5/15/2020 11:55:02 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
COMMANDER, MCINCR-MCBQ QUANTICO VA 22134-5028 USA
 
ZIP Code
22134-5028
 
Solicitation Number
M00264-20-Q-0119
 
Response Due
5/26/2020 8:00:00 AM
 
Archive Date
06/10/2020
 
Point of Contact
Amanda, Phone: 7034321085, Monica L. Curley, Phone: 7034321668
 
E-Mail Address
amanda.dupont@usmc.mil, monica.curley@usmc.mil
(amanda.dupont@usmc.mil, monica.curley@usmc.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR SubPart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This acquisition is set aside 100% for Small Businesses. The applicable NAICS code is 541511 Computer Software support services. This Request for Quotation (RFQ) and subsequent order are set-aside exclusively for only those authorized Small Businesses. Quotes from other than these vendors will not be considered. See FAR 52.212-1 and 52.212-2 Addendums of this solicitation for detailed information regarding submission of quotes. 52.212-1 ADDENDUM: INSTRUCTIONS TO QUOTERS GENERAL INTENTION.�� Marine Corps Installations � National Capital Region (MCI-NCR) has a commercial requirement for a database for badging, registration, scanner rental, equipment rental and lanyards for the upcoming Wounded Warrior Games. In accordance with FAR Part 13, the MCI-NCR Regional Contracting Office is issuing a solicitation for the acquisition of such supply.� Required specifications are listed in Schedule of Supplies/Services within this solicitation. CUSTOMER: ��� ��������������� Head Quarters Service Battalion 27410 Hot Patch Road Quantico, VA 22134 PROCUREMENT APPROACH:� The Contractor�s quoted item descriptions shall reflect the characteristics and level of quality that will satisfy the Government�s need as described in the Schedule of Supplies/Services. A single firm-fixed price award will be issued and it is the Government�s intent to award on an �all-or-none� basis to satisfy this requirement. This is an acquisition of commercial services as defined in Federal Acquisition Regulation (FAR) 2.101. The Government will utilize the procurement procedures set forth in FAR Part 12 and Part 13, as applicable, for the execution of this procurement. The Government intends to award a single contract as a result of the solicitation. CONFIDENTIAL INFORMATION: The Freedom of Information Act (FOIA) and its amendments have resulted in an increasing number of requests from outside the Government for copies of contract qualifications and quotes/proposals submitted to federal agencies.� If a Quoter�s submissions contain information that he/she believes should be withheld from such requestors under FOIA on the grounds that they contain �trade secrets and commercial or financial information� (5 USC 552(b)(4)), the Quoter should mark its submissions in the following manner: The following notice should be placed on the title page: �Some parts of this document, as identified on individual pages, are considered by the submitter to be privileged or confidential trade secrets or commercial or financial information not subject to mandatory disclosure under the Freedom of Information Act.� Material considered privileged or confidential on such grounds is contained on page(s) _______.� PAYMENT TERMS: NET 30. Invoices must be submitted via the Wide Area Workflow (WAWF) in accordance with DFARS 252.232-7006 which is included in this solicitation. REQUIRED AWARD/PERIOD OF PERFORMANCE: The Government requires a period of performance beginning on or around 26 May 2020, or date of award, whichever is later TECHNICAL COMPLIANCE: To ensure technical compliance: The quoter must clearly demonstrate that the required services quoted meet the solicitation requirements. A mere statement that the quoter will meet the Government�s requirement is NOT sufficient. Clearly state whether the quoter can meet the required performance period. Vendors who cannot meet the required performance period will not be considered technically acceptable. Quoters MUST fill in /complete the FAR 52.204-24 provision and return with their quote. SUBMISSION OF QUESTIONS. Questions in regards to this solicitation shall be submitted no later than MAY 19, 2020 @ 10:00 AM EASTERN TIME. Questions shall be submitted electronically via electronic mail (e-mail) to Mrs. Amanda Dupont at amanda.dupont@usmc.mil and the Contracting Officer, Monica Curley at monica.curley@usmc.mil. Vendors are responsible for ensuring their questionss have been received by the Contract Specialist, Mrs. Amanda Dupont via email. Questions will not be accepted telephonically and due to COVID19, we are not presently available via telephone. All communiation shall be via email. SUBMISSION OF QUOTES. Quotes shall be submitted no later MAY 26, 2020 @ 11:00 AM EASTERN TIME. Quotes shall be submitted electronically via electronic mail (e-mail) to Mrs. Amanda Dupont at amanda.dupont@usmc.mil shall be submitted electronically via electronic mail (e-mail) to Mrs. Amanda Dupont at amanda.dupont@usmc.mil and the Contracting Officer, Monica Curley at monica.curley@usmc.mil. Vendors are responsible for ensuring their quotes have been received by the Contract Specialist, Mrs. Amanda Dupont via email by the date and time specified. Award delays that cause a quote to be late are not the responsibility of the Government agency. (End of provision) 52.212-2 ADDENDUM: EVALUATION � COMMERCIAL ITEMS EVALUATION. The Government intends to make a single Firm Fixed Price order to satisfy this requirement. The Government reserves the right to award no contract at all, depending on the quality of offers submitted. The Government intends to evaluate quotes and award a contract without discussions with vendors. Vendors should not expect requests for clarification or additional information from the Government. Award will be based on the initial evaluation of quotes received in response to the solicitation. Therefore, quoters are cautioned that their initial quotes should contain their best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions with vendors if later determined by the Contracting Officer to be necessary. The Government may reject any or all quotes if such action is in the public interest; and may waive informalities and minor irregularities in quotes received. The Government will select the best overall quote, based on a comparative evaluation process between quotes in accordance with FAR 13.106-2(b)(2). The comparative evaluation factors are outlined above in 52.212-1 Instructions and are as follows:� Technical Capability;�and� Price� When using the comparative evaluation methods IAW FAR 13.106-2(b)(3), the Government is not required to identify�relative�weight of evaluation factors, hold discussions, or use other FAR Part 15 procedures under the comparative evaluation process. Direct comparisons are made by comparing one acceptable quotation with another in a uniform and fair manner to determine which quoter provides the government�the Best Value�as outlined in requirements listed in the Performance Work Statement (PWS).�Therefore, the�award�will not be made to the Lowest Price Technically Acceptable (LPTA).�� The Technical Evaluator(s)�will conduct the procurement consistent with a concern for fair and equitable competition and must evaluate quotations in accordance with the terms of the solicitation.�Evaluation of quotes will be based on the Comparative Analysis process in�accordance with FAR Part 13.106-2(b)(3). Comparisons between quotes are made�after�establishing technical acceptance of quotes according to the technical criteria as discussed below.�� First, quotes will be evaluated to determine whether they are acceptable, using the evaluation factors listed below (Technical Capability). Then, perform a comparative evaluation among the acceptable quotes. The quotes will be assessed and documented which response is the �best� as a whole, by doing the following:�� Compare �Quoter A�s� response to �Quoter B�s� response and so on for all remaining responses.� Document similarities and differences,�including�any that do not meet the requirement.� Explain why a quote providing more than the minimum does or does not have value for the Government.� Document the rational for selection of awardee, treating all quoters fair and impartially.��� TECHNICAL CAPABILITY� Quoter�shall demonstrate the following:�� Ability to perform duties as outlined in the PWS� Adequate resources to accomplish duties as outlined in the PWS� Detailed Procedures and�Approach toward accomplishing the requirements as outlined in the PWS� The Government may use information such as Contractor Performance Assessment Reporting System (CPARS), DoD PPIRS and the FAPIIS data available from Government sources to evaluate a Quoter's past performance. PRICING. The price quote should avoid ambiguities of inclusion, exclusion, or content. The Government will evaluate Quoter�s quoted prices, but this factor will not be given an adjectival rating.� Quotes will be evaluated on completeness, accuracy, and reasonableness.� Evaluation of the quoted prices for the services will be based on a comparison of quoted prices received in response to the solicitation and may also be based on a comparison to the Independent Government Cost Estimate (IGCE) along with any other relevant price analysis techniques authorized. Reasonableness.� For the price to be reasonable in its nature and amount, it should not exceed that which would be incurred by a prudent person in the conduct of a competitive business.� Reasonableness takes into account the context of a given source selection, including current market conditions, general economic conditions, and other factors that affect the ability of a Quoter to perform the contract requirements. Normally, adequate price competition establishes a fair and reasonable price. Completeness and Accuracy. The Government will review the pricing tables for completeness and accuracy. A determination will be made as to whether the Quoter properly completed the pricing tables. The Quoter�s quote will be checked for mathematical correctness to include the following: 1) Checking arithmetic in all computations; and 2) Ensuring all prices are summarized correctly (End of provision) United States Marine Corps Department of Defense Warrior Games Registration and Badging Performance Work Statement (PWS) 1.� Purpose.� The United States Marine Corps (USMC) will host the 2020 Warrior Games (WG 2020) at venues throughout San Antonio, Texas. Wounded, ill, and injured athletes from the U.S. Army, USMC, U.S. Navy, U.S. Air Force, USSOCOM, and partner nations will compete for medals in archery, cycling, wheelchair basketball, shooting, swimming, track and field, wheelchair rugby, golf, powerlifting, indoor rowing, and sitting volleyball. The WG 2020 is a springboard for many Service Members and Veterans to participate in sports programs in their communities. Since the inception of Warrior Games, there has been a significant increase in sports program participation by wounded, ill, and injured service members. There is also a growing interest in communities to support the recreational and adaptive sports activities for wounded, ill and injured service members which benefits the entire community of disabled persons.������ 2.� Requirements 2.1. Registration Management: Public-facing, Web-based (compatible with Internet Explorer 11, Google Chrome, Microsoft Edge, Safari and Mobile Browsers) registration capability tailored to meet the specific dynamic registration needs as identified in this PWS. Ability to register up to 15 distinct registration groups and produce customized reports for the WG 2020 event including data such as: demographic information, apparel sizes, medical clearance forms and participation waivers, allow for selection of multiple adaptive sports, sports events, and the corresponding sport classifications. Must have experience working with the military and be able to register international participants. Additionally, the registration capability must have conditional logic capability (cascading drop downs, validation, and required data field) to simplify the registration process and prevent issues with missing athlete registration data. Specific data fields to be collected for up to 5000 entities participating in the WG 2020 are as follows, but not limited to: Rank Last Name First Name EDIPI # Cell Phone Team Staff, WG 2020 Staff, Media, Veteran, Active Duty or International Status EAS Date (active duty and veteran) Purple Heart Recipient Y/N Current Mailing Address (Street, City, State, Zip) Current Duty Station Are medically retired from DOD? Y/N If retired, what is your VA/DOD rating? If retired is your DOD rating greater than 30%? Y/N Home Email Primary Emergency Point of Contact Airport Flying From or City Driving From Shirt Size (M/F): S,M,L,XL,XXL,XXXL Pant Size (M/F): S,M,L,XL,XXL,XXXL Swimsuit Size (M/F): 28,30,32,34,36,38,40,42 Shoe Size (M/F): 6,7,8,9,10,11,12,13 Gender What is your dominant hand? What lodging accommodations do you require?: First floor access, Elevator access, Shower chair, or full ADA room? Other (please explain) Do you require an ADA van for transportation? Do you require a non-medical attendant? (Must be official caregiver as approved and documented by health care provider) Do you require a service animal? (Must be official with approved documentation) Any additional considerations the staff should be aware of? (i.e. dietary restrictions etc.) Sports, Sports Events; dependent selection should allow choice of sport, then prompt for sport event selection for all of the following 12 sports and up to 3 additional sports.� 2.3. Registration deadlines are preset. The capability must align to the deadlines. Detailed notification e-mails must be sent to registrants upon submission of their registration forms.� Notification e-mails will contain verbiage provided by the Government Representative. The solution must be capable of producing a consolidated list of all registrants on a weekly and ad hoc basis. 2.4. Periodic review and feedback will occur at the conclusion of each milestone. Implementation training is required for WG 2020 staff and associated staff. Ad hoc training must be available when required. On-call troubleshooting must be available from 0800-1700 M-F from approximately� approximately 27 May 2020, or five days after award, whichever is later, to � 30 September 2020, and ensure that any corrections or adjustments are reflected on all reports generated by the registration solution. 2.5. Platform Requirements: �������������� Supports the following data formats: xls, csv, txt, doc, pdf, ppt, and any database with a Java Database Connectivity (JDBC)�� driver. Supports an XML format to allow for the import and transformation of any open format. Also supports any and all binary formatted files as media attachments to data objects in the central data store. �������������� Native support for manual entity extraction from unstructured sources. �������������� Entity resolution is performed on data already ingested or on data as it is ingested.� �������������� Configurations to the data model are made through a simple, intuitive Graphical User Interface available to customer administrators. �������������� Version control to enable multiple users to work on the same data without undermining each other�s work. �������������� Ability to import and export data in a loss-less, standards-compliant format that can be transformed for use with other tools. �������������� Ability to connect with Web services and allows the sharing of select portions of data with internal/external partners. �������������� Includes the ability to build configured data tools for exporting/importing records in specific formats. �������������� An open and extensible platform that integrates with any legacy, existing, or future applications and data sets. �������������� A configurable platform, allowing developers to build data extraction and transformation tools so that any information source can be integrated into the platform. �������������� Data must be hosted on a Government-approved Web-based platform. 2.6. Badging Requirements: Application Programming Interface capability with the registration data source. Capability to capture and print personnel photos directly on the badge. Onsite printing from 0800-1700 from 11-28 September 2020 (higher staffing 13-20 tapering 20-28). Initial set of preprinted badges delivered to San Antonio on 11 September 2020. 5.5x3.5� hard plastic, full color badge with two punches for lanyards. Up to 5000 lanyards with double hooks and safety breakaway capability. Government will provide lanyard graphics and badge design NLT 1 July 2020 with elements to include (red cross icon, personnel photo placeholder, barcode, attribute-based designation codes, key on front and schedule on the back) The Contractor will be responsible for set up of equipment. The Contractor will provide transportation to and from the site as well as all engineering paperwork required. The Contractor will provide a supervisor at each of the two registration sites for technical support. The Contractor will provide its own equipment for installation and dismantling of pre-printed and onsite badging system. The contractor will provide Mobile Scanners for analytic scanning (5) 3. Deliverables 3.1 General Guidance a.� The contractor will provide all deliverables specific to Section 3 of this PWS.� The contractor will provide a Monthly Status Report to the Government Representative describing activities associated with the award, projected milestones, status updates, problems encountered, actual or recommended corrective action, and a summary of all activities related to award deliverables.� The specific format for the report will be determined collaboratively between the contractor and the Government upon award.� The Government Representative will review all deliverables. b.� Government will have unlimited rights to all deliverables. c.� Format for deliverables identified in Section 3 will be mutually agreed upon following task award during developing of the implementation plan for each task. 3.2 Schedule Establish and Update Frequency # of Copies Medium/Format Submit To Detailed project plan, project tracking, and status At the end of each 30 days after the award of the contract, a monthly report containing aspects of the task and progress made in the previous 30 days is provided. 1 Electronic file by e-mail as a compatible Microsoft attachment.� **Note that all products delivered must be provided in a format compatible with USMC official software. Government Representative Technical support functions and services Daily throughout the contract period 1 Daily contact utilizing various means of communication i.e., telephonically, electronic media, and in person as necessary Government Representative Daily contact utilizing various means of communication i.e., telephonically, electronic media, and in person as necessary Web-Based Registration Design Support Daily throughout the contract period 1 Daily contact utilizing various means of communication i.e., telephonically, electronic media, and in person as necessary **Note that all products delivered must be provided in a format compatible with USMC official IT architecture. Government Representative Training and Troubleshooting support Daily throughout the contract period 1 Initial in-person and follow up training, as needed. Daily contact utilizing various means of communication i.e., telephonically, electronic media, and in person as necessary **Note that all products delivered must be provided in a format compatible with� USMC IT architecture. Government Representative 4.�� Contractor Quality Assurance The contractor will establish and maintain a complete Quality Control Plan to ensure the services are performed in accordance with PWS and commonly accepted commercial practices. The Contractor will develop and implement procedures to identify, prevent and ensure non-recurrence of defective products and services. Specifically, all design/programming and database alignment/integration must be compatible with USMC official software and IT environment. The government reserves the right to perform inspections on services provided to the extent deemed necessary to protect the government�s interests. The Contractor must control the quality of the services and deliverables provided in support of this task and maintain substantiating evidence that services conform to contract quality requirements and furnish such information to the government if requested. 5.� Schedule Actual deliverable timelines based on this schedule must be concurred by both the Government Representative and the Contractor. Web-based Registration for review and testing approximately 27 May 2020, or five days after award, whichever is later Web-based Registration open from 1-10 June 2020 Initial set of badges delivered to San Antonio NLT 11 September 2020 Onsite registration and badge printing support 13-28 September 2020 6.� Core Hours The Contractor will work in accordance with guidance established by the Government.� Typical hours of operation are from 0800-1700 M-F. However, the contractor may be required to work flexible schedules as agreed to between the Government and the Contractor.� 7.� Level of Effort The Government estimates a level of effort (LOE) of one Web-Based Application Programmer and 2 onsite registrars.� However, the Contractor is encouraged to propose a LOE consistent with their technical approach for accomplishing all performance objectives/standards set forth in paragraph 3 above.� The Contractor must have extensive experience in managing large projects with a number of sub-projects.� Experience in Department of Defense support, and project management consulting are highly desirable. 8.������ Inspections and Acceptance All reports and deliverables must be approved by the Government Representative. 9.� Place of Performance Work will be performed in Contractor facilities and onsite in San Antonio, Texas. On occasion, contract personnel will be required to attend meetings and perform online conferencing meetings when determined by Government Representative.� It is expected contract personnel will, on average, meet with the Government Representative weekly.� In accordance with USMC policy, personally owned workstations, laptop computers, software and printers, including computers connected via Virtual Private Network (VPN), will not be connected to the Navy or Marine Corps Enterprise Network (MCEN). This prohibition is a security requirement to protect the MCEN from the spread of malware and to protect Sensitive But Unclassified (SBU) information from being compromised.� 10. �Period of Performance Period of Performance 15 March 2020 (or date of award, whichever is later) to 30 September 2020 11.0� Security Requirements 11.1 Security Requirements - All tasks will be conducted in full compliance with DoD security regulations.� The contractor(s) will be required to wear a contractor identification badge at all times while on government property.� Contractor will submit a completed ""Conflict of Interest and Non-Disclosure Statement"" form for every employee working on the task and appropriate corporate officer on behalf of the corporation.�� The contractor will not release any information concerning the project to the public without written authorization from the Government. 11.2 Access to US military sites and installations is a privilege that may be granted, denied, or withdrawn at any time.� Denial or withdrawal may occur as a result of any type of misconduct or incident determined contrary to the best interest of the Marine Corps mission and security, protection of property, welfare of personnel and for any other infraction determined justifiable for denying access.� The contractor will comply with the following: a.� No employee or representative of the contractor will be admitted on US military sites or installations unless they furnish satisfactory proof of United States citizenship or if an alien, that their residence and employment within the United States is legal. b.� Contractor employees will conduct themselves in a proper, efficient, courteous and businesslike manner.� All personnel must be fluent in speaking and writing the English language. c.� Contractor employees entering US military sites or installations will comply with all security requirements in effect during the contract periods and will be subject to such checks as may be deemed necessary.� At a minimum, contractor should conduct a background check of all employees required to perform work on US military sites and installations.�� Access will be denied to: 1) Any individual who is illegally present in the United States. 2) Any individual who is subject to an outstanding criminal warrant. 3) Any individual whose employment questionnaire contains false or fraudulent Information. 11.3 All contractor personnel attending meetings, answering Government telephones, communication by email, working on site, where their contractor status is not known to third parties, must identify themselves as contractors, to include wearing ID badges, which identify them as contractor personnel.� Unless otherwise directed by the Government Representative, all documents produced or revised by contractors or developed through contractor participation must be marked as ""contractor generated documents"" or otherwise identified in a manner that discloses the contractor's participation. 11.4 Intellectual Property.� All data produced as deliverables or developed as by-products under this task order are Government property. The Government reserves the right to reproduce and distribute such data as it deems necessary. The contractor is responsible for ensuring compliance with all intellectual property, copyright and trademark laws and for the appropriate marking of copyrighted and trademarked data incorporated into data and deliverables produced under this task order, including obtaining permission for use and reproduction by the Government, as appropriate. 11.5 All programming code, instructions, reports, studies, etc. developed during this project are the property of the Government, and may not be reused without the written permission of the Government.� Likewise, presentation of this application to the general public is prohibited without written permission of the Government. 11.6 The Contractor personnel may be required to access to the Marine Corps Enterprise Network (MCEN) and data using Common Access Cards (CAC). The contractor will request access to the secure systems and will establish user accounts for the systems that are not CAC-enabled. All contract employees will require a CAC to gain access to MCEN and Web-based applications. All contract employees are also required to have a visitor request submitted by the contract company in JPAS prior to arrival. Please see below references: Contractor personnel must meet specific requirements in order to be granted these privileges and maintain these credentials. Compliance with all USMC communications regulations pertaining to network activities is mandatory. Failure to comply with security requirements will result in revocation of access privileges and personnel removal from work under this contract. FIPS PUB 201 is available at: http://csrc.nist.gov/publications/fips/fips201-1/FIPS-201-1-chng1.pdf. The Office of Management and Budget (OMB) associated guidance, M-05-24 can be found at: http://www.whitehouse.gov/sites/default/files/omb/memoranda/fy2005/m05-24.pdf Contractor will coordinate with the local site or activity as to procedures and issuance of the CAC. The Contractor will provide necessary Information Assurance certificates from MarineNet (CYBERC) and coordinate with the Government Representative to complete a System Authorization Access Request (SAAR) form to obtain a .mil e-mail address. MCEN e-mail can be accessed on a MCEN workstation or on a Contractor workstation with a CAC reader. The account must be accessed at least once per every 30 day period. Government Furnished Information (GFI) will also be provided to the contractor(s).� The contractor(s) will have access to any technical information and databases deemed appropriate to facilitate their performance requirements. 12.0� Requirements Applicable to Contractor Personnel 12.1 Standards of Conduct.� The contractor will ensure all contractor personnel are held to the same standards for ethical conduct that applies to government personnel as set forth in the Joint Ethics Regulation (JER), DOD Directive 5500.7-R of 30 August 1993. Situations that must be avoided include: 12.1.1 Misuse of Position.� Contractor personnel may not use their position for private gain to include endorsing products or services, coercing benefits, helping friends or giving any appearance of government sanction for private benefit.� Examples of prohibited use of position are:� soliciting or accepting gifts from clients or from individuals seeking access to clients; referring clients to businesses or private practitioners in which the contractor or any member of the contractor�s staff has an interest, financial or otherwise: showing favoritism to friends or relatives when making referrals to outside service providers or giving any form of preferential treatment when it might give the appearance of using one�s position for private benefit. 12.1.2 Misuses of Government Property or Resources.� Contractor personnel will not misuse government property or resources.� Examples of prohibited activities involving government resources include but are not limited to: mailing personal letters as official mail, making personal telephone calls at government expense, and using government material and equipment for personal gain.� Contractor personnel may use government information systems for accessing the Internet, browsing the World-Wide Web and communicating via electronic mail for any purpose not prohibited by law, regulation, instruction or command policy as long as their use does not interfere with work performance and is for official government business.� Prohibited uses of government information systems include but are not limited to: accessing, storing, distributing or viewing material that is pornographic, racist, or subversive in nature; obtaining, installing, copying, pasting, transferring or using software or other materials obtained in violation of the appropriate vendor�s patent, copyright, trade secret or license agreement: knowingly writing, coding, compiling, storing, transmitting or transferring malicious software code to include viruses, logic bombs, worms and macro viruses; promoting partisan political activity; disseminating religious material; using the system for personal financial gain such as advertising or solicitation of services or sake of personal property; fund raising activities, either for profit or non-profit; gambling, wagering or placing of any bets; writing, forwarding or participating in chain letters; and posting personal home pages. 12.1.3 Rights in Data.� All work products developed under this contract remain the property of the U.S. Marine Corps and are for the exclusive use of the government. 12.1.4 Prohibited Outside Activities.� The contractor will ensure contractor personnel do not engage in outside activities or employment that interferes with work performance, involves conflict of interest with the Government, violates regulations or creates an appearance of impropriety. 12.2. Confidentiality.� All contractor personnel will safeguard personal client information in accordance with the Privacy Act of 1974.� Records that contain personal information must include a Privacy Act statement signed by the client.� Disclosure of personal information not specifically authorized by the client via a signed release of information will be made only after approval of the Base Adjutant or Staff Judge Advocate.� Improper disclosure of sensitive or private information in violation of the DON Privacy Act Program (SECNSVINST 5211.5D) or the Nuclear Weapons Personnel Reliability Program...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d93adb79e214c468b57cb14cbf0fc0e/view)
 
Place of Performance
Address: San Antonio, TX, USA
Country: USA
 
Record
SN05659082-F 20200517/200516071014 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.