Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

R -- Enterprise Mail Management (EMM) Contract Support (VA-20-00080079)

Notice Date
11/20/2020 12:43:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
SAC FREDERICK (36C10X) FREDERICK MD 21703 USA
 
ZIP Code
21703
 
Solicitation Number
36C10X21Q0009
 
Response Due
10/30/2020 7:00:00 AM
 
Archive Date
11/27/2020
 
Point of Contact
anthony.zibolski@va.gov, Anthony Zibolski, Phone: 240-215-0598
 
E-Mail Address
Anthony.Zibolski@va.gov
(Anthony.Zibolski@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
36C10X21Q0009 . Combined Synopsis Solicitation (CSS) 36C10X21Q0009 is revised to respond to industry questions, revise the CSS, and extend the due date for quotes. Attachment F is revised to provide responses to questions. CSS changes are finalized in this conformed copy, and a tracked changes version is included as an attachment. The due date for quotes is extended to October 30, 2020 at 10:00 AM Eastern. COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in conjunction with Part 13 of Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This Solicitation is issued as a Request for Quote (RFQ), and the solicitation number is 36C10X21Q0009. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2021-01, effective October 2, 2020, and the Veterans Affairs Acquisition Regulations (VAAR). The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/. This Solicitation is being competed as a 100% Service-Disabled Veteran Owned Small Business (SDVOSB) set-aside. The North American Industrial Classification System (NAICS) Code is 541611 Administrative Management and Consulting Services, and the business size standard is $16.5 million. All interested companies shall provide quotations for the following services: The Veteran Affairs Office of Information Technology Enterprise Mail Management Program (VA OIT EMM) intends to utilize contract staff to support the day to day activities of mail managers across the Veteran Affairs (Veteran Benefits Administration, National Cemetery Administration). Support staff is required to understand and guide mail room managers on the United States Parcel Service (USPS), United Parcel Services (UPS), and Federal Express (FEDEX) rules and regulations. Support staff will learn EMM processes and programs working in conjunction with Government staff and FFRRD/MITRE. MITRE will be transitioning duties to support staff to aid VA mail managers and staff supporting mail functions within their facilities. See Attachment A, Statement of Objectives (SOO) The contract resulting from this solicitation will be a Firm-fixed Price contract. The anticipated Period of Performance will be November 16, 2020 through November 15, 2021 with three 12-month option periods. Any award resulting from this solicitation will be issued on a Standard Form 1449. The following FAR and VAAR clauses and provisions apply to this procurement: FAR 52.212-1 INSTRUCTION TO OFFERORS COMMERCIAL ITEMS (OCT 2018) In addition to information provided by FAR Clause 52.212-1 Instructions to Offerors-Commercial Items, the following details apply: QUOTE SUBMISSION INSTRUCTIONS All questions, and quote submissions shall be submitted via email to the Contracting Officer (CO) and Contract Specialist (CS) at Carey.Kauzlarich@va.gov and Anthony.Zibolski@va.gov. All questions shall be submitted using the template provided as ATTACHMENT F on or before October 19, 2020 at 4:30 PM Eastern. Only written questions will be accepted. Any questions received after the due date may not be answered. Quotes shall be submitted on or before October 26, 2020 at 10:00 AM Eastern. Quotes received after the due date and time will be late and may not be considered for award. Amendments to this solicitation will be posted on Contract Opportunities. Copies of the amendments will NOT be individually mailed or sent via email. No other notification of amendments will be provided. Potential contractors are advised that they are responsible for obtaining and acknowledging any amendments to the solicitation. Quotes shall be submitted in accordance with the following instructions: Format. The submission shall be clearly indexed and logically assembled. Each volume shall be clearly identified and shall begin at the top of a page. All pages of each volume shall be appropriately numbered and identified by the complete company name, date and solicitation number in the header and/or footer. Quote page limitations are applicable to this procurement. The Table below indicates the maximum page count (when applicable) for each volume of the contractor s submission. All files will be submitted as either a Microsoft Excel (.XLS) file or an Acrobat (PDF) file or compatible as indicated in the table. Page size shall be no greater than 8 1/2"" x 11"" with printing on one side, only. The top, bottom, left and right margins shall be a minimum of one inch (1 ) each. Font size shall be no smaller than 12-point. Arial or Times New Roman fonts are required. Characters shall be set at no less than normal spacing and 100% scale. Tables and illustrations may use a reduced font size not less than 8-point and may be landscape. Line spacing shall be set at no less than single space. Each paragraph shall be separated by at least one blank line. Page numbers, company logos, and headers and footers may be within the page margins ONLY and are not bound by the 12-point font requirement. All proprietary information shall be clearly and properly marked. Footnotes to text shall not be used. Additionally, contractors shall not use hyperlinks or embedded files of any kind in any quote volume. If included, these will not be reviewed or evaluated. If the contractor submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the contractor s page limitations unless otherwise indicated in the specific volume instructions below. Pages in violation of these instructions, either by exceeding the margin, font or spacing restrictions or by exceeding the total page limit for a particular volume, may not be evaluated. Pages not evaluated due to violation of the margin, font or spacing restrictions will not count against the page limitations. The page count will be determined by counting the pages in the order they come up in the print layout view. File Packaging: Quote files may not be compressed (zipped) into one file; the quote files shall be submitted individually. Content Requirements. All information shall be confined to the appropriate file. The contractor shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Contractors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. The titles and page limits requirements for each file are shown in the Table below: Volume Number Evaluation Factor File Name Page Limitations Volume I Technical Capability [Quoter Name] Tech.[ext] Technical Approach: 30 pages inclusive of PWS Volume II Past Performance [Quoter Name] PP.[ext] 6 pages total (not including PPQs) Volume III Key Personnel [Quoter Name] KP.doc/docx/pdf 2-page resume/bio for each Key Personnel Volume IV Price [Quoter Name] [attachment].xlsx Complete Attachments B and C Volume V Amendments & other Documents [Quoter Name] [attachment].[ext] None The cover page, table of contents, and/or a glossary of abbreviations or acronyms will not be included in the page count of any Volume. VOLUME I - TECHNICAL CAPABILITY Under no circumstances shall any pricing be included in the Technical Capability Volume. The Quoter shall submit a Performance Work Statement (PWS) that describes how it will accomplish the objectives outlined within the Attachment A and Technical Capability that addresses in detail how the Quoter proposes to accomplish each of the PWS tasks, including but not limited to the following: Evidence of specific methods and techniques for completing each discrete task, including but not limited to Project Management Plan and Quality Surveillance Assurance Plan (QASP) VOLUME II PAST PERFORMANCE The Quoter shall complete Attachment D: Past Performance References in its entirety, listing a total of three contracts/orders for work performed in the past three years or currently being performed, for similar support services described in Attachment A. The Government will make the determination of relevance (based on size, scope, and complexity of requirement). Contracts/orders listed may include those entered into with the Federal Government, agencies of state and local governments and commercial concerns. Quoters may also submit past performance information regarding predecessor companies, key personnel who have relevant experience or subcontractors that will perform major or critical aspects of the requirement when such information is relevant to the acquisition. For the purposes of this solicitation, a major subcontract is defined as 20% of the total contract effort. Data concerning the prime contractor shall be provided first, followed by each proposed major subcontractor, in alphabetical order. Quoters shall indicate on Attachment D if there are Contractor Performance Assessment Reporting System (CPARS)/Past Performance Information Retrieval System (PPIRS) report(s) available for each reference. In the event an assessment was not completed in CPARS/PPIRS for the contract/order, Quoters may request the reference point of contact (POC) to complete and submit a Past Performance Questionnaire (PPQ) (See Attachment E of this solicitation). The Quoter shall instruct the POC at the referenced entity to return a copy of the completed PPQ directly to the CO and the CS at Carey.Kauzlarich@va.gov and Anthony.Zibolski@va.gov NO LATER THAN THE CLOSING DATE OF THE SOLICITATION (inclusive of any closing date extensions granted via amendment). PPQs will only be evaluated for those contracts/orders that do not have a PPIRS report available. The Government is not required to contact references provided by the Quoter. Also, references other than those identified by the Quoter may be contacted by the Government to obtain additional information that will be used in the evaluation of the Quoter's past performance. The Government may consider past performance information obtained through other sources which is reasonably available and determined to be relevant. Quoters shall indicate on Attachment D if they have no record of relevant or recent past performance. VOLUME III KEY PERSONNEL Résumés shall be limited to two pages per résumé and shall document experience that is recent (within past three years) and relevant to performing the task(s) within the PWS. Résumés are requested for all key personnel. VOLUME IV PRICE Quoters shall complete Attachment C - Level of Effort Labor Mix which will allow for consideration of level of effort and the mix of labor for each deliverable. The contract shall complete Attachment B -PRICE/COST SCHEDULE. If awarded a contract, this pricing shall be incorporated and is the basis for all subsequent pricing for award under this contract, VOLUME V AMENDMENTS & OTHER DOCUMENTS The following shall be included in this volume: Signed Amendment(s), if any. An authorized official of the prime contractor shall sign the amendment(s) and all certifications requiring signature. Only original signatures will be accepted; typed signatures are unacceptable. An Acrobat PDF file shall be created to capture the signatures for submission. Any proposed terms and conditions and/or assumptions upon which the quote is predicated. A copy of the Vendor Information Pages (VIP) verified notification found on VetBiz.gov. ADDENDUM TO FAR 52.212-1: FAR 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) The Offeror shall not complete the representation in this provision if the Offeror has represented that it does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument in the provision at 52.204-26, Covered Telecommunications Equipment or Services Representation, or in paragraph (v) of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items. (a) Definitions. As used in this provision Covered telecommunications equipment or services, critical technology, and substantial or essential component have the meanings provided in clause 52.204 25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115 232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Contractors are not prohibited from providing (1) A service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (2) Telecommunications equipment that cannot route or redirect user data traffic or permit visibility into any user data or packets that such equipment transmits or otherwise handles. Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for covered telecommunications equipment or services . (d) Representation. The Offeror represents that it [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. Disclosures. If the Offeror has represented in paragraph (d) of this provision that it will provide covered telecommunications equipment or services, the Offeror shall provide the following information as part of the offer (1) A description of all covered telecommunications equipment and services offered (include brand; model number, such as original equipment manufacturer (OEM) number, manufacturer part number, or wholesaler number; and item description, as applicable); (2) Explanation of the proposed use of covered telecommunications equipment and services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b) of this provision; (3) For services, the entity providing the covered telecommunications services (include entity name, unique entity identifier, and Commercial and Government Entity (CAGE) code, if known); and (4) For equipment, the entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known). (End of Provision) FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) (a) Definitions. As used in this provision ""Administrative proceeding"" means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceedings at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. ""Federal contracts and grants with total value greater than $10,000,000"" means (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules). ""Principal"" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). (b) The offeror [ ] has [ ] does not have current active Federal contracts and grants with total value greater than $10,000,000. (c) If the offeror checked ""has"" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7). (End of Provision) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Hand-Carried Address: U.S. Department of Veterans Affairs OPAL | Strategic Acquisition Center - F 5202 Presidents Court, Suite 103 Frederick MD 21703 Mailing Address: U.S. Department of Veterans Affairs OPAL | Strategic Acquisition Center - F 5202 Presidents Court, Suite 103 Frederick MD 21703 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov (End of Provision) FAR Number Title Date 52.204-7 SYSTEM FOR AWARD MANAGEMENT OCT 2018 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING JUL 2016 (End of Addendum to 52.212-1) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) In addition to information provided by FAR Clause 52.212-2 Evaluation-Commercial Items, the following details apply: A. BASIS FOR AWARD The award resulting from this solicitation will be made based on the best overall quote that is determined to be the most beneficial to the Government (i.e., best value). To accomplish this, the Government will perform a comparative evaluation, comparing quotes to each other to select the quote that is best suited and provided the best value, considering the following factors: Non-price factors Technical Approach, Past Performance, Key Personnel, and Price factor Price. Technical Approach is the most important factor, followed by Past Performance and Key Personnel. Non-price factors, when combined are significantly more important than price. All quotes shall be subject to evaluation by Government personnel. The Government intends to award based upon the initial evaluation of quotes. Consequently, quoters are highly encouraged to quote their best solution and price in their initial submissions. However, the Government reserves the right to communicate with any or all quoters submitting a quote, if it is determined advantageous to the Government to do so. If these communications take place, the Government is not obligated to communicate with every quoter (note that FAR Part 15 procedures do not apply; therefore, formal discussions are not applicable). All quoters will be treated fairly and impartially. A quoter may be eliminated from consideration without further communication if its quote is not among those considered most advantageous to the Government based on its initial evaluation. Contents of the written quotes will be evaluated to determine the degree and extent to which the requirements set forth in the solicitation are satisfied or exceeded. The Government will evaluate the quote to include a signed SF 30s, and any other applicable and required documents as outlined in the evaluation instructions. A quote that is determined to be incomplete or fails to fully meet any material requirement may render a quote deficient, thus ineligible for award. If at any point during the evaluation, any aspect of a Quoter s quote is deemed deficient, the evaluation of that quote will cease and the Quoter s quote will no longer be in consideration for award unless the Contracting Officer deems the continued evaluation of that quote is in the Government s best interest. Quotes that merely restate the requirement or state that the requirement shall be met, without providing supporting rationale, are not sufficient. Quoters who fail to meet the minimum requirements of the solicitation shall be considered nonresponsive and thus will be ineligible for award. Quoter s are cautioned that the award may not necessarily be made to the quoter quoting the lowest price, or to the Quoter with the most highly rated quote. Award may be made to other than the lowest priced quote, if the Government determines that a price premium is warranted due to the merits of one or more of the non-price factors EVALUATION APPROACH TECHNICAL APPROACH The quote will be evaluated to determine whether the Quoter s methods and approach to meeting the contract requirements provide the Government with a high level of confidence of successful completion within the required schedule. The Government will also evaluate the quoted level of effort (Attachment C). PAST PERFORMANCE The quote will be evaluated to determine the extent to which the contractor s performance demonstrates the likelihood of successful performance in providing requirements similar in size, scope, and complexity to this solicitation. The Government may choose to evaluate publicly available reports, and/or data from the Past Performance Information Retrieval System (PPIRS). The Government may use present and/or past performance data obtained from a variety of sources, not just those contracts identified by the contractor. KEY PERSONNEL The Government will evaluate the résumés to ensure that the Quoter has proposed the key personnel and that the résumés demonstrate experience consistent with the objectives stated in Attachment A and the Quoter s PWS. PRICE The Government will evaluate price to determine whether or not it is considered fair and reasonable using price analysis techniques as prescribed in FAR Part 13. Competition is expected for this task order. The CO and the review team will be responsible for considering the fixed-price service rates, the level of effort, and the mix of labor quoted to perform a specific task being ordered. The Government will consider all items associated with the quote, including the option under FAR 52.217-8, as part of its price analysis. Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). AMENDMENTS & OTHER DOCUMENTS Quoters are hereby advised that any quote-imposed terms and conditions and/or assumptions which deviate from the Government s material terms and conditions established by the solicitation, may render the Quoter s quote Unacceptable; thereby, ineligible for award. Failure to acknowledge an amendment may result in your quote being considered non-responsive or unacceptable (End of Provision) FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4: FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 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 (MAR 2000) (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 days 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 five (5) years. (End of Clause) VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) (a) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The following provisions and clauses that have been checked by the Contracting Officer are incorporated by reference. [X] 852.203 70, Commercial Advertising. [X] 852.219 10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. [X] 852.232 72, Electronic Submission of Payment Requests. [X] 852.233 70, Protest Content/Alternative Dispute Resolution. [X] 852.233 71, Alternate Protest Procedure. [X] 852.270 1, Representatives of Contracting Officers. (End of Clause) VAAR 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) (a) This solicitation includes VAAR 852.219-10 VA Notice of Total Service- Disabled Veteran-Owned Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor s offices where the Contractor s business records or other proprietary data are retained and to review such business records regarding the Contractor s compliance with this requirement. © All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor s business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor s compliance with the limitations on subcontracting or percentage of work performance requirement. (End of Clause) VAAR 852.237-75 KEY PERSONNEL (OCT 2019) The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the Contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement s skills, experience, and credentials meet or exceed the requirements of the contract. If the employee of the Contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. (End of Clause) 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://www.acquisition.gov (End of Clause) FAR Number Title Date 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS JUN 2020 52.204-4 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT PAPER MAY 2011 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE OCT 2018 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE JUL 2016 52.228-5 INSURANCE WORK ON A GOVERNMENT INSTALLATION JAN 1997 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINES...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/18dc37699f2d48fc8a7b53a29abd3f00/view)
 
Record
SN05857943-F 20201122/201120230142 (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  © 1994-2020, Loren Data Corp.