Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 01, 2021 SAM #6973
SOLICITATION NOTICE

R -- Medical Training Exercise 29th CAB

Notice Date
12/30/2020 12:42:49 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
W7ND USPFO ACTIVITY MD ARNG HAVRE DE GRACE MD 21078-4094 USA
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-21-Q-0003
 
Response Due
1/14/2021 12:00:00 AM
 
Archive Date
01/29/2021
 
Point of Contact
Scot Smythe
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
In order to increase competition in accordance with FAR 13.104, this solicitation will post for another thirty days.� Please submit proposals that are valid for 6 months. Synopsis: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, supplemented with additional information included in this notice using procedures under FAR Part 13.5. The solicitation number is W912K6-21-Q-0001 and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-06. The associated North American Industrial Classification System (NAICS) code for this procurement is, 541611, Administrative Management and General Management Consulting Services. A single contract will be awarded and is subject to availability of funds IAW Federal Acquisition Regulation 52.232-18. This requirement can be filled by one vendor. This requirement is a set aside to total small business. The USPFO for Maryland has a requirement for the upcoming training event. BACKGROUND: �29th CAB will perform a three day medical training event composed of academic instruction, simulation, and lanes training for Role 3, Aero and Ground Medical Evaluation for up to 45 Soldiers tentatively scheduled for February/March 2021 utilizing the references listed in paragraph 1 in the statement of work, for the task, condition, and standards. The purpose is to conduct Table VIII validation training (in accordance with reference 1.c) for flight paramedics and ground combat medics in order to maintain Military Occupational Skills Qualification (MOSQ) in conjunction with collective pre-deployment training with organic military equipment to respond to realistic combat medical scenarios provided by the contracted services. Services should include medical treatment and training subject matter experts, simulators, actors, special effects, and moulage makeup artists to provide a minimum of two simultaneous periods of classroom instruction (30 Soldiers each) on �day one, ground/air simulations with Tactical Operations Manikin (TOMM) or similar medical mannequin, and no less than three lanes of training for aero, ground, and Role 3 Field Medical site for two to three remote locations in the vicinity of Maryland Army National Guard (MDARNG) training sites. Flight Paramedic and Ground Medics will be trained and evaluated utilizing Table VIII skills validation sheet (Reference 1.c. & 1. d.) under day, night, and Night Vision Goggles conditions. REQUIREMENTS: 3. Contracted services: a. Mobile training team to perform services at two to three MDARNG training sites; EA-APG, Havre De Grace Armory, and/or Camp Fettered Military Reservation (CFMR). Training will be conducted over a period of three days and will be crawl (academic), walk (simulation), and run (validation). (1) Day one (crawl): Contracted instructors will perform academic training on day one for medical treatment and evacuation via aero and ground transportation to Role 3 medical care in accordance with references listed in paragraph 1. Class attendance will be current and qualified 68W personnel seeking medical treatment refresher training to maintain MOSQ and flight paramedics 68WF2 performing pre mobilization medical task validation. Class size will be limited to 30 68W and 15 68WF2 Soldiers. MDARNG will furnish classrooms and multi-media equipment. Internet services will not be readily available. Training aides will be the responsibility of the contracted organization. (2) Day two (walk): Contracted instructors will perform hands on training of up to 60 Soldiers utilizing training aides to simulate patient and medical movement for medical teams. The contractor will provide training aides (minimum of three mannequins) and ground/air patient transport simulation systems. The MDARNG will provide electrical infrastructure, the training area/class rooms, and multi-media equipment. (3) Day three (run): Contracted instructors will provide realistic day/Night Vision Google (NVG) training scenarios utilizing actors, special effects, pyrotechnics, and moulage makeup. Instructors will validate training utilizing references, with paramedic validated utilizing Table VIII in reference 1.c. (a) MDARNG will provide up to 10 Soldiers as actors as extras. Primary actors will be contractors. (b) MDARNG will provide three UH-60A/L helicopters, three Field Litter Ambulance (FLA), and a role 3 field medical tent (site) with appropriate sustainment services. Contractors will provide instructors/evaluators that are able to work in field training conditions and provide instruction while flying/moving in an UH-60A/L, FLA, and/or in the field medical tent. Consumable class VIII medical supplies will be provided by the contracted services. CONTRACT TYPE AND EVALUATION CRITERIA: The contract type for this procurement will be a firm-fixed price. The award will be made based of best value IAW FAR Part 13.106. The Government, with evaluation based on, FIRST - capability of the contractor to meet the all of the requirements outlined in the SOW SECOND - past performance history. THIRD - price. Maryland National Guard reserves the right to award to other than the lowest price if the lowest quote submitted does not meet all of the required specifications and does not provide the best value to the government. Quotes must be valid for 90 days past proposal due date. CLIN 001 Medical Exercise $ CLIN 002 CMRA * $ *CMRA � Contract Manpower Reporting DELIVERY, INSPECTION, ACCEPTANCE AND FOB POINT: Shipping will be Free on Board (FOB) Destination to: N/A NOTES: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. System for Award Management (SAM) SAM.gov REGISTRATION IS FREE: There is NO FEE to register, or maintain your registration, in the System for Award Management (SAM.gov). If you receive an email from a company claiming to represent SAM.gov, be cautious. If you get an e-mail from a company offering to help you register in SAM.gov asking you to contact them and pay them money, be cautious. These messages are not from the Federal Government. It is FREE TO REGISTER in SAM.gov for any entity. You will need your DUNS number to register. Instructions for registering are on the web page provided. You must provide your DUNS and CAGE Code within your proposal. The solicitation with associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pdf CMRA: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the Contractor will report all Contractor manpower, including subcontractor manpower, required for performance of this Contract. The Contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil. The required information includes: 1.) Contracting Office, Contracting Officer, Contracting Officer�s Technical Representative; 2.) Contract number, including task and delivery order number; 3.) Beginning and ending dates covered by reporting period; 4.) Contractor name, address, phone number, email address, identity of Contractor Employee entering data; 5.) Estimated direct labor hours, including subcontractors; 6.) Estimated direct labor dollars paid this reporting period, including subcontractors; 7.) Total payments, including subcontractors; 8.) Predominant Federal Service Code (FSC) reflecting services provided by Contractor, and separate predominant FSC for each subcontractor if different; 9.) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the Contractor with its UIC for the purposes of reporting this information); 10.) Locations where Contractor and subcontractors perform the work (specified by Zip Code in the United States and nearest City/Country, when in an overseas location, using standardized nomenclature provided on website); 11.) Presence of deployment or contingency contract language, and; 12.) Number of Contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the Contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30th of each government fiscal year and must be reported and must be reported by the 31st of October of each calendar year. DATE / TIMES: There are three locations: DAY 1� (ACADEMIC Crawl) Building E4305, APG Edgewood,� MD 21010 DAY 2� (SIMULATION Walk) Building E4305, APG Edgewood,� MD 21010 DAY 3� (VALIDATION Run) Start at Lauderick Creek, Building 6810 (2624 Fairview Point Rd, Edgewood, MD 21040) ������� ������End at Camp Fretterd military Reservation (5555 Rue Saint Lo Drive, Reisterstown, MD 21136) Times: DAY 1 - 0800-1700 Day 2 - 0800-1700 Day 3 -1000-2000 Applicable Clauses/Regulations: 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): https://www.acquisition.gov/ 52.252-2, Clauses Incorporated by Reference 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): https://www.acquisition.gov/ 52.203-3, Gratuities 52.203-6 ALT I, Restrictions on Subcontractor Sales to the Government 52.203-19, Prohibition on requiring Certain Internal Confidentiality Agreements or Statement. 52.204-2 ALT II, Security Requirements 52.204-4, Printed or Copied � Double sided on Post-Consumer Fiber Content Paper 52.204-7, System for Award Management. 52.204-8, Annual Representations and Certification 5.204-9, Personal Identity Verification of Contractor Personnel. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Award 52.204-13, System for Award Management Maintenance. 52.204-14, Service Contract Reporting Requirements 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-21, Basic Safeguarding of Covered Contractor Information System 52.204-22, Alternative Line Item Proposal. 52.209-6, Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations. 52.212-1, Instructions to Offeror -- Commercial applies to this acquisition. 52.212-2, Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price. Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items with its offer or have an Online Representations and Certification Application which is current. 52.212-4, Contract Terms and Conditions -- Commercial Items applies to this acquisition. 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.219-6, Notice of Total Small Business Set-Aside. 52.219-14, Limitations on Subcontracting 52.219-28, Post-Award Small Business Program Representations. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-35, Equal Opportunity for Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222.37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Acts 52.222-41, Service Contract Labor Standards 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards � Price Adjustment 52.222-50, Contracting Trafficking in Person 52.222-55, Minimum Wages under Executive Order 13658 52.223-1, Biobased Product Certification 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contract. 52.223-3, Hazardous Material Identification and Material Safety Data 52.223-4, Recovered Material Certification. 52.223-5, Pollution Prevention and right-to-Know Information 52.223-17, Affirmative Procurement of EPA-designated Items in Services and Construction Contract. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, Restrictions on Certain Foreign Purchases. 52.232-33, Payment by Electronic Funds Transfer � System for Award Management 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.228-3, Worker�s Compensation Insurance (Defense Base Act) 52.228-5, Insurance � Work on Government Installation 52.228-16, Performance and Payment Bonds � Other Than Construction 52.232-18, Availability of Funds 52.239-39, Unenforceable of Unauthorized Obligations 52.232-40-Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest after Award.���������� 52.233-4, Applicable law for Breach of Contract Claim. 52.237-2, Protection of Government Buildings, Equipment, and Vegetation 52.246-16, Responsibility for Supplies 52.247-34, F.O.B. Destination 252.201-7000, Contracting Officer�s Representative 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alt A, System for Award Management applies to this acquisition. 252.204-7009, Limitation on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.209-7001, Disclosure of Ownership or Control a Government of a Terrorist Country 252.212-7000, Offeror Representations and Certifications �Commercial Items 252.225-7001, Buy American and Balance of Payments Program 252.225-7015, Restriction on Acquisition of hand or measuring tools 252.225-7048, Export � Controlled Items. 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor Terrorism 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payment 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel 252.239-7001, Information Assurance Contractor Training and Certification. 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of Extent of Transportation by Sea 252.247-7023, Transportation of Supplies by Sea 52.204-24��������� Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. As prescribed in�4.2105(a), insert the following provision: Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�(Aug 2020) The Offeror shall not complete the representation at paragraph (d)(1) of 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� ������Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component�have the meanings provided in the clause�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. ���� �(b)�Prohibition. (1)�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. Nothing in the prohibition shall be construed to� ����������������(i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. �����������(2)�Section 889(a)(1)(B) 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, 2020, from entering into a contract or extending or renewing a contract with an entity that uses 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. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to� ����������������(i)Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or ����������������(ii)Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. ������(c)�Procedures.�The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.betasam.gov) for entities excluded from receiving federal awards for �covered telecommunications equipment or services�. ������(d)�Representation.�The Offeror represents that� �����������(1)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. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and �����������(2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that� ����������It�?�does,�?�does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds �does� in paragraph (d)(2) of this section. ������(e)�Disclosures.� (1)�Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded �will� in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)For covered equipment� ���������������������(A)The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); ���������������������(B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. ����������������(ii)For covered services� ���������������������(A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. �����������(2)�Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded �does� in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: ����������������(i)For covered equipment� ���������������������(A)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); ���������������������(B)A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and ���������������������(C)Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. ����������������(ii)For covered services� ���������������������(A)If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or ���������������������(B)If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. (End of provision) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) ����� (a) Definitions. As used in this clause� ����� Backhaul means intermediate links between the core network, or backbone network, and the small subnetworks at the edge of the network (e.g., connecting cell phones/towers to the core telephone network). Backhaul can be wireless (e.g., microwave) or wired (e.g., fiber optic, coaxial cable, Ethernet). ����� Covered foreign country means The People�s Republic of China. ����� Covered telecommunications equipment or services means� ���������� (1) Telecommunications equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities); ���������� (2) For the purpose of public safety, security of Government facilities, physical security surveillance of critical infrastructure, and other national security purposes, video surveillance and telecommunications equipment produced by Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities); ���������� (3) Telecommunications or video surveillance services provided by such entities or using such equipment; or ���������� (4) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by, or otherwise connected to, the government of a covered foreign country. ����� Critical technology means� ���������� (1) Defense articles or defense services included on the United States Munitions List set forth in the International Traffic in Arms Regulations under subchapter M of chapter I of title 22, Code of Federal Regulations; ���������� (2) Items included on the Commerce Control List set forth in Supplement No. 1 to part 774 of the Export Administration Regulations under subchapter C of chapter VII of title 15, Code of Federal Regulations, and controlled- ��������������� (i) Pursuant to multilateral regimes, including for reasons relating to national security, chemical and biological weapons proliferation, nuclear nonproliferation, or missile technology; or ��������������� (ii) For reasons relating to regional stability or surreptitious listening; ���������� (3) Specially designed and prepared nuclear equipment, parts and components, materials, software, and technology covered by part 810 of title 10, Code of Federal Regulations (relating to assistance to foreign atomic energy activities); ���������� (4) Nuclear facilities, equipment, and material covered by part 110 of title 10, Code of Federal Regulations (relating to export and import of nuclear equipment and material); ���������� (5) Select agents and toxins covered by part 331 of title 7, Code of Federal Regulations, part 121 of title 9 of such Code, or part 73 of title 42 of such Code; or ���������� (6) Emerging and foundational technologies controlled pursuant to section 1758 of the Export Control Reform Act of 2018 (50 U.S.C. 4817). ����� Interconnection arrangements means arrangements governing the physical connection of two or more networks to allow the use of another's network to hand off traffic where it is ultimately delivered (e.g., connection of a customer of telephone provider A to a customer of telephone company B) or sharing data and other information resources. ����� Reasonable inquiry means an inquiry designed to uncover any information in the entity's possession about the identity of the producer or provider of covered telecommunications equipment or services used by the entity that excludes the need to include an internal or third-party audit. ����� Roaming means cellular communications services (e.g., voice, video, data) received from a visited network when unable to connect to the facilities of the home network either because signal coverage is too weak or because traffic is too high. ����� Substantial or essential component means any component necessary for the proper function or performance of a piece of equipment, system, or service. ����� (b) Prohibition. � (1)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. The Contractor is prohibited from providing to the Government 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, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. ���������� (2)Section 889(a)(1)(B) 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, 2020, from entering into a contract, or extending or renewing a contract, with an entity that uses 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, unless an exception at paragraph (c) of this clause applies or the covered telecommunication equipment or services are covered by a waiver described in FAR 4.2104. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. ����� (c) Exceptions. This clause does not prohibit contractors 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. ����� (d) Reporting requirement. (1) In the event the Contractor identifies covered telecommunications equipment or services used as a substantial or essential component of any system, or as critical technology as part of any system, during contract performance, or the Contractor is notified of such by a subcontractor at any tier or by any other source, the Contractor shall report the information in paragraph (d)(2) of this clause to the Contracting Officer, unless elsewhere in this contract are established procedures for reporting the information; in the case of the Department of Defense, the Contractor shall report to the website at https://dibnet.dod.mil. For indefinite delivery contracts, the Contractor shall report to the Contracting Officer for the indefinite delivery contract and the Contracting Officer(s) for any affected order or, in the case of the Department of Defense, identify both the indefinite delivery contract and any affected orders in the report provided at https://dibnet.dod.mil. ���������� (2) The Contractor shall report the following information pursuant to paragraph (d)(1) of this clause ��������������� (i) Within one business day from the date of such identification or no...
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bfdc25e61f634bea8419d49d5cbc4432/view)
 
Place of Performance
Address: MD 21078, USA
Zip Code: 21078
Country: USA
 
Record
SN05882951-F 20210101/201230230059 (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.